Modified Ors Rfp After Prebid 01032011 Final

151
Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries 2011 Name & Signature of the Bidder along with Seal Page 1 REQUEST FOR PROPOSAL (RFP) FOR ONLINE RESERVATION SYSTEM (ORS) & INTEGRATION OF ETIMs DATA WITH ORS AS A PART OF INTEGRATED TRANSPORT MANAGEMENT SYSTEM (ITMS) PROJECT ON BUILD, OWN, OPERATE & TRANSFER (BOOT) BASIS (Revised RFP After Pre-Bid Queries Dated : 01/03/2011) (Price Rs. 10,000/ Only)

Transcript of Modified Ors Rfp After Prebid 01032011 Final

Page 1: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 1

REQUEST FOR PROPOSAL (RFP)

FOR

ONLINE RESERVATION SYSTEM (ORS)

& INTEGRATION OF ETIMs DATA WITH ORS

AS A PART OF

INTEGRATED TRANSPORT MANAGEMENT

SYSTEM (ITMS) PROJECT

ON

BUILD, OWN, OPERATE & TRANSFER (BOOT)

BASIS

(Revised RFP After Pre-Bid Queries Dated : 01/03/2 011)

(Price Rs. 10,000/ Only)

Page 2: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 2

INDEX

Chapter Topic Page

1 Important Notice 3 2 Introduction 10 3 Project Scope 16 4 Requirements for Existing ETIMs and ORS 33 5 Service Level Agreement (SLA) 48 6 Project Implementation Plan 56 7 Instruction to Bidders 58 8 Payment Terms 64 9 General Terms and Conditions 66 10 Forms and Templates for Bid Submission 81 11 Annexure 111

Page 3: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 3

1. IMPORTANT NOTICE 1.1. Issuer

Rajasthan State Road Transport Corporation (RSRTC), Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan.

1.2. Price of RFP

The price of this RFP document is Rs 10000/- (Rs. Ten Thousand only) inclusive of all taxes. This amount will be Non-Refundable. Bidders have to pay the cost of the RFP in the form of Demand Draft (DD), which should be in favour of “Financial Adviser, Rajasthan State Road Transport Corporation” payable at Jaipur. RFP Document can be downloaded from RSRTC website i.e. www.rsrtc.gov.in. In any case the DD of Rs. 10000/- (Rs. Ten Thousand only) should reach to RSRTC before pre bid meeting. 1.3. 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.

1.4. 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. The response to this RFP should be full and complete in all respects. Incomplete or partial bids shall be rejected.

All the communication to RSRTC including this RFP and the bid documents shall be signed on each page by the authorized representative of the bidder and attach authority letter as mentioned in “Annexure-2 ”. Any clarification required regarding the Terms & Conditions in RFP shall be obtained from Analyst-cum-Programmer (ACP), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur - 302001,

Page 4: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 4

Rajasthan before submission of the RFP. In case of any ambiguity, the original document available with RSRTC shall be treated as final document. 1.5. Pre-bid Conference

RSRTC will conduct a pre-bid conference to clarify the objectives/scope of the project as per the date & time and at the venue mentioned in “Key Events and Date” clause. The interested bidders should confirm their participation and submit their queries as per the format given in the Annexure-3 in writing as per the date given in “Key Events and Date” clause prior to the Pre-Bid Conference. Pre bid queries will be entertained only for those bidders who have purchase the RFP.

1.6. Amendment to Request for Proposal

At any time prior to the deadline for submission of proposals, RSRTC, for any reason, whether on its own initiative or in response to the clarification requested by a prospective bidder, may modify, change, incorporate or delete certain conditions in the RFP by amendment notified through RSRTC’s Website www.rsrtc.gov.in only and will not be informed individually in writing or by fax or email to all bidders who have received this RFP and such amendment shall be binding on them. So it is the sole responsibility of the bidders that they should keep updated themselves regarding any amendment in the RFP published through RSRTC Website. RSRTC, at its discretion, may extend the deadline for the submission of proposals subsequent to issue of Amendment and or Supplemental Information.

1.7. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of the bid, including cost of presentation for the purposes of clarification of the bid, the preparation or execution of any benchmark demonstrations, simulation or laboratory service or for any work performed prior to the execution of a formal contract if so desired by RSRTC. For any reason or in any case, RSRTC will not take responsibility or liability for these costs. All materials submitted become the property of RSRTC and may be returned at its sole discretion.

Page 5: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 5

1.8. Purpose RSRTC has envisaged the Integrated Transport Management System (ITMS) to be integrated as an e-governance initiative. Under the ITMS, RSRTC intends to introduce Online Reservation System (ORS), Integration of data generated through Electronic Ticket Issuing Machines (ETIMs) with ORS, Vehicle Scheduling & Dispatch System and Online MIS etc. The purpose of this Request for Proposal (RFP) is to seek the services of a reputed IT firm who would a. Conduct requirement analysis, design, develop, test and implement Online

Reservation System (ORS), Vehicle Scheduling & Dispatch System and Online MIS etc.

b. Integrate ETIMs data into the ORS. c. Size, Procure, Supply, Install, Commission, Configure, Test, Integrate and

Implement all the required hardware and network infrastructure and connectivity for the project

d. Operate, Manage and Support the Software, Hardware & Network Infrastructure and connectivity installed for a contractual period of Five Years on Build, Own, Operate and Transfer (BOOT) basis.

This document provides information to enable the bidders to understand the broad requirements to submit their "Bids".

The proposal shall outline the Architecture best suited for RSRTC, Technologies proposed & the reasons for proposing the same, Infrastructure required in terms of Hardware and Communication facilities in detail. A detailed architecture shall be submitted covering aspects such as the Server requirements like database servers, storage requirements, application servers, web servers, networking components etc. It shall also include acceptance and testing requirements of the hardware and the software and cover training, documentation and site requirements. Security requirements need to be covered in detail. Bidder can use the existing hardware of RSRTC available with it. For existing hardware details please refer the “Annexure-1 ” given in this document, these Number of Hardware are approximated only.

Page 6: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 6

Submission of bid The bidders are expected to submit their offers in two parts namely, “Technical Proposal in Envelop-A” and “Commercial Proposal in Envelop-B” and in the format given in this document. Two copies of each part have to be submitted, titled as ‘Original’ and ‘Duplicate’. So, in all, there has to be • Technical Proposal: Original - One Hard Copy along with soft copy in a CD. • Technical Proposal: Duplicate - One Hard Copy. • Commercial Proposal: Original - One Hard Copy. • Commercial Proposal: Duplicate - One Hard Copy. i) The Bidder shall prepare an original and one (1) duplicate of the Bid, clearly

marking each "Original" and "Duplicate". In the event of any discrepancy between them, the original hardcopy shall govern. An electronic copy of Technical bid on CD must also be included. Hard copy version is considered for official purposes.

ii) The original and the copies 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 Rajasthan State Road Transport Corporation Bidder to the Contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

iii) 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.

1.9. Bid Submission and Correspondence A) Address for Bid Submission & Correspondence The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan Tel No — 0141-2374644 Website : http://www.rsrtc.gov.in

Page 7: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 7

B) Contact Person The Financial Advisor, Rajasthan State Road Transport Corporation Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan Tel No — 0141-2374671 Website : http://www.rsrtc.gov.in The Analyst-cum-Programmer (ACP) Rajasthan State Road Transport Corporation Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan Tel No — 0141-2374653 Website : http://www.rsrtc.gov.in E-mail : [email protected], [email protected], 1.10. Key Events & Dates

Srl. EVENT’s Name Date & Time 1 Issue of NIT 24th Jan. 2011 2 Issue of RFP for Sale 27th Jan. 2011 3 Queries on RFP for Pre Bid Meeting as

per format given in Annexure-3 should reach RSRTC (in writing & in soft copy) by

15th Feb. 2011

4 Pre Bid Meeting 21st Feb. 2011 at 11:00 AM 5 Issue of Corrigendum, if any 25th Feb. 2011 6 Replies to Pre-bid queries & Revised RFP 1st Mar. 2011 7 Submission of RFP 16th Mar. 2011 upto 3:30

PM 8 Opening of Technical Proposal 16th Mar. 2011 at 4:00 PM 9 Opening of Commercial Proposal of the

Technically Qualified Bidder To be intimated to

technically qualified bidders

Note:- 1. All above events will be held at Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan.

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.

Page 8: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 8

1.11. Important Limits / Values Related To Proposal

Item Description

Earnest Money Deposit (EMD) Rs. 60,00,000/- (Rupee Sixty Lacs Only) in the form of Demand Draft / Bank Guarantee favouring “Financial Adviser, Rajasthan State Road Transport Corporation” Payable at Jaipur.

Bid Validity Period 6 months from the date of submission of bid by the Bidder(s)

Period for furnishing performance bank guarantee as per Annexure-9

As per performance bank guarantee clause given in RFP

Performance Bank Guarantee Value As per performance bank guarantee clause given in RFP

Performance Bank Guarantee Validity Period

6 Months beyond contract period

Period for Signing Contract Within 7 Working Days from date of receipt of notification of award

1.12. Timely Submission Bidders are solely responsible for timely submission of the bids at the location as mentioned above in this section. Any bid received by RSRTC after the last date and time for submission of bids prescribed by RSRTC will not be considered and liable to be rejected. The response to RFP/Bid submitted by the bidder(s) through post/ courier/ telex/ telegrams/fax/email will not be considered. No further correspondence will be entertained on this matter. 1.13. Opening of Bids Proposals/Bids will be opened in presence of bidder’s representatives (if they are present, else it will be opened in presence of the other representatives, officials present). The bids will be opened at the address mentioned above in this section.

RSRTC will open all bids as per schedule mentioned in “Key Events & Dates”. If all documents mentioned in each parts of proposal are not found, then RFP will be summarily rejected.

Page 9: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 9

The bidder’s representative willing to attend the opening of the bids shall bring authorization letter. The bidder’s representative shall sign attendance register. The bidder’s name, bid prices and presence or absence of requisite EMD and such other details, as RSRTC at its discretion may consider appropriate, will be announced at the time of corresponding openings. The bids submitted after due date and time shall not be considered for further evaluation, irrespective of the circumstances. RSRTC reserves the right to postpone or cancel a schedule mentioned under “Key Events and Dates” clause at any time without assigning any reason.

1.15. Contacting RSRTC

No bidder shall contact RSRTC on any matter relating to its bid, after opening of commercial bid till contract is awarded. If bidder wishes to bring additional information to the notice of RSRTC he can communicate in writing at address given for correspondence. RSRTC reserves the right for consideration of such information.

Any effort by bidder to influence RSRTC in its decision on bid evaluation, bid comparison or contract award may result in disqualification of the bidders bid and also forfeiture of his bid security amount.

Page 10: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 10

2. INTRODUCTION 2.1. About RSRTC

Rajasthan State Road Transport Corporation (RSRTC) is a leading passenger road transport organization in the State having fleet of over 4500 buses and operating more than 13,000 bus trips daily (approximately) for which over 6990 conductors are deployed. More than 10 lakhs passengers (on an average) are availing our services daily.

RSRTC’s organization setup is as under:

Offices Numbers Central (Head) Office 1 Zonal Offices 9 Depots 46 Total No. of Ticket Booking Windows 530 (Aprox.) Central Work Shop 3 Tyre Retreading Plant 2 Central Training Institute 1 Printing Press 1

Information at a glance, regarding bus service oper ation as on 31 st March 2010 is :

Total No. of Buses Held (RSRTC-4430 + Private-172) 4602 Number of routes operated 2728 No. of Employees 20389 Daily Average No. of Trips Operated for the year 2005-06 13919 Daily Average No. of Trips Operated for the year 2006-07 13565 Daily Average No. of Trips Operated for the year 2007-08 13214 Daily Average No. of Trips Operated for the year 2008-09 12870 Daily Average No. of Trips Operated for the year 2009-10 13044 Operational Income for the year 2005-06 Rs. 851.40 Crore Operational Income for the year 2006-07 Rs. 944.34 Crore Operational Income for the year 2007-08 Rs. 975.08 Crore Operational Income for the year 2008-09 Rs. 1054.64 Crore Operational Income for the year 2009-10 Rs. 1121.61 Crore Total No. of Kilometers operated for the year 2005-06 5933.90 Lacs Total No. of Kilometers operated for the year 2006-07 6055.48 Lacs Total No. of Kilometers operated for the year 2007-08 6015.26 Lacs Total No. of Kilometers operated for the year 2008-09 6008.62 Lacs Total No. of Kilometers operated for the year 2009-10 6219.31 Lacs

Page 11: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 11

Daily Average No. of Passengers Traveled in Yr. 2005-06 10.79 Lacs Daily Average No. of Passengers Traveled in Yr. 2006-07 10.89 Lacs Daily Average No. of Passengers Traveled in Yr. 2007-08 10.57 Lacs Daily Average No. of Passengers Traveled in Yr. 2008-09 10.12 Lacs Daily Average No. of Passengers Traveled in Yr. 2009-10 10.34 Lacs Daily Average No. of Tickets Issued From All 530 RSRTC Windows in the Yr. 2005-06 (Tickets from Kiosks holders & Internet not included)

1.92 Lacs

Daily Average No. of Tickets Issued From All 530 RSRTC Windows in the Yr. 2006-07 (Tickets from Kiosks holders & Internet not included)

1.96 Lacs

Daily Average No. of Tickets Issued From All 530 RSRTC Windows in the Yr. 2007-08 (Tickets from Kiosks holders & Internet not included)

1.97Lacs

Daily Average No. of Tickets Issued From All 530 RSRTC Windows in the Yr. 2008-09 (Tickets from Kiosks holders & Internet not included)

1.94 Lacs

Daily Average No. of Tickets Issued From All 530 RSRTC Windows in the Yr. 2009-10 (Tickets from Kiosks holders & Internet not included)

1.97 Lacs

Daily Average No. of Tickets Issued From 284 RSRTC Windows (to be computerized as in Anexure – 6) in the Year 2005-06 (Tickets from Kiosks holders & Internet not included)

1.24 Lacs

Daily Average No. of Tickets Issued From 284 RSRTC Windows (to be computerized as in Anexure – 6) in the Year 2006-07 (Tickets from Kiosks holders & Internet not included)

1.26 Lacs

Daily Average No. of Tickets Issued From 284 RSRTC Windows (to be computerized as in Anexure – 6) in the Year 2007-08 (Tickets from Kiosks holders & Internet not included)

1.27Lacs

Daily Average No. of Tickets Issued From 284 RSRTC Windows (to be computerized as in Anexure – 6) in the Year 2008-09 (Tickets from Kiosks holders & Internet not included)

1.26 Lacs

Daily Average No. of Tickets Issued From 284 RSRTC Windows (to be computerized as in Anexure – 6) in the Year 2009-10 (Tickets from Kiosks holders & Internet not included)

1.27 Lacs

2.2. Project Summary

The service approach of RSRTC has been responsible for extensive route network connectivity, not only to major cities and state capitals, but also to district towns and villages.

The three tiers of the organization, namely Central (Head) Office, Zone and Depot setup are in existence in RSRTC. Central (Head) Office decides the policy and it is implemented by Zones through Depots. The depot unit is main operating

Page 12: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 12

unit headed by Chief Manager. The next level viz. Zonal level controls overall transports activities among the depots in the Zone. Timely decision contributes to success in the field and thus needs prompt MIS and data analysis right at the bottom level.

RSRTC is required to undertake various kinds of operations pertaining to road passenger transportation like running of Ordinary & Express Buses, Semi-Deluxe & Deluxe Buses, Air Conditioned Buses, Volvo & Mercedes Buses, Super luxury Buses etc.

Considering the size of operation and controlling area, RSRTC has envisaged an ambitious e-Governance program, Integrated Transport Management System (ITMS) to enhance Depot/Zonal working. As part of this program, RSRTC has planned a comprehensive State-Wide Online Reservation System (ORS) and Integration of data generated through Electronic Ticket Issuing Machines (ETIMs) with ORS on a Build, Own, Operate, and Transfer (BOOT) Model. The main objective behind this project is to modernize existing passenger ticketing system and seat reservation system with effective and suitable use of information technology to provide maximum benefits to the citizens and RSRTC. The successful bidder has to:

a. Build the system at its own cost b. Provide manpower to operate the system for a period of one year c. Train and hand hold RSRTC staff on using the system during the first year d. Manage the complete set up for a period of five years from the Date of

Acceptance/Certification of RSRTC regarding Successful Commercial Deployment of Project at all locations as mentioned in Work Order.

Bidder should train the RSRTC staff to manage the same so they should be able to run it for next four years and then transfer all project assets to RSRTC at the end of five years at no extra cost to RSRTC. The Payment for this project will be paid to the successful bidder on the basis of Per Ticket Rate, on monthly basis, based on: - Only tickets issued/sold through Web Based Online Reservation System (e-

Ticketing/online through internet, all kiosk holders authorized by RSRTC, e-Mitra counters, Common Services Centers etc) and all Online Current & Reservation Booking Windows of RSRTC where the successful bidder has installed computer hardware infrastructure and application software developed by bidder under this project during contractual period. The tickets sold through ETIMs will not be included and counted for payment.

Page 13: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 13

The project would involve (but not limited to) Deve lopment of the Web Portal for RSTRC integrated with the below list ed applications/features:

a. Online Reservation System (ORS) b. Integration of ETIMs data with ORS for transfer of ticketing data from

ETIMs to the ORS & Route Information from ORS to ETIMs c. e-Ticketing through Authorized Booking Agents (includes all Kiosk holder

authorized by RSRTC, e-Mitra counters, Common Service Centers, etc.) d. Vehicle Scheduling & Dispatch System, e. Online MIS (for each level – Head Office, Zone and Depot level) f. ORS shall be provided for advance booking with an integration of the

Payment gateway for the Public through an Internet from anywhere to anywhere.

The objectives of proposed systems are as under:- • Issue e-tickets to passengers traveling by RSRTC bus service. • Replace existing seat reservation system by online reservation system (ORS)

at the booking centers owned by RSRTC. • Extend the Online Reservation System (ORS) in all over Rajasthan through its

all Authorized Booking Agents (includes all Kiosk holder authorized by RSRTC, e-Mitra counters, Common Service Centers, etc.).

• On successful implementation of ORS across State and outside State where interstate operation is there, the said ORS facility is to be provided with payment gateway facility for access of the same through internet by the public.

• “Anyplace to Anyplace” advance booking at all booking centre which means tickets can be booked at anywhere, any place for forward & return journeys during schedule reservation timings.

• Mechanism at all the depots to issue the current booking ticket synchronizing with the main system for reconciliation

• 100% error free system with auto generation of Online MIS for effective monitoring, decision-making, deciding new policies and implementation thereof.

• Automation of the ticket issue and revenue reconciliation. • Better utilization of manpower and bus fleet. • Better fund controlling utilization. (Depot to Central Office) • Consolidation and auto compilation of data required by various controlling

authorities. • Accurate and easy accounting system. • Vehicle Scheduling & Dispatch System. • Adequate, efficient, coordinated and economical passenger transport services

to passengers and promote the business.

Page 14: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 14

The selected bidder needs to

• Perform requirement analysis, design, develop, test and implement Online Reservation System (ORS) for General Public, RSRTC Ticketing Windows and Authorized Booking Agents (includes all Kiosk holder authorized by RSRTC, e-Mitra counters, Common Service Centers, etc.), Integration of existing ETIMs with ORS for transfer of data, Vehicle Scheduling & Dispatch System and Online MIS in RSRTC

• Procure, supply, install, commission, configure, test, integrate, implement, manage and support regarding all above works (but not limited to) related Hardware, Software, Network connectivity/ infrastructure/ equipments/ cabling etc.

• Train the employees of RSRTC on usage of all above activities & operations • Provide manpower to operate the system for a period of one year • Maintain, manage and support the complete System for a period of five years

This project is the gateway to ITMS Project and would facilitate the initiation of other projects. 2.3. Project Execution Methodology • Study of RSRTC’s Ticketing Process & working at the depot level including

cash and issue section. This may include visits to RSRTC’s depots/bus stands for detailed study across the state.

• Understanding and mapping business processes and data flows. • Requirement Analysis, including MIS requirements, Data Collection Method

and frequency of data flow and preparation of System Requirement Specification (SRS) and Functional Requirement Specification (FRS).

• System Design and Architecture (including High Level and Low Level Design) • Preparation of Test Plan and Test Cases • Software development processes • Testing and acceptance of software • Sizing of hardware, exact Bill of Material • Assessment of manpower requirements • Third Party Audit of the Software, Hardware & all other items included in this

ORS Project before Commercial Implementation • Commercial Implementation Plan • Training strategy • Support after implementation with uptimes. • Reviews After implementation • Project Handover strategy.

Page 15: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 15

2.4. Key Stakeholders • RSRTC Management & Employees, including Conductors and Depot Staff

who would be the biggest users of the system • The Authorized Booking Agents (ABAs) of RSRTC, who shall be using the

ORS for current and advance booking of tickets. At present, 51 ABAs for computerized reservation system have been appointed in Jaipur. There is a wide scope for Authorized Booking Agents, if entire reservation facility made available on Web. These agents can use ORS to book tickets.

• E-Mitra and CSCs Kiosks shall also be using ORS for current and advance booking of tickets. At present there are 2000 e-mitra and CSC kiosks operating in the State which are expected to scale up to 6000.

• Different types of passengers intending to travel/traveling by RSRTC buses. This may include students / women / children / all concession holders and special categories of commuters who may be allowed special privileges, such as, any pricing periodicity issue of tickets, seat reservations and any such schemes offering various concessions by the State Government.

Page 16: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 16

3. PROJECT SCOPE 3.1. Project Scope

The scope of work can be classified into the following four broad areas —

• Design • Development & Supply • Implement • Operate

The basic guidelines for the Scope of Work is given below – Scope Design Developm ent & Suppl y Impl ement Operate Application Software

Requirement Analysis (including preparation of FRS and SRS), Design (including High level design, Low level design, database design etc) of ETIMs and ORS and its components mentioned above Plan for data digitization

Providing Status Reports and Participation in

Preparation of Test Plans and Test Cases

Software Coding, Testing (Unit Testing and Integration Testing). Data Digitization and testing

Assistance in User Acceptance Testing (UAT). During UAT, the successful bidder shall setup the environment for UAT, and

Provide User trainings at Requisite central offices, zones, depots etc.

Implementation of the Software Application accepted after UAT

Rollout of the ORS across the State as per the schedule provided by RSRTC

Maintain and Support the Complete system for a period of 5 years, from the Date of Acceptance/ Certification of RSRTC regarding Successful Commercial Deployment of Project at all locations as mentioned in Work Order.

Provide User trainings at requisite central offices, Zones, depots etc as and when required.

Page 17: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 17

Status Reviews Provide all necessary documentation including — a. FRS, SRS b. Design Documents

Facilitate the same. UAT Planning shall be done by RSRTC. RSRTC Employees shall perform the testing on the application software as developed by the successful bidder.

Implementation of any additional requirement that might not have been considered earlier by the bidder

Resolution of defects/bugs found in UAT

Providing Status Reports and Participation in Status Reviews

Provide all necessary documentation including — c. Test Cases and Test

Plan d. Defect Logs

Provide all necessary documentation including — a. Systems Administration Manuals

b. User manuals c. Installation Manuals

d. Operational Man

e. Maintenance Manuals f. Training and training material

Providing Status Reports and Participation in Status Reviews

Provide all necessary documentation

Providing Status Reports and Participation in Status Reviews

Page 18: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 18

Hardware, Network Equipment & Off the Shelf Software

Prepare and submit Detailed BoM.

Design the Hardware (including ETIMs) and Network requirement and specifications based on the proposed Software Performance & Security Requirements and Load.

Prepare list of Off the Shelf Software to be procured.

Providing Status Reports and Participation in Status Reviews

Provide all necessary documentation

Procure the Hardware, Networking equipments & Off the Shelf Software Ensure BOM (Bill of Material) Inspection Providing Status Reports and Participation in Status Reviews Provide all necessary documentation

Test, Install, Configure the Hardware and Network equipments Providing Status Reports and Participation in Status Review Provide all necessary documentation

Manage, Maintain and Support the Hardware and Network equipments for a Period of 5 years from the Date of Acceptance/ Certification of RSRTC regarding Successful Commercial Deployment of Project at all locations as mentioned in Work Order. Providing Status Reports and Participation in Status Reviews Provide all necessary documentation

Page 19: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 19

3.2. Project Tasks The main tasks to be performed by the successful bidder are (but not limited to) - 1. Implementation of Online Reservation System — Design, Develop, Test

and Implement an Online Reservation System (ORS) in lieu of manual reservation system. The Proposed ORS should be able to allow Online Booking by the general public through internet, Authorized Booking Agents (ABAs)/Kiosk holders identified by RSRTC, e-Mitra Counters, Common Service Centers (CSCs) etc. This implementation should cover the existing Current and Reservation Ticketing Windows of RSRTC at different Locations within and outside of the State. At present RSRTC has around 530 booking locations out of which 284 would be computerized (tentative list mentioned in Annexure – 6), at the time of actual implementation some location & booking windows may change under this project and remaining windows would be gradually done in the subsequent phases. RSRTC envisaging their ABA and kiosk booking (e-mitra & CSC counters) location to be scaled up to the 6000 from the 2000 location currently they are having. The system needs to be maintained for a contractual period (implementation period plus five years) with uninterrupted operations of hardware.

2. Integration of Existing ETIMs with ORS - Integrate Electronic Ticket Issuing Machines (ETIMs) being used in RSRTC with the new Online Reservation System (ORS). The successful bidder will have to develop the interface for data flow between the currently procured and made operational ETIMs in RSRTC with new ORS. The interface developed should be capable of performing the functions like uploading and downloading of data, like capture advance booking details from the ORS and pass it on to the ETIMs which will help conductor to know advance booking details, Route Details, Current tickets issued details and the seat vacancy position in buses. The system should then allow auto compilation of tickets and its details, revenue reconciliation, daily income reports, online MIS and decision support system as per requirements of RSRTC.

3. Website of RSRTC : Addition/Modification in contents (as & when required) of RSRTC’s Website www.rsrtc.gov.in, maintain and regularly update its information as per the requirement. Make this Website Unicode-bilingual i.e. Hindi & English; host it on Central Server of RSRTC.

4. Vehicle Scheduling & Dispatch System – Scheduling/dispatch software shall be used to aid designing and modifying routes. It shall also be used to route, schedule and dispatch vehicles in demand response operations. Vehicle scheduling and dispatching system should be capable of dynamic planning and capable of optimizing thousands of vehicles movements, the system should be capable of automatic dispatch distribution and transport operations, dynamically rescheduling vehicle and driver and conductor assignments based on real-time events. The scheduling system shall also have interface with ticketing and reservation system so that any change in schedule or cancellations of trips can be informed to the customers and required accounting functions can be invoked.

Page 20: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 20

The scheduling system shall work in a multi-layer fashion so that the central scheduling is done by the central office and local depot scheduling staff can modify the same and inform central system based on the local available resources and conditions.

5. Data Digitization & Data Migration — Digitize the manual master data of routes, bus details, time-table, fare details etc or migrate the existing data (wherever available).

6. Manpower – Provide adequate manpower for a period of one year to make operational all proposed RSRTC’s Booking Counters as per requirement of RSRTC. Details of minimum manpower requirement is as below:

Items Number of years

No. of Units

Manpower for ORS for First Year : (i) Average 2 person per window for 284 Online Booking Counter (ii) Average 3 person per Depot in three Shifts for 46 Depots

One year

568 138

System Administrator at each datacentre Five years 1 Database Administrator at each datacentre Five years 1 Network and Hardware maintenance at each datacentre Five years 1

Hardware Maintenance @ Depots (2 Engineers per Zone for 9 Zones) Five years 18

7. Training — Provide adequate training to the various users is essential for the

successful implementation of the project. Training needs to be provided to people from the senior management, the Supervisory, Clerical Staff, Operational Staff such as Traffic Controller etc. at the depots as per details given below :

Trainings need to be conducted based on a requisite mix of theory & practical/ operational sessions. The trainings should be conducted in Hindi. Trainings may be conducted in shifts over a period of time, as it will not be possible to have all booking clerks at a depot attending the trainings at the same time. Some of the practical /

Srl . Stakeholders

Type of Training Trng. Duration

Aprx. No. of Emp.

1. General Office Staff (5 per depot + 100 HO)

Computer Appreciation Training + ORS

10 days 330

2. ETIM operating Staff (4 per depot)

ETIM uploading and downloading data

2 days 184

3. Booking clerks (3 per booking window)

ORS operations 3 days 852

4. Flying and Audit staff ETIM and ORS operations

5 days 100

5. ABAs, Emitra /CSC kiosks holders

ORS operations 3 days 3000

Total 4466

Page 21: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 21

operational training session for the booking clerks needs to be conducted at booking windows while they are at booking windows. The trainings need to be conducted at the depots, as it is not possible to conduct centralized trainings of employees in an organization like RSRTC which is spread across the State at multiple locations. The bidder shall also be responsible for retraining the staff concerned whenever changes are made in the software and it is the responsibility of the bidder to ensure that the operators are familiar with new versions of Software and its allied services. The bidder shall keep trained staff at each depot level for providing and managing support for smooth working and for maintaining performance level expected by RSRTC. The bidder may also need to train the ABAs appointed by RSRTC from time to time according to their role in the system including the training pertains to payment gateway facility etc. However, training can be carried out at Zonal HQs wise for the ABAs’. Note– It is entirely the responsibility of the succ essful bidder to adequately train the employees of RSRTC so that they are able to use the new system comfortably and with ease.

8. Third Party Audit, Auditor’s Scope and Certificatio n by GoI/GoR Approved Agency : A Third Party Quality Certifying Agency (STQC) to be involved by the bidder from the very beginning of the project to ensure that proper application design and development standards are met and have to obtain required certification from STQC for each stage at no extra cost. The cost of the audit will be borne by the Vendor. Third Party Audit of the developed application should be done to ensure security loop holes and other vulnerability before hosting the same in State Data Centre. Third Party Audit shall include monitoring the performance of the system with a view to ensuring desired Quality of Service (QoS) by the Vendor as defined in the respective SLA’s, signed between RSRTC and the vendor. The TPA will be required to verify compliance with pre-defined terms and conditions pertaining to software development, security audit (both application software, server side hardware and system software), load specifications, etc. The Vendor shall conduct the pilot only after successful completion of the third party audit and incorporating the changes and modifications as identified by the TPA. The Thirty Party shall also provide safe to host certification for the application to be hosted in the Data Centre

Page 22: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 22

Performance criteria and SLA: The TPA would audit and certify whether the final IT System developed would be able to perform as per the criteria set in this RFP. It would thoroughly test and certify the robustness of the Application as against the Technology and Performance SLA criteria specified in this RFP. The TPA will conduct performance testing beyond the specified requirements until the system breaks down and thereby propose remedies to address the weaknesses existing in application software. Test cases required for performance testing has to be written by the audit agency, wherein similar load conditions have to be simulated. The TPA will also test the accounting systems and SLA monitoring system of this application with respect to design, security and completeness.

IT Infrastructure designed and set up by the vendor for the project : The TPA would test, audit and certify the IT infrastructure (Hardware and System Software) configuration (as per the agreed upon BoM) etc.

Security Implementation: It is essential that the application is very secure and the security related policies, processes and procedures are envisioned and implemented properly. As an integral part of the process, the TPA will be required to audit the Security Architecture, implementation of security features in the hardware infrastructure and system software used for hosting the application and entire application after the vendor notifies its readiness to ‘go-live’

The TPA review will focus on the following: • Deliverable Audit – This audit will focus on reviewing the deliverables. The

review will focus on the – � Completeness of the deliverables � Compliance of the deliverables to best practices and standards.

• Implementation Audit – The implementation audit will focus on reviewing the implemented system. It will verify the performance, functional compliance, security compliance and SLA monitoring.

9. Analytics & Online MIS - Provide system for Data Analysis, Data Mining of various bus operations, revenue collected, passenger load etc. This can be useful to RSRTC in framing of time table and better fleet utilization.

MIS on Bus Trips (Data Mining) - RSRTC operates Long/medium distance bus services across the State. While framing timetable for these trips, last 2/3 years operational data like route-wise, trip-wise, hour-wise load factor, earning etc is required. In addition to this, extra services are operated for occasions like Holi, Diwali, Rakhi & Summer vacation. RSRTC also operates statewide fair operations such as Ram Deora and Ganesh Chaturthi etc. Through Online Reservation System, the information for bus trip management shall be available to operating unit/Managers. This can also help management for fixing extra trips/fair operations calendar for the year. An advance ticket booking through ABAs is very important factor in promoting our

Page 23: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 23

business. In view of this, there should be proper control on ABA through ORS. In short, vendor should be in position to provide analytical data in this regard to increase the number of trips on high paying routes. The solution should also have a capability for data mining in order to build advanced business intelligence applications which can mine database and build complex analytical models and integrate those models with business operations. It should support building of Online Analytical Processing (OLAP), data warehousing and data mining solutions to derive value from data. It should have relevant security features in analysis Services. It should have data mining capabilities and should analyze collected relational and OLAP data to recognize trends and make predictions.

10. Hardware, Software and Networking items Procurement and

Hosting

The Data Centre is to be established at Rajasthan State Data Centre (SDC). The SDC will provide only the Power, Cooling and Space for hosting all required hardware, software, networking equipments & connectivity to run all the applications. The vendor shall procure and provide the minimum qu antity of all the hardware, software, networking equipments & connect ivity with proper bandwidth etc as mentioned in Annexure-13 and setup those entire items at Rajasthan State Data Centre, RSRTC Head Office, Zon al Offices, Depot Offices and Booking Windows of concerning depot. The items & quantities mentioned in Annexure-13 is minimum for this project, but it is the sole responsibility of the successful bidder to perform the appropriate sizing of all required items like hardware, software, networking equipments & connectivity with proper bandwidth etc to make this project successful and meet out the SLA requirements.

The Minimum Required Specifications of the computer hardware and all other items for the project is given in the Annexure-14. All Hardware like servers & desktops should be from any of top three OEM as per the latest IDC/Gartner report for the applicable segment The bidder is required to provide OEM Authorizations Certificate in the format provided at Annexure 12 . The end to end solution provided by the bidder should be supported by the OEM and must have support centre in India for the products, hardware, software, and application etc. for the entire period of the contract. Offered hardware (server), software & network items should not be end of life during the project period . In case of unsatisfactory performance of services of the bidder; RSRTC would reserve the right to assign the same to any other party at no additional cost implications. The bidder has to ensure that all the items are in accordance with RFP and in case any deviation is found in term of specifications, it will be replaced with the items as per RFP free of cost immediately. Bidder has to ensure that any deviation from RFP liable to rejection and bidder has to give an affidavit in this regard.

Page 24: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 24

To reduce the total cost of the project and ownership, it is suggested to share hardware such as UPS, Switches, and Networking products etc which are used commonly for implementation of project where ever possible. Also this is recommended that bidder may use open source software like:

� Operating System (Linux and similar OS) � OEM supported open standard RDBMS (Ingres, Postgre etc) � Open office, Star office � Open source development on Java J2EE

These are suggestive technology recommendations, however, bidder is free to use any technology without any vendor lockin and the proposed technology/solution should be secured, scalable, reliable and interoperable over heterogeneous environment. Bidders can use the existing hardware available with its own and should visit the depots and booking windows for assessing the requirements on the basis of volume of works and other parameters.

11. Disaster Recovery and Business Continuity

With such a strategic priority given to the IT, it is essential to review and address all the issues and risks surrounding the IT and to plan for the continuity of the services in case of unforeseen events. The bidder will hire space for Disaster Recovery (DR) setup at the DR site finalized by bidder with consent of RSRTC including managing its activities in case of a disaster. The place for Disaster Recovery (DR) site can be suggested by the successful bidder and it should be in different location/seismic zone, but it should be replica of Data Center in term of all hardware & other items. The DR site should comply tier 2 or above standard of the data center. In case DR site is setup by the Government of Rajasthan or DR site is setup by RSRTC within the project period, the bidder would have to shift complete setup to the new DR site within time limits as prescribed by RSRTC without any extra cost burden on RSRTC. Vendor shall also prepare a Business Continuity Plan (BCP) (A plan that sets out the processes that are to be followed for an organization to continue to function and deliver essential services in the event of a significant disruption) for smooth functioning of its operations in case of any emergency or disruption. The BCP should be reviewed and updated at regular intervals.

Guidelines for Designing and Implementing the Busin ess Continuity (BC) and Disaster Recovery Plan (DRP)

• Organize and Manage the BC & DRP Project • Establish a dedicated contingency planning team

Page 25: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 25

• Develop the detailed work plan and schedule for development of BC & DRP • Perform impact analysis • Develop a process/service evaluation criterion identifying the individual processes

and the activities, criticality and uptime or availability requirement of the services and potential impact to the process and/or service in case of failure in the Information System or related enablers

• Perform the impact analysis based on the evaluation criteria developed and shall prioritize the critical processes/services.

• Determine minimum processing requirements and Recovery Point and Recovery Time Objectives (RPO and RTO)

• Define the normal operating requirements for each critical process/service and application(s) identified in the previous step.

• Define the minimum operating requirements for each critical process / application.

• Define Recovery Point Objectives (RPO) i.e. the point in time to which systems and data must be recovered after an outage as determined by RSRTC and Recovery Time Objectives (RTO) for each service and the enabling Infrastructure i.e. Timelines within which the information systems need to be recovered.

• Identify and analyze risks • Analyze the risk associated with IT and other resources enabling the service

delivery shall prioritize the resource needs • Identify the scenarios of resource loss situations, which might have impact on the

service delivery Analyze alternatives and select strategy. • It is absolutely imperative that none of the transactions are ever lost due to an IT

system failure (or any other type of failure). The bidder has to ensure operations for zero data loss while having high availability and performance in mind.

• For the identified critical resources enabling the key services and processes, Vendor shall identify the recovery alternatives available.

• Vendor shall evaluate each recovery alternative identified for the critical resources and based on the minimum processing requirements and RPO/RTOs appropriate recovery strategy shall be defined.

• Vendor shall develop the appropriate test scenarios for verifying the effectiveness of the recovery plan and based on the test results, the recovery plan shall be updated.

Other Guidelines while Developing Business Continui ty Plan:-

• There should be a clear definition of individual responsibilities, including who has the authority to declare a disaster and initiate the BCP procedures.

• There should be instruction on when, where and how to use the DR site including, but not limited to : Procedures for establishing ORS Systems processing in an alternate location including arrangements for office space.

• Replacement of equipment, Telecommunications, Supplies, Transportation etc. • A list of contacts of key personnel with work, home and cellular phone numbers

as appropriate should be maintained.

Page 26: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 26

• Identification of vital system software documentation should be stored at the DR site.

• The procedures for retrieving and restoring information and data from the off-site storage facility shall be documented.

• A list of vendor contact personnel should be made available. • Documentation detailing the complete listing of IT Infrastructure including

software and hardware shall be maintained. • The interim procedures to be followed until systems are restored, and

procedures for catching up when systems are back in operation shall be documented.

• There should be an evaluation of maximum outage tolerable for each system and a restoration priority listing indicating the order in which to restore systems.

• A copy of the Recovery Plan shall be stored off-site. • A Disaster Recovery Crack Team should be formulated to plan and manage any

disaster situations. • The replication at DR site will be performed using the communication link between

primary and DR site. In the event of a disaster, operations can start from the DR site until the primary site recovers from damage. Once the primary site again starts operating in normal fashion, then the operations can fall back to the primary site. For the DR site support, knowledgeable manpower similar to Primary site will be required. Rules should be formulated for the operations of the secondary site in the event of disaster.

12. It is perceived that it will be the responsibi lity of the bidder to:

a. Provide ORS, ETIM backend software for data transfer between ETIM and ORS and provision for manual entry for manual tickets issued if any, Software modules like Vehicle Scheduling & Dispatch System, Online MIS & all others as per the requirement during contractual period.

b. Procure, install & reuse of all hardware and peripherals including networking equipments for this project considering the provision for future business expansion.

c. Deploy all hardware to various locations; ensure Installation & commissioning of the set up.

d. Install all requisite software at various locations and arrange for software updates whenever necessary.

e. Ensure regular patch management at all necessary points f. Ensure regular software updates are provided at all necessary points. g. Maintain the hardware regularly at predetermined standards h. Provide antivirus kits. i. Provide IT consumables as per requirements. j. Provide necessary electrical cabling. k. Ensure regular backup (and restoration, if required) is conducted. l. Ensure regular training to all concerned employees of RSRTC. m. Ensure seamless data transfer between the various nodes as per the

Page 27: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 27

requirement and design. Data transfer can be between the ETI machines and the reservation system, between the various servers in the reservation system etc, as per the requirement.

n. Generate all requisite reports as per the schedule and periodicity. The reports may be needed (but not limited to) —

i. Daily ii. Decadely (Every ten days) iii. Monthly iv. Yearly

o. The primary administration related functions would be performed by the successful bidder. All key information required to manage/run the database/system should be made available to RSRTC as per the procedure defined by RSRTC. The bidder should also adequately train the designated personnel of RSRTC on system, network and database administration so that they are able to manage the administration function if there be a need. It is the prerogative of the bidder to involve RSRTC personnel in all administration activities and assist them in achieving self sufficiency in the same over a period of time.

Vender must give comprehensive onsite warranty of t he hardware/software and other allied equipments, excluding consumables, sup plied under this project at satisfactory level as defined by the SLA/requiremen ts for five years from the date of completion of roll out of the project (as given on para 6.2).

3.3. Suggested List of Deliverables

The suggested list of deliverables (but not limited to) from the vendor shall include:

(1) System Requirement Specification (SRS) document containing detailed requirement capture and analysis including functional requirement, Interface Specifications, application security requirements.

(2) High Level Software Design document including Software Architecture design (System Design), Logical and Physical Database Design etc

(3) Low Level Software Design document including Programming Logic, Workflows (Flow Chart), Dataflow Diagram etc.

(4) Error Log (5) Test Plans and Test Cases (including Unit Test Plan, System / Integration Test

Plan, User Acceptance Test Plan, Security Test Plan, Load Test Plan). (6) Inventory being used for implementation of ORS. (7) Specification of ORS hardware / software with operating manuals. (8) Details of network connectivity with diagrams. (9) ETIM & ORS Application Software, backend software, interfacing software etc. (10) Software Source Code (11) Software Testing Documentation (including details of defects / bugs / errors and

their resolution) (12) Training Manuals and literature

Page 28: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 28

(13) Implementation plan (14) Systems Administration Manuals (15) User manuals (16) Installation Manuals (17) Operational Manuals (18) Maintenance Manuals (19) Periodic Status and Review Reports (20) Internal Review and testing documents of the vendor.

The bidder shall prepare the entire documentation a s mentioned above and submit three sets of above-mentioned documentation to RSRTC. It is recommended that the documentation should be in sta ndard format with consultation of RSRTC.

3.4. Basic Requirement of the Software Application The basic requirement of the ETIM and Online Reservation System (ORS) has been given below. These are the basic requirements, and may not be the only requirement. The successful bidder needs to design the system, develop and implement it accordingly, so that these requirements are met. RSRTC reserve the right to add/modify/delete etc the scope of the work as per business requirements, till the successful acceptance and certification by the user department (generally Traffic and Accounts Departments), without any additional b urden on RSRTC. However, the vendor needs to incorporate any change in policy/procedure/business rule due to change in Government/ Corporation/ Statutory policies or due to unavoidable circumstances at any point of time during the contract period (which may involve changes/modifications in the software/ hardware/ networking equipment/ connectivity type/ consumables etc.) after mutual discussion. A — General and Technical Requirements

• The Basic Software Application should be multi-tier, web and browser based solution

front-end for users and as well as for system administrative functions. • The software should be compatible with various industry open standards and

technologies. • Should support interoperable, portable, and scalable applications, services,

interfaces, data formats and protocols. • Should have the latest/appropriate version of an Operating System. • The system should work on the latest version of a RDBMS based database systems • The system database should be ODBC and JDBC compliant. • Should be compatible with all leading Web Browsers in India. • The system’s development environment and databases should be based on open

standards and should allow data migration and access to any open standard platform in using the application or data in any future application.

• All the components of the system should be able to communicate with respective

Page 29: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 29

components across access filtering devices • The system will be, essentially characterized by th e following features:

• Flexibility - The system should be adaptable to changing commercial practices and reduce the total cost of ownership. As far as possible, the parameters like routes, ticket rates etc should be configurable items in the system, so that any change in them can be incorporated with minimum effort and disruption.

• Open Architecture - The system should follow an open architecture and allow interoperability. The architecture should not facilitate a vendor or a technology lock-in.

• Integration - All the system components/modules/functionalities should be integrated and functional as per the requirement mentioned in the RFP.

• Simplicity & User friendliness - The overall application should be developed keeping in mind simplicity and user friendliness as the key, so as to enable easy maintenance and operation of the application by the end user. Most of the end users would be RSRTC bus conductors and depot staff, many of them at remote locations across the State with varied degree and level of education. Thus, the application development including interfaces should support Hindi & English using Unicode technology with no font download dependency. There should be a scope for generating output in both the languages. Simplicity and ease of use should be the two key factors driving the solution.

• Manageability – The application and system software should cater for easy manageability by the system administrator and provide requisite administrative tools for the same. It should allow remote System Administration to be performed as far as possible, and provide GUI based scope for system administration.

• Stability & Robustness - The System should be robust and stable, and should be able to withstand high stress/load/sudden spurts of high traffic etc without any change in the system performance. The bidder should adopt an appropriate architecture, technology etc to ensure the same.

• Interoperability- Customer demand for enterprise interoperability solutions continues to escalate, the need to maximize return on investments, and the need for standards-based solutions. Interoperability software can help enterprises get maximum value from their current resources and applications investments by extending both existing skill and code bases, allowing for maximum application reuse in the fastest time possible.

• Security - The application development including OEM software used should be made free from any vulnerability & provide a bug free environment for the entire solution for the period of contract. RSRTC should be provided with all administration packs, enterprise security tools, security patches, updates, a bug fix, vulnerability fixes etc from the OEM from time to time for the entire period of contract. There should be zero data loss due to any reason whatsoever.

• Support & Maintenance - The end to end solution should be supported by the OEM for the products, hardware, software, and application etc for the entire period of the contract. In case of unsatisfactory performance of services of the bidder, RSRTC would reserve the right to assign the same to any other party at no additional cost implications.

Page 30: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 30

B — Functional Requirements

Backup and Recovery: The successful bidder should conduct regular backups and restoration (if required), of critical data, programs, documents and systems etc. Appropriate methods should be used for backup data verification. The bidder should also define a Backup & Restoration Policy with detailed procedures including (but not limited to) backup type, frequency, media, storage period, storage location etc. General and Adhoc Queries/Reports in Proposed Solut ion: The system should have a provision to generate adhoc queries/reports and enterprise reporting with minimum effort and in user-friendly manner. The enterprise reports should have capabilities to be viewed and downloaded in various standard formats like pdf, xls etc. Print and Online Help options: Proposed system must have the facility to have print options for the reports and other specified forms in general / pre-printed format agreed and approved by the user. Online help for all users and administrators should be a part of software.

C — Performance Requirements • The system should be able to perform without any degradation of performance after

incorporating the following aspects into the system architecture, design and development —

• The expected minimum load on the system is o The ORS shall be concurrently used from all depots, bus stations and booking

windows of the State as mentioned earlier. This number may increase by a minimum of 50% in the next five years.

o At present, RSRTC has 51 ABAs in Jaipur, they are providing Online Reservation to limited services to limited cities and RSRTC has signed a MoU with DoIT&C on State level to avail the services of all e-Mitra and CSC counters in all over Rajasthan to sell the tickets. Presently 1600 e-Mitra & CSC counters are in working, shortly this number is going to increase upto 2500 and in next 2-3 years total e-Mitra and CSC counter may increase upto 6000. Except this RSRTC also planning to increase their Bus Services and total number of booking nodes in next few years, which shall be using the Online Reservation System (ORS).

o ORS shall be made available to the citizens to book tickets through the internet. It may be assumed that at least 20-25% of the total passengers per year shall book their tickets online through the internet.

• The average response time for users (time taken for loading of a web page) should not exceed 6 seconds per month, while the 95th percentile point of application response time for users should not exceed 10 seconds in a month. (Definition and Penalty for non conformance mentioned Section on SLA)

• The system should have an accuracy of 100% for every transaction, reports

Page 31: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 31

generated, MIS and accounting of data received through the ETIM and ORS. • The time taken to print a ticket through the ORS after data entry should not exceed

an average of 5 seconds per depot per month. • The application software should be designed to cater to the above mentioned load

without any degradation of performance as defined above. • The system should utilize a database schema, design that is capable of handling

current and future work load as defined above. • Scalability - The software should be highly scalable considering future requirements

of RSRTC. The system should be able to perform at the same level of performance as defined in this document even with additional Depots, Booking Agents etc being added by RSRTC.

• The project will work in a networked environment. It should be able to run with equal efficiency in a network having desktop architecture without any degradation of performance.

• It is absolutely imperative that none of the transactions are ever lost due to an IT system failure (or any other type of failure). The bidder has to ensure operations for zero data loss while having high availability and performance in mind.

D — Availability Requirements • Ensure 99.9% availability and uptime of ORS during business hours. Business hours

are 05.00 AM to 12.00 PM for ORS for all the sites for all 365 or 366 days. Maintenance for ORS between 00.01 AM to 04.00 AM for all 365 / 366 days, with pre determined schedule mutually decided between RSRTC and vendor. Some of the ORS data has to be reflected in ETM at all depots 24X7X365 or 366.

• Ensure 99.9% availability of the centralized reservation information, so that the same can be made available for the ETI machines.

• Ensure 99.9% LAN connectivity uptime at all offices (depots, booking windows etc) and 99.9% WAN connectivity uptime at all offices (depots, booking windows etc) wherever it is needed. Vendor can have options from multiple ISPs’ to ensure this.

E — Security Requirements

ORS should be protected from the following (but not limited to) security incidents. There shouldn’t be any incidents of the following nature –

• Virus Attack — this shall include malicious code infection of any of the desktops/servers in the network.

• Denial of Service Attack - This shall include non availability of service • Data Theft - Compromise of any kind of data through network. • Intrusion — Successful/unsuccessful unauthorized access to RSRTC

Application/Network resulting in loss of confidentiality/Integrity/ availability of data. The security overlay for the access to the server must be provided at all levels and

Page 32: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 32

locations (where ever an application/database server would be deployed) with suitable authentication and profiling engine. Suitable encryption mechanism must be used at the application layer. Role based user access shall be provided, which will be specified during software development phase. Audit trail must be maintained for any change in the system/data including data additions, updates, deletions etc for security audit. All cases of user access to the system must be logged for future reference. Size of log file, number of entries, time sensitivity etc will be discussed with the successful bidder and finalized during the Requirement Analysis Phase.

The bidder should also ensure that the security system should be designed in such a way that –

• To stop unwanted content over network • To reduce recreational internet surfing through ETIM / ORS terminals • To restrict illegal file downloading • To manage internet traffic to optimize network bandwidth

3.5. Project Duration The project shall be awarded on BOOT basis to the s uccessful bidder for a period of five years, with an option to RSRTC of extending by another year with revised costing. At the end of the fourth year, RSRTC will engage the vendor in a negotiation for further continuation of the project for one more year (beyond the fifth year).

Page 33: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 33

4. Requirements for Existing ETIMs and ORS 4.1. Existing ETIMs

Rajasthan State Road Transport Corporation (RSRTC) has automated the manual tickets issuing system by replacing it with a system based on the Electronic Ticket Issuing Machine (ETIM). RSRTC has issued a purchase order for approximate 5000 ETIMs (which configurations are as given at Annexure-15 ) from M/s Softland & M/s MicroFX, out of them more than 50% ETIMs have reached to various depots and made operational, remaining will be made operational within a month. The ETIM machine will not be handed over to the successful bidder. The operation of ETIM machines will be undertaken by the RSRTC staff as being done at present. The maintenance of the ETIM machine will be undertaken by the supplier of ETIM machines. However, the successful bidder shall develop application software for uploading the ETIM data into the online reservation system and downloading of route details, fare details etc. into ETIM and would generate MIS related with ETIM transactions. RSRTC will provide support to the successful bidder for details related with ETIM. Bidder can inspect all depots before bid submission (list of zone wise depot offices given at Annexure-16 ) to be ensuring himself about the condition and functionalities of the existing ETIMs of RSRTC because the bidder has to integrate these existing ETIMs with proposed ORS. Basic Software Requirements It is required to develop all requisite software for integrating the data received from ETIMs and pass this data to the server as per the requirement of RSRTC and vice versa. • Capture and store Master data like routes, time table, fares, bus details etc. • Upload and download the required master data to ETI machines as and when

required. • Store transaction data related to ticket sales through ETI machines. • Pass on the data back to the server from ETIMs whenever they are connected to the

LAN at a depot. • Perform the functions such as uploading / downloading data from ETIM, auto

compilation, reconciliation of fare charging, No. of Passengers, Concession fare and sale of tickets etc.

• Scope of managing change in fare, routes etc centrally without having to change in each and every machine.

• Facility for MIS and report generation, including processing and printing of MIS reports as per requirement at all levels.

• Capture the sale of ticket data and related information through ETIM and print & view various reports from ETIM as and when required.

• Provide facility to view and print and MIS reports to managerial authorities at depot,

Page 34: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 34

zonal and Central (Head) office level for MIS reports. • Scope of part replication of the database or use of the footprint facility at the local

(depot) level so that data can be loaded/downloaded from the ETI machines even in case of unavailability of LAN/WAN.

• Provision to be made for loading additional required route as and when required by other depots.

• Provision to be made to capture the details of full/partial cancelled trips as per crew duty.

• Provision to be made for online audit by depot accountant. • Provision to be made for capturing details of account head wise traffic revenue

earned.

Reports related with ETIM system:

1. Status Report at particular stage indicating trip title, service type, stage point, date & time of inspection, no. of passengers, no. of tickets sold, revenue with conductor, no. of penalty tickets issued etc.

2. Ticket Details Report for all tickets (tripwise) or for selected trip 3. Tripwise/Ticket Typewise Revenue Collected through ETIM 4. Duty Daywise Revenue Collected through ETIM 5. Stage wise Report of boarded / alighted passengers (Tripwise) 6. Toll Tax Payment Report (Tripwise) 7. Online Expenses Report 8. Police Motor/Jail warrant Details Report indicating Police Motor/Jail warrant No,

Warrant Type i.e. Police / Jail, date, Journey (From-To), Fare, No. of Passengers, Total Fare Amount (Trip wise)

9. Trip-wise Traffic Receipt, Luggage charges receipts, toll tax receipts, Total no. of passengers (Adult & Child), Total no. of concession passengers, Total Earnings & EPKM (Trip-wise and Duty-wise).

10. Refund of fare Amount Report indicating reason, no. of passengers, ticket no. amount of refund etc.

11. Concession Report — Trip-wise / Concession-wise revenue collected through various concessions, fare collected, & no. of passengers traveled on concession fare

12. Trip wise/State wise breakup of revenue collection in case of interstate route. 13. Revenue deposited by the conductor (Night out deposit) detail report. 14. Postal Mail Details report indicating pickup point, handover point & no. of bags. 15. Vendor should provide any other report as and when required by RSRTC.

Reports at Depot (View & Print):

Daily 1. Conductor Sign on/off details as on required date & time with summary

containing conductors not reported back as per schedule duty, imprest amount tally report .

Page 35: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 35

2. Machine Detail Report indicating No. of Online ETIM, No. of ETIM in depot & unmoved / idle ETIM in depot on a particular date & time.

3. Conductor-wise & Rupee Denomination-wise revenue Report 4. Shift-wise/ Cashier-wise Cash Collection Report 5. Daily Cash Collection Report for Parent Depot, Other depot, and for Interstate

Route (Conductor wise and Traffic Controller wise) 6. Daily Cash Collection Report for Parent Depot, Other depot, and for Interstate

Route (Mofussil/Interstate/City Service wise) 7. Account head-wise-Revenue Report/Online expenses report along with

summary for Parent Depot, Other depot, and for Interstate Route (Combined for traffic revenue generated manually and through ETIM)

8. Conductor-wise Shortage / Excess Report 9. Police Motor/Jail Warrants Detail Report— (Daily/Monthly/Yearly) 10. Online Expenses Report 11. Toll Tax Payment Report 12. Revenue deposited by conductor at parent depot & other depot report 13. Night out Deposit Receipt Report 14. Account Head-wise revenue split-up report i.e. :-

a. Interstate revenue & No. of passengers (State-wise) b. Senior Citizen revenue & No. of passengers c. Concession-wise revenue & No. of passengers d. Police Motor/ Jail warrants revenue & No. of passengers e. Annual Concession card revenue & No. of passengers etc.

15. Crew change earning reports for crew duty performed for other depot (conductor-wise).

16. Trip-wise Incentive scheme amount paid by cashier report. 17. Trip-wise Passenger Revenue, Luggage Revenue, Toll Tax Revenue with

EPKM, LF & No. of passengers for the selected trip or for all trips. 18. ABC analysis statement for the selected trip or for all trips 19. Other revenue report at depot 20. Cashier Wise Details of Night Out Deposit 21. A/C Head-wise and conductor-wise/controller-wise statement of Concessions Decadly 1. Trip-wise direct passengers traveled report for the selected trip or for all trips 2. Service type-wise earning report for the selected trip or for all trips 3. Long Distance/Medium Long Distance trip-wise earning report for the selected

trip or for all trips 4. Conductor-wise earning report for selected conductor or for all conductors 5. ABC analysis statement for the selected trip or for all trips 6. Extra trip earning report 7. Special Occasion wise trip earning report 8. Mela/Yatra earning report 9. Cancellation trip/ KM report

Page 36: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 36

10. LF Slab-wise trip report

Monthly/Quarterly/Yearly/For specified period 1. Police Motor / Jail Warrants Detail Report 2. Conductor-wise Shortage / Excess Report 3. No. of Passengers traveled during a Month 4. Date wise Revenue Collection Report 5. Trip wise Revenue Collection Report 6. Date wise Refund Report 7. Concession Report indicating concession wise fare collected and amount of

reimbursement. 8. Inter State Revenue Report 9. State wise Breakup of Interstate Earning 10. Date wise Inspector Report 11. Date wise Inspection Report 12. Date wise Toll Tax/ CNS Report 13. Account head-wise/date-wise summary of Daily Cash Collection 14. Account Head-wise revenue split-up report

a. Interstate revenue & No. of passengers (State-wise) b. Senior Citizen revenue & No. of passengers c. Concession wise revenue & No. of passengers d. Police Motor/ Jail warrants revenue & No. of passengers e. Annual Concession card revenue & No. of passengers etc.

15. Trip-wise Passenger Revenue, Luggage Revenue, Toll Tax Revenue with EPKM, LF & No. of passengers for the selected trip or for all trips.

16. Trip-wise, stage-wise passengers traveled report for the selected trip or for all trips

17. Trip wise direct passengers traveled report for the selected trip or for all trips 18. Service type-wise earning report for the selected trip or for all trips 19. Long Distance/Medium Long Distance trip-wise earning report for the selected

trip or for all trips 20. Conductor-wise earning report (for selected conductor or for all conductors) 21. ABC analysis statement for the selected trip or for all trips 22. Extra trip earning report 23. Bajar-wise Bajar trip earning report 24. Fair Operation earning report 25. Cancellation trip/ KM report 26. LF Slab-wise trip report 27. Account Head-wise ‘D’ Form to be generated at Accountant level of depot. 28. Other revenue report at depot 29. Account Head-wise Summary of Concessions

Page 37: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 37

Exceptional

i) Low paying trip report for the given period ii) High paying trip report for the given period iii) State Master iv) Zone Master v) Depot Master vi) Machine Master vii) Employee Master Viii) Village/ Stop Master ix) Crew Duty Master x) Trip Code Master xi) Bus Service Type Master xii) Concession Master xiii) CNS Master xiv) Parameter Master (Shift duty timing, service type wise sanctioned

KM, Start ticket No., imprest cash, age for child, time setting, Avg. Seating capacity etc.)

xv) Route Master xvi) Fare Master for RSRTC buses xvii) Fare Master for Interstate buses xviii) Route Details xix) Trip Details xx) Crew Duty Details xxi) User roll authorization xxii) Change of password

Reports required at the Zonal and Central Level 1) Depot-wise, trip-wise earnings with EPKM, LF, No. of passengers (Daily/Monthly) 2) Depot-wise ABC analysis report 3) ABC analysis report 4) Route-wise earning report (Monthly/ Yearly) 5) Depot-wise, conductor-wise earnings 6) Mela/ Yatra/ Special Occasion/ Extra trip detail report 7) Service Type-wise revenue report 8) Service Type-wise, trip-wise revenue report 9) Long Distance/Medium Long Distance trip-wise revenue report 10) LF Slab-wise trip detail report 11) Trip-wise, stage-wise passenger revenue report 12) Trip-wise direct passenger revenue report 13) Depot-wise concession reimbursement statement 14) LF-1 & LF-2 registers 15) Route statement (Route-wise/Clockwise Trips with Summary) 16) Concession-wise revenue report

Page 38: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 38

17) Depot-wise/Concession-wise Revenue Report 18) Account Head-wise/Depot-wise/date-wise Summary of Daily Cash Collection

report Other Hardware/Network Components/ Equipments

• All Hardware like servers & desktops should be from any of the top three OEM as per

the latest IDC/Gartner report for applicable segment. The bidder needs to submit documental evidence of the same.

• All hardware/network equipments provided must be fr om OEM, and should

come with user manuals, operation manual etc in sof t copy. The bidder is required to provide OEM Authorizations Certificate in the format provided at Annexure 12 . The end to end solution provided by the bidder should be supported by the OEM and must have support centre in India for the products, hardware, software, and application etc. for the entire period of the contract. Offered hardware (server), software & network items should not be end of life during the project period .

• Establishing Local Area Network (LAN) at each level i.e. Depot, Zone, Central (Head)

office. The LAN setup should include requisite number of LAN components (switches, routers etc.), LAN cabling and other related components etc.

• Establishing suitable network connectivity (Wide Area Network) between all locations

for accessing information in respect of ORS. The network should be scalable enough to meet future up gradation issues in terms of bandwidth, no. of locations (If there is any increase in number of locations in future), No. of PCs/Desktops or additional services. The network design should be able to balance the cost and benefits in satisfactory manner and should have optimal utilization of bandwidth available.

• Providing PC/Desktop, Printer and Equipments for Network Connectivity, UPS, and

Cabling with required consumables, stationery etc. at all levels. For smooth running of the mechanism, the Minimum ha rdware, software and other required items for various locations for this project is given in the Annexure-13, However the successful bidder needs to ascertain the exact number and specification based on the requirement.

• Further it is utmost desirable that the successful bidder works out the most feasible

model for implementation of the project as the success of the project largely depends upon the following:-

a. Development of software after in-depth study of RSRTC’s present manual ticket

issuing system and online reservation system with prevailing ground conditions, its versatility for future up gradation, user-friendliness etc.

Page 39: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 39

b. Software’s compatibility with the present and future hardware. c. Back up (in case of breakdown, hard disk crash, virus attack etc.), after sales

support for the software/hardware so that down time will be minimum. d. Availability of trained and skilled committed manpower for handling systems at all

levels (Depot, Central locations etc.) dedicated for the project. e. Security of ORS software is critical and crucial because system involves financial

implication and should be protected from unauthorized users.

• The successful bidder needs to make any changes in software suggested by Corporation, augmentation in hardware including related components for hardware & software. Out of scope requirements on part of software and hardware may cause increase in cost and such cost shall be adjusted by deducting depreciation cost while handing over the project to the Corporation.

• The vendor shall strictly follow the standard Software Development Life Cycle (SDLC)

processes and procedures as per industry standards while developing software right from preparation of System Requirement Specifications (SRS) till User Acceptance Testing.

• The data captured from the ETIM should be secured in all respect and should not be

accessible to any unauthorized user. • The successful bidder needs to state the system of transferring the data in case of

crew changing point.

Page 40: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 40

4.2. Online Reservation System (ORS) RSRTC intends to provide computerized Online Reservation System in place of existing seat reservation system to its commuters through its various bus stations located across Rajasthan. Vendor shall give guarantee 99.9% connectivity of Online Reservation System (ORS) with Central Server during reservation timings fixed by RSRTC. In case of failure of network connectivity, provision should be made to continue the reservation facility at depot level for the trips originating from the same depot and or from the adjacent bus stations. As soon as the connectivity is restored, the booking data should be updated in the central site.

After implementation of this system at RSRTC’s locations, the ORS facility will be provided to all Authorized Booking Agents (ABAs), e-Mitra & CSC Counters all over the state and outside the state. RSRTC expects that vendor will try to promote RSRTC business to his full strength in this regard.

Once proposed system is implemented across the State and outside State where interstate operation is done, seat reservation facility will be made available for any where to any where destination from any location. Thereafter, vendor has to make available such computerized reservation system on Web i.e. through Internet with payment gateway facility to registered commuters. The bus station wise / depot wise trip reservation data is to be made available on concerned bus station / depot. The same data will be available to conductor on ETIM for information and further duties.

Online Reservation System (ORS) software shall automate the backend accounting activities related to day-to-day transactions. The ORS should enable to maintain and manage various aspects of Corporation such as depot wise reserved tickets, money transactions by authorized booking agents, registered commuters and strong MIS for trip management system. From this system, we expect various types of information at a glance that will help to take immediate managerial decisions.

Basic Application Software Requirements

It is required to develop all requisite software for the working of the ORS as per the requirement of RSRTC. • Development of Online Reservation Software (ORS) with web facility using Unicode

technology in Hindi & English. • Scope to capture reservation related information in the system along with ETIM

based transaction and financial details. • To provide seat reservation facility from anywhere to anywhere destination from any

location. • To provide internet booking to the passengers through the payment gateway facility • To provide interfacing software for downloading the desired data of advance booking

details to ETIM at depots.

Page 41: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 41

The other main software requirements are as follows -

1 The web based online reservation software shall have integration with the payment gateway

2 The proposed ORS should have facility to connect with Electronic Ticket Issuing Machine through the depot to download advance ticket booking details on ETIM before handing over ETIM to conductor.

3 To provide online reservation booking facility to authorized ticket booking agents of RSRTC with all security checks, access permissions and restricting agents to cross prescribed financial ceiling permissible for reservation booking.

4 To be able to cater to Business rules regarding Reservation/cancellation 5 Web enquiry for seats availability, fare, routes, en-routes stops, Arrival and

departure time etc. 6 Advance Booking, Full/Partial Cancellation of tickets, and Preponement of

journeys. 7 Interface to payment gateway for Internet booking using credit/debit card/Smart

cards/virtual cards, internet banking etc. However, vendor should take note that the service/ transaction charges payable to the banks or any other authority will not be borne by RSRTC. These charges will be borne by the passengers.

8 Printing of tickets/cancellation voucher and other related reports. 9 Provision to print some of the ticket details in Hindi as well as in English. 10 Enabling Blocking of seats or issuing ticket for reserve quota. 11 Web / Browser based facility for computerized reservation of tickets. 12 Concessions applicable for ORS as per the rules of RSRTC. 13 System should provide waiting list facility and automatic confirmation of wait-listed

passengers in case of cancellation of reserved seats. 14 Provide Tatkal reservation facility with special charges for specified period. 15 Centralized control of Stage & Fare tables, Fare revision, various

concessions, ticket cancellation rules, fare charging rules, bus service type, bus stops, route master, user privileges etc.

16 Facility to capture Passenger data such as name, gender, age, pass / authority no. date etc.

17 The ORS System will have view / print facility for Seat Vacancy Position (route wise, clockwise, starting place wise).

18 Depot wise/Authorized Booking Agent wise revenue collection, commissions, cancellations reports etc.

19 Reconciliation of revenue collection made by authorized booking agents and the remittance deposited by them in to bank at depot level.

20 Automatic locking of booking facility provided to authorize booking agents, e-mitra & CSC counters etc if the limit is exceeding than the permissible limit.

21 Providing of accurate and user friendly accounting system 22The security for the access to the server must be provided centrally with

suitable authentication/architecture. Audit trail is must for all data updates/ amendments and deletions for security audit.

23 System shall facilitate booking of entire bus by passengers (group booking). The

Page 42: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 42

information required for such booking i.e. bus type, fare charges, no. of adults & child and other charges etc. shall be provided on line and the system shall facilitate on line booking of entire bus.

24 End day procedure for processing information and generating MIS in report formats.

25 Provision for getting information of various types of concessions given to traveling passengers which shall be useful for demanding reimbursement from Govt. authorities.

26 All transactions should be processed by using keyboard and short keys are to be provided to carry the functions of mouse.

27 Multi level user authorization and authentication with appropriate User Profiles, Rules and Roles.

28 Facility to provide information and alerts on route wise, bus station wise time table, seat availability, fare, to Passengers on mobile phones, web notification etc

29 Data Warehousing and Data Mining facility for Dynamic and effective decision-making in the future.

30 Based on the above data the software will generate various types of reports — text and graphics on daily, decadely, fortnightly, monthly, yearly basis or as & when required for the use of various stakeholders such as the Corporation, agents, network, payment gateway, authentication, back office and other service providers.

31 All operational, MIS and Revenue reports for a specified period. (Booking centre wise, Service wise, Operator wise, depot wise, agent wise etc.)

32 System should provide the facility for editing, or creating new reports for specified period as & when required and conversion of the same into text format or spread sheet.

33 The system should support remote management. It shall be possible to monitor and tune the system remotely.

34 Comprehensive audit trail, logging and reporting. 35 The security solution must be capable of comprehensive logging of the traffic

through the network and applications under its control. It should be capable of notifying unauthorized logging access attempts in to the network and the System internal resources, and attempts to login that fail. So also be capable of notifying appropriate parties including the organization users/department users/System Security Administrators etc of suspicious activity.

36 A robust/rugged back up with detailed procedures should be formulated. The system should maintain a back up of all programs, data, documents, procedures etc. on timely intervals. Appropriate Disaster Recovery policy should be provided for recovery of the system and database with minimum down time to avoid public inconvenience.

37 The system should support printing on any printer — dot matrix, laser, inkjet or pre-printed or plain paper who book tickets through net/web.

38 The system shall provide user management services and service enrolment features to enable the user to register with the portal. It should also provide secured mechanism for user identification, transaction integrity, security etc.

39 The system should have the functionality to:

Page 43: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 43

a. Define user groups b. Define users c. Map users to groups d. Assign the users a role and privileges in the applications e. Assign the menus/forms/functionalities in the system to the users/groups f. Grant/impose data based access/restrictions to the users. e.g. for specific

operations etc. g. Define menus and attach such menus to users/ groups. h. Disable / re-enable users / groups from the system i. Disable / re-enable modules within application

40 The ORS for agents should have secure login facility based upon their system’s digital ID in order to prevent fraudulent practices.

Features of existing on line reservation system are given in Annexure — 5.

Basic Hardware & System Software Requirement

• ORS Hardware including Server, Desktops, Printer, Networking Products, UPS,

Cabling, Consumables • Operating system, RDBMS, Web Server, Security solution.

• Hardware and Network connectivity for the Authorized Booking Agents.

The Other Main Hardware Requirements are as follows –

a. Vendor has to provide Servers (Database Servers, Application Servers, Web Servers etc), System software including RDBMS, Storage requirements, routers, firewall, Desktops, Printers, Switches, UPS, network connection etc. at SDC and other components at the respective RSRTC office as given in the RFP. The bidder needs to finalize the requirements, including the appropriate specifications, make, number of equipments based on the information provided in the document. The hardware should be able to cater to the various requirements stated in the RFP.

b. The successful bidder should procure, install and configure all hardware required under ORS project at all locations as mentioned in Annexure-6 which may be increased or decreased or changed, at discretion of RSRTC. The bidder needs to provide the plan for the same.

c. All hardware/network equipments provided must be fr om OEM, and should

come with user manuals, operation manual etc in sof t copy. The bidder is required to provide OEM Authorizations Certificate in the format provided at Annexure 12 . The end to end solution provided by the bidder should be supported by the OEM and must have support centre in India for the products, hardware, software, and application etc. for the entire period of the contract. Offered hardware (server), software & network items should not be end of life during the project period .

Page 44: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 44

d. The vendor/bidder shall provide the details of the hardware, software & network

equipments to be needed by the ABA for using the ORS facility. e. The accessories such as keyboard/mouse/printer heads provided for reservation

counters needs to function continuously depending upon business need. In such cases, replacement/repairs of such accessories and consumables need to be done by vendor immediately without loss of time. The bidder needs to provide a detailed replacement strategy in case of failure of hardware provided to the reservation counters.

f. The entire hardware required for ORS from Central level to depot/bus station level should perform smoothly with requisite standby arrangement (if needed).

Initially the vendor has to provide web based online current & reservation booking facility at 284 stationary locations out of 530 as in Annexure-6 excluding authorized booking agents appointed by RSRTC. The vendor has to provide Hardware for the Online Reservation Counters as per requirement of RSRTC at these locations within State or outside the State. The following hardware required to be given for ORS purpose:

• Computers • Dot Matrix Printers • Laser Printers • Networking products • Switches • UPS • Cabling • Network connection

Maintenance Requirements

a. The successful bidder needs to provide technical support for database and application software.

b. The successful bidder needs to carry out comprehensive Maintenance of hardware provided for ORS at their own cost. In case of non-working of any hardware, it should be replaced/repaired within time bound limit so as to avoid interruption of business. The bidder needs to provide details about their regular/preventive Maintenance Schedule for hardware supplied under ORS project.

c. The bidder should have requisite AMC for hardware, network equipments and system off the shelf software

Consumables

For continued operation of ORS, vendor has to make available all consumables required from time to time for smooth working. The successful vendor shall maintain an adequate stock of inventory of all consumables: -

Page 45: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 45

a. Ribbons for Dot Matrix Printers / Cartridges for laser printers. b. Peripherals such as print heads, battery etc. c. CDs/DVDs/Pen Drives/External HDD etc..

However, RSRTC will provide stock of pre-printed ticket stationery and plain stationery & it will be the full responsibility of the bidder to keep the complete & detailed record for consumption of pre-printed tickets issued by RSRTC. In case RSRTC find out any irregularity/mismatch in tickets issued to bidder & consumption of the tickets, the vendor will be responsible for penalty as per the RSRTC rules/decision, which will be final.

Other Important Requirements

a. The vendor should ensure business continuity of ORS at depot level in case of failure of connectivity or any other reason.

b. Processing and printing of MIS as per requirement of RSRTC. c. Providing special privileges to various higher & managerial authorities at

depots/zones/Central office for view & printing the MIS reports. d. Setting up service centers at district levels for a chieving 100% uninterrupted

uptime for ensuring availability in providing ORS a t the locations owned by RSRTC during reservation time.

e. It is mandatory on the part of vendor to make standby provision & control all hardware i.e. Servers, Desktops, Printers, UPS, Networking products etc. including spares and required consumables required for this project at respective locations so that RSRTC’s business would not be affected.

f. Vendor has to register the details of all hardware inventory six monthly as per requirement of RSRTC.

g. Specify life of all hardware such as Server, Desktop, Printer, Networking Products, UPS and Switches etc being used under ORS project.

Note - All software including web servers, operating system, full functionality RDBMS etc should provide valid, full use, perpetual licenses & maintenance support from OEM. It should also allow hosting of other developed application on the same hardware thus reducing the total cost of ownership.

4.3. Network Connectivity for ORS

RSRTC desires to have network connectivity for accessing, uploading, downloading and updating data from unit to unit. For the purpose, it is necessary to have 99.9% uptime in network connectivity at the locations mentioned in Annexure-6 . The vendor has to ensure the network connectivity s hould be 99.9% reliable, cost effective and suitable for this project. Failure in network connectivity results in revenue and operational losses to RSRTC, which will be at the sole risk and responsibility of the vendor, and the same liabilit y, shall be passed onto the bidder.

Page 46: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 46

The network architecture should be based on (but not limited to) the following design principles - • Network design should facilitate meeting of all functional, performance, availability,

security requirement defined in this document. • The network design should be able to balance the cost and benefits in satisfactory

manner and should have optimal utilization of bandwidth available. • It should deliver high performance and should meet the real time traffic quality of

service requirement. • The network should be able to keep pace with technology and should be based on

open standards to allow integration with other services quickly. • The network should be scalable enough to meet future requirements of bandwidth

upgrade, increase in number of nodes like PCs/Desktops & locations or • It should be scalable enough to meet the demands of additional services • It should ensure safe and secure data transmission between various nodes in the

network. The data transmission shall be in encrypted form. • Network design should build redundancy at backbone level and component level to

make the network highly available. • There should be no single point of failure. • Ensure integrity and consistency of the data transmitted through the network at all

times. • Proposed network should be protected from all virus attacks and only accessible to

authenticated users. The network should be adequately protected from hacking. • The solution should be designed to be bandwidth aware throughout the application

& data replication, preserving valuable network resources for business usage. Concepts such as delta replication (i.e. only the data that is changed / added / deleted is passed through the network and not the complete data set) may be used to facilitate optimum bandwidth usage.

Network Connectivity related work shall involve (bu t not limited to) —

• Establishing Local Area Network (LAN) at each level i.e. depot, zonal & central office. The LAN setup should include requisite number of active and passive LAN components (switches, routers etc.), LAN cabling and other related components etc.

• Establishing suitable network connectivity (Wide Area Network) between all locations for accessing information in respect of ORS.

• Manageability objective of network is to provide true proactive network management. The network must have the proper tools and design to ensure that network administrator is always aware of its operation and current status.

• Network shall be made adequately secured using a combination of a firewall and an IDS/IPS. No unrecognized packet shall be allowed to enter or leave the network. The various networks shall be logically segregated using combination of virtual LANs.

• Managing LANs, Backbone connections and ensuring high uptime • Managing network connectivity system including the network firewall • Monitoring, analyzing and responding to system events & audit logs

Page 47: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 47

• Monitoring and trouble shooting • Liaison with various authorities for establishing and maintaining network connectivity

The successful bidder needs to prepare and submit a pre-planned schedule of providing network connectivity to the locations as per and commercial deployment (implementation) plan given by RSRTC. However, RSRTC will give priority list of the locations where network connectivity needs to be established for implementation of the project on an urgent basis.

For uninterrupted operations, network connectivity shall play important role in this project. Therefore the bidder needs to specify the details of the OEM and the service provider whose services are going to be utilized for this project along with recurring costs for five years.

If the use of free connectivity from Government or other sources is considered by the bidder for the project at any point of time, then the same should be informed to RSRTC and the financial benefits or cost savings acquired from it should be passed on to RSRTC. Note: The bidder needs to provide a detailed Bill o f Material (BoM) of hardware, network and software items to be provided to RSRTC for the project along with the proposal in the following format -

A> Location-wise Name of the Location: Srl. Type Make &

OEM Name Detailed Tech. Specifications

No. of items

Hardware

Software Network Equipments B> Summarized format

Srl. Type Make & OEM Name

Detailed Tech. Specifications

No. of items

Location to Be installed

Hardware

Software

Network Equipments

The bidder also needs to maintain an updated inventory register to be shared with RSRTC on a periodic basis (presently it shall be on a half yearly basis, which can be revised by RSRTC later). The bidder must provide letters from all the OEMs whose items it shall be supplying (Hardware/ Softwa re/ Network equipments) for the project mentioning that it (the OEM) has agreed to provide the same to the bidder as per the number an specifications mentione d in the BoM.

Page 48: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 48

5. SERVICE LEVEL AGREEMENT (SLA) 5.1. Service Level Agreement (SLA)

SLA is the contract between RSRTC and the successful bidder. SLA defines the terms of the Successful bidder’s responsibility in ensuring the timely delivery of the deliverables and the correctness of the same based on the agreed Performance Indicators as detailed in the Agreement. This section defines various Service Level Indicators which will be considered by RSRTC in the Service Level Agreement with Successful bidder.

The successful bidder has to comply with all Service Level Agreements (SLAs) defined below to ensure adherence to project timelines, quality and availability of services.

Note: Penalties shall not be levied on the successful bidder in the following cases • There is a force Marjeurie event effecting the SLA which is beyond the control

of the successful bidder

The SLAs have been segregated into • Implementation SLA • Post Implementation SLA

5.2. Implementation SLA

Timely Delivery

Definition Timely delivery of deliverables would comprise of software application and all documents that are to be submitted as part of the project deliverables. Delivery would comprise of submission of software components / source code etc after the completion of the UAT, or submission of documents as per the defined timeframe.

Service Level Requirement All the deliverables defined in the contract has to be submitted On-time on the date as mentioned in the contract with no delay.

Measurement of Service Level Parameter

To be measured in Number of Days of delay from the date of submission as defined in the project contract.

Penalt y for non -achievement of SLA Requirement

Delay of every Day would attract a penalty per day as per the following — For Software Application = 2 X Per day Penalty For Documents = 1 X Per day Penalty The total penalty would be generated by the product of the above and the number of Days Delay. The Penalty per day is Rs. 2000/-

Page 49: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 49

Correctness of Delivery

Definition Correctness of deliverables would comprise of software application, hardware and all documents that are to be submitted as part of the project deliverables. Correctness would mean that submission of all software components/source code etc after the completion of the UAT, should be defect/bug free. Hardware should be defect free after post installation testing of the same. In case of documents, it should be correct with zero error/defect by the defined timeframe.

Service Level Requirement All the deliverables defined in the contract has to be submitted First-Time-Right as mentioned in the contract with minimum errors/defects/bugs (as defined below). Documents – The documents submitted to RSRTC for final approval should have no errors. Hardware – The hardware and network equipments installed for RSRTC should have no defects Application Software – The required service level for the Application software correctness is: No Level 1 errors/defects/bugs in the complete application software. Level 1 errors/defects/bugs would be defined as the ones which has the greatest business impact wherein the user is not able to perform his/her regular work, or the output from the system is not as per the requirement. May have a maximum of 2 (two) Level 2 errors/defects/bugs in the complete application software. Level 2 errors/defects/bugs would be defined as the ones which has medium business impact wherein the user is partially able to perform his/her regular work

Measurement of Service Level Parameter

To be measured in Number of errors/defects/ bugs for each of the deliverables as defined in the project contract. The definition of Bug/Error/ Defect would be defined in the contract to be signed with the successful bidder.

Penalty for non -achievement of SLA Requirement

Occurrence of errors/defects/bugs would attract a penalty per day as per the following – For Software Application = 2 X Per Bug/Error/Defect Penalty For Documents = 1 X Per Bug/Error/Defect Penalty For Hardware/Network Equipments = 2 X Per Bug/Error/ Defect Penalty The total penalty would be generated by the product of the above and the number of Bug/Error/Defect found in the deliverables. The Penalty per Bug/Error/Defect is Rs. 2000/-

Page 50: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 50

Installation of Hardware and Network Equipment

Definition Installation of Hardware and Network Equipment would comprise of procurement, pre inspection check, Configuration and Testing by System Integrator and Roll-out approval from RSRTC

Service Level Requirement Installation of Hardware and Network Equipment should be completed within 2 week (10 Business Days) after delivering to RSRTC office/site

Measurement of Service Level Parameter

To be measured in Number of Business Days from the date of Intimation from RSRTC

Penalty for non -achievement of SLA Requirement

Delay of every Business Day in Installation of Hardware and Network Equipment would attract a penalty per day as per the following :– 2 X Per day Penalty The total penalty would be generated by the product of the above and the number of Business Days Delay. The Penalty per day is Rs. 2000/-

5.2. Post Implementation SLA

Resolution Time

Definition Time in which a complaint / query is resolved after it has been reported by RSRTC to the successful bidder

Service Level Requirement Any query after being given a response should be classified for resolution in following three categories.

Resolution Level 1 (R1): Queries regarding issues which has the greatest business impact wherein the user is not able to perform his/her regular work For example, unable to login to the system due to errors in software, online examination module not working etc.

Resolution Level 2 (R2): Queries regarding issues which has medium business impact wherein the user is partially able to perform his/her regular work

For example, user is able to login and perform most of his normal work, but can’t approve a certain document.

Resolution Level 3 (R3): Queries regarding issues which have the least/no business impact involving cosmetic changes. For example, change of background colour etc.

Page 51: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 51

The Successful Bidder should provide service as per the following standards –

Type of Query Maximum resolution time allowed

R1 1 business day R2 3 business day R3 5 business day

Measurement of Service Level Parameter

The service level would be defined in the number of business days calculated from the date of logging the call/raising the request with the successful bidder.

Penalty for non -achievement of SLA Requirement

Delay of every Business Day would attract a penalty per day as per the following – For R1 = 3 X Per day Penalty For R2 = 2 X Per day Penalty For R3 = 1 X Per day Penalty The total penalty would be generated by the product of the above and the number of Business Days Delay. The Penalty per day is Rs. 5000/-

Note – The SLA for Resolution Time is only applicab le for items which are not covered under the project specific SLAs mentioned in this d ocument .

Network Availability (Uptime)

Definition Network availability is defined as the percentage for which the network was available for the user vis-à-vis the total time.

Service Level Requirement LAN availability should be maintained at a level of 99.9% The bandwidth availability should be maintained at a level of 99.9%

Measurement of Service Level Parameter

{(Total time in a month in minutes – Total Down time in a month in minutes)/Total Time in a month in minutes}*100

The above time would be calculated per depot only for Working Hours during Business Days in a month

Any planned outage should not be included in the calculation of network availability. However, the Successful Bidder should take at least 15 days prior approval from RSRTC in writing for the network maintenance/planned outage (which can only be during lean business hours and should not be more than 2 hours at a stretch)

Page 52: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 52

Penalty for non -achievement of SLA Requirement

If the Successful Bidder is not able to meet the above defined service level requirement, then any deviation from the same would attract a penalty as per the following – LAN Availability

99.9 % > Service Availability > 99.5%

99.5 % > Service Availability > 98%

Service Availability < 98%

Penalty 4000 Rs. per month per depot

6000 Rs. per month per depot

10000 Rs. per month per depot

WAN Availability

99.9 % > Service Availability > 99%

99 % > Service Availability > 98%

Service Availability < 98%

Penalty 4000 Rs. per month per depot

6000 Rs. per month per depot

10000 Rs. per month per depot

Note - Bidders shall be penalized for the above “WAN Availability” clause only for those instances of the SLA violation which has resulted in any loss of business to RSRTC

Application Response Time

Definition Application response time refers to the page load time, i.e. the time for loading a webpage of the ETIMs data integration and ORS.

Service Level Requirement The average application response time for users (time taken for loading of a web page) should not exceed 6 seconds per month. The 95th percentile point of application response time for users should not exceed 10 seconds in a month

Measurement of Service Level Parameter

Application response time will be measured on the basis of automated reports. The data should be captured through automated tools every 30 minutes during the business hours. Data during business hours can only be used for calculations of average response time and percentile point. Any planned application downtime should not be included in the calculation of application response time. However, the Successful Bidder should take at least 15 days prior approval from RSRTC in writing for the planned outage.

Page 53: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 53

Penalty for non -achievement of SLA Requirement

If the Successful Bidder is not able to meet the above defined service level requirement, then any deviation from the same would attract a penalty as per the following – Response Time (Monthly average)

>= 6 secs to <10 secs

>=10 secs to <15 secs

>= 15 secs

Penalty 4000 Rs. per month

6000 Rs. per month

10000 Rs. per month

95th Percentile Point

> 10 secs to <15 secs

>=15 secs to <20 secs

>= 20 secs

Penalty 4000 Rs. per month

6000 Rs. per month

10000 Rs. per month

Application Availability

Definition Application availability refers to the total time when the

Application is available to the users for performing all activities and tasks.

Service Level Requirement The average availability of the application (ETIMs data Integration or ORS) should be at 99.9% in a month at every depot.

Measurement of Service Level Parameter

[(Total Uptime of the Application in a month)/ (Total Time in a Month)]*100

The above time would be calculated only for Working Hours during Business Days in a month.

Any planned application downtime should not be included in the calculation of application availability. However, the Successful Bidder should take at least 15 days prior approval from RSRTC in writing for the planned outage (which can only be during lean business hours and should not be more than 2 hours at a stretch).

Penalty for non -achievement of SLA Requirement

If the Successful Bidder is not able to meet the above defined service level requirement, then any deviation from the same would attract a penalty as per the following – Application Availability (Monthly average)

>= 99 % to <99.9%

>= 95% to <99%

<95%

Penalty 20,000 Rs. per month per depot

30,000 Rs. per month per depot

50,000 Rs. per month per depot

Page 54: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 54

Security & Incident Management SLA

Definition Security incidents could consist of any of the following but not limited to : � Virus Attack – This shall include Malicious code infection of any of the desktops/servers in the network. � Denial of Service Attack - This shall include non availability of service � Data Theft - Compromise of any kind of data through network. � Intrusion – Successful / unsuccessful unauthorized access to RSRTC Application/ network resulting in loss of confidentiality/Integrity/ availability of data.

Service Level Requirement There should not be any such incident Measurement of Service Level Parameter

The network should be monitored for: � Virus Attack - Any virus infection and passing of malicious code through RSRTC’s proposed network shall be monitored or member complaints of virus infection shall be logged at the help desk system and collated every quarter. � Denial of Service Attack (DoS) - Non availability of any services shall be analyzed and forensic evidence shall be examined to check whether it was due to external RSRTC attack. � Intrusion - Compromise of any kind of data hosted by RSRTC.

Penalty for non -achievement of SLA Requirement

If the Successful Bidder is not able to meet the above defined service level requirement, then any deviation from the same would attract a penalty as per the following –

Incidents in a quarter

0<Incidents <= 7

7<Incidents <= 9

Incidents >= 10

Penalty (in Rs. per Quarter)

50000 100000 200000

Other Project-Specific SLA

Description SLA Requirement

Measurement Penalty

Restoring of LAN connectivity

Within 30 minutes

To be measured in minutes. All data points shall be measured and analyzed for this calculation.

For every instance, for every delay of 15 minutes, then the penalty would be Rs. 2000 per instance per 15 minutes

Page 55: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 55

Restoring of WAN connectivity

Within 2 hours

To be measured in minutes. All data points shall be measured and analyzed for this calculation.

For every instance, for every delay of 15 minutes, then the penalty would be Rs. 2000 per instance per 15 minutes

Transaction Accuracy (including report, MIS, accounting etc)

100% To be measured from the number of reported errors vis-à-vis number of transactions performed

Accuracy between 99% and 100% - penalty of Rs. 20000 Accuracy between 98% and 99% - penalty of Rs. 40000 Accuracy less than 98% - penalty of Rs. 80000

The SLA for ‘Timely Delivery’ shall be applicable only after 1 month from the actual end date or date of delivery. For this initial period of 1 month, bidders would have to pay a nominal penalty of Rs. 1000 per day incase of a delay. For all the Post Implementation SLAs mentioned above, the successful bidder would get an initial period of SLA holiday, i.e. a time period for which SLAs will not be applicable. This time should be utilized by the successful bidder to stabilize the system, and to ensure adherence to the performance standards laid down by the SLAs. The SLA holiday period would be defined in the agreement to be signed between RSRTC and the successful bidder. The successful bidder should provide adequate tools for capturing data required for measuring SLAs at no extra cost to RSRTC like an Ap plication Performance Monitoring tool and Enterprise Monitoring System integrated wi th the ORS . EMS is available at State Data Center and the bidder would be required to purchase additional licences only. The maximum penalty at any point of time and for any period should not exceed 10% of project cost as per the Commercial Bid submitted by the successful bidder. If the penalty exceeds this amount, RSRTC reserves the right to terminate the contract. Note:

1. The bidder may not be penalized for failure of infrastructural items of State Data center being used under this project on shared basis on confirmation of the same from SDC.

2. For the SLA “Restoring of WAN connectivity” the bidder shall be penalized only for those instances of the SLA violation which has resulted in any loss of business to RSRTC.

Page 56: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 56

6. PROJECT IMPLEMENTATION PLAN The Project will be done in two phases.

6.1. Phase I: Pilot Phase

After the completion of User Acceptance Test (UAT), the Vendor will deploy the ORS in all the Booking Windows of CBS Jaipur, CBS New Delhi, and all the depots of Jaipur Zone. As soon as the vendor declares these locations to be ready for operation, RSRTC or its nominated agency will conduct a Pilot. The Pilot shall be for a period of 2 weeks after completion of the UAT. Incase of any issues raised during pilot by RSRTC or its nominated agency, the vendor will make modifications to the software and run a error free pilot for 2 weeks. Incase of any error or defects identified during the pilot phase, the SLA for implementation phase will be applicable.

6.2. Phase II: Rollout Phase

Upon successful completion of the pilot, the Online Reservation System shall be rolled out at all other depots of the State and booking windows out of the State as per the schedule decided by RSRTC. On the successful completion of provision of ORS facilities at all the depots, the ORS facility shall be extended to rest of the ABAs, e-Mitra & CSC counters across the State. It is to be noted that RSRTC plans to increase the total number of ticketing nodes to more than 6000 over a period of time, and the system should be able to cater to the same. The work for al l the phases needs to be completed within 24 weeks of award of contract. A penalty will be levied for non completion of activities within prescribed timelines. The penalty will be as per the provisions mentioned under the Implementation Phase SLA.

The RSRTC reserves the right of modifying the implementation schedule which will be binding on the Vendor. However, overall timelines for implementation will not be significantly altered.

Page 57: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 57

The overall timeline for the Project Implementation Phase is as follows:

Srl Activity / Task Expected Completion Period

1 Project Start T1 (within 7 days of award of contract)

2 System Study of ticketing and all working process including MIS at the depot level, Requirement Analysis, System Design and Architecture

T1 + 2 weeks

3 Application Development and Testing for Web Based Current Tickets Issuing & Online Reservation System, Integration of existing ETIMs with ORS, Vehicle Scheduling & Dispatch System, Online MIS, Daily Income Report, Reconciliation of Accounts, etc.

T1 + 10 weeks

4 User Acceptance Testing and Bug Fixes T1 + 12 weeks

5

Training to employees for the pilot locations T1 + 13 weeks

6 Third Party Audit of the Complete System & Application T1 + 16 Weeks

7 Pilot Deployment at CBS Jaipur, CBS New Delhi, all depots of Jaipur Zone and Central (Head) Office of RSRTC

T1 + 17 weeks

8 Successful Completion of Pilot Phase T1 + 19 weeks

9 Preparation and Submission of the following Manuals (a) Systems Administration Manuals (b) User Manuals (c) Installation Manuals (d) Operational Manuals (e) Maintenance Manuals Submission of final source code for ORS & other modules and intimation for commercial deployment after pilot phase bug fixes

T1 + 22 weeks

10 Training to employee for remaining locations T1 + 24 weeks

11 Deployment at the remaining locations of State of rollout including conduction of training

T1 + 24 weeks

In case of an unsuccessful pilot run, it shall be sole discretion of RSRTC either to provide more time to solution provider or to reject the offered solutions, return the supplied hardware under this project, if any and proceed with the offer of the next solution provider or to cancel the Project all together.

The bidder has to obtain Certificate from RSRTC reg arding Successful Commercial Deployment of the Project at all locatio ns. The contract period shall start from the certificate date.

Page 58: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 58

7. INSTRUCTION TO BIDDERS 7.1 Change Management RSRTC may at any time, by written order given to the Successful Bidder, make changes within the general scope of the Contract. If any such change causes an increase or decrease in the cost of, and/or the time required for the Successful Bidder’s performance of any provisions under the Contract, an equitable adjustments shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. If the proposed change after the implementation increases the project cost by more than 10%, then it would be considered as a separate project, and not a change request within the same project. Any claims by the Successful Bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the Successful Bidder’s receipt of RSRTC’s change order. All such claims shall be validated and finalized by RSRTC. The rate applicable for such adjustment is to be fixed as per the Commercial Bid (format given in the RFP). 7.2 Eligibility Criteria The following are the conditions, which are to be necessarily fulfilled, to be eligible for technical evaluation of the proposed solution. Only those interested bidders who satisfy the following eligibility criteria should respond to this RFP : 1. Legal requirements

• Copy of the Sales Tax registration certificate • Copy of filing Sales Tax return upto 31st March 2010 • Copy of the PAN Card • Copy of filing Income Tax return for the last three years upto 31st March 2010

2. A bidding firm should be a corporation/company or c onsortium of companies / corporations. In case of a consortium t he same shall not consists of more than two companies/corporations and shall be formed under a duly stamped consortium agreement. In the event of a consortium, one of the partners shall be designated as a "Prime Bidder". The bidder/Prime bidder and all the members of the consortium must be an Information Technology Company / Corporation .

3. The bidders who want to make consortium for this pr oject, it is to be noted that only two consortium members including prime bi dder is allowed. The bidder has to define their roles and responsibilities for smooth functioning of the project. An original copy of the agreement between consortium members should be submitted. However RSRTC will communicate only with the “Prime Bidder”.

Page 59: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 59

4. The bidder or consortium should have an average net worth of 20 crores in last three financial years ending on 31st March 201 0 & the minimum average turnover of Rs. 60 crores in last three financial y ears i.e. 2007-08, 2008-09 and 2009-10. A CA certificate to this effect is to be submitted along with Technical Bid. Certified audited copies of balance sheets/profit & Loss Accounts/ Annual Reports of last three financial years (up to 31-Mar-2010) should also be submitted along with Technical Bids.

5. In case of consortium of upto two parties, the elig ibility criteria shall have to be fulfilled jointly or severally by consortium mem bers. Moreover, the minimum average turnover of each consortium member should be Rs.15 crores in last three financial years i.e. 2007-08, 2008-09 and 2009-10. The networth of both the consortium members should be p ositive. A CA certificate to this effect is to be submitted along with Technical Bid. Certified audited copies of balance sheets/profit & Loss Accounts/ Annual Reports of last three financial years (up to 31-Mar-2010) should also be submitted along with the technical bid.

6. Bidder should have submitted the solvency certifica tes of Rs. 10 crores from any Nationalized bank .

7. Bidder should have an experience of Online Reservat ion system (ORS) / Online Transaction Processing (OLTP) System Project on BOT/BOOT basis execution. The bidder should have executed minimum of one IT project of Rs. 15 crores or two IT projects of Rs.8 crores eac h or three IT project of Rs.5 crores each. Work orders and a certificate reg arding ‘Project has been successfully & satisfactorily executed’ from client should be submitted along with bid .

8. The bidder must have on its roll at least 100 techn ically qualified professionals in Software Development, Networking, System Integration etc for at least 12 months who have the experience of the Similar Projects. Certificate from Bidder’s HR has to be submitted.

9. The bidder or consortium member should not have bee n Black listed by any State or Central Government in India . An undertaking must be submitted duly attested by the notary, by the bidder and each member of the consortium.

10. In Consortium the Prime Bidder shall give an undertaking for successful completion of the project. In case of any issues, Prime bidder shall be responsible for all the penalties/compensation. The agreement between the prime bidder and the consortium partner should be for the entire project period and same has to be submitted along with the Technical Bid. No change in consortium agreement or change of consortium partner shall be allowed during the entire project period without prior permission of RSRTC.

11. Agreements of the consortium members should clearly mention their exclusive association for this bid and joint responsibility for the respective scope. Roles and responsibilities of each consortium member must also be spelt out in the agreement.

12. A bidding company/ corporation cannot be a part of more than one consortium. In such a case, both the bids shall be disqualified.

13. Any Member of consortium cannot bid separately as a sole bidder. The

Page 60: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 60

bidder / all consortium partners must have Company registration certificate, Registration under labor laws & contract act, valid VAT/ Sales Tax Registration Certificate, valid Service Tax Registration Certificate and Income Tax Return with Audit Report from CA. Bidder shall provide an attested copy of all the above-mentioned certificates along with this bid document. The bidder shall attach the Sales Tax clearance certificate of last year.

14. The Prime Bidder should deposit Earnest money. The Bids received without required Earnest money will be rejected.

15. The Prime Bidder must submit documentary evidence i n support of their claim for fulfilling the criteria and they should s ubmit an undertaking on their letterheads to the fairness of these documents in s upport of their claim while submitting the Bids. The Bids received without docu mentary evidence will be out rightly rejected .

7.3 Preliminary Examination of Bids RSRTC will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

Bids from agents without proper authorization from the bidder shall be treated as non-responsive. A bid determined as non-responsive will be rejected by RSRTC and may not subsequently be made responsive by the bidder by correction of the non-conformity.

RSRTC may waive any minor informality, nonconformity, or irregularity in a bid that does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. The decision of RSRTC will be final and binding.

7.4 Evaluation and Comparison of Bids

a. The Tendering Authority will open the Technical bids in the presence of bidders' representatives who choose to attend the same.

b. The Bids received without required Earnest money will be rejected. c. The Bids received without documentary evidence will be out rightly rejected. d. The representative of the bidder, who is present, shall sign a register evidencing their

attendance. Commercial bids will remain unopened and will be held in the custody of the Tendering Authority until the time of opening of the Commercial Bids.

e. Commercial bids of only technically short listed bidders would be opened. The technically short listed bidders would be intimated to attend the opening of the commercial bid, through letter, email or fax.

Page 61: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 61

7.4.1. Technical Evaluation of Bids

RSRTC will examine and compare the technical aspects of the proposals on the basis of the information supplied by the bidders, taking into account overall completeness and compliance with the requirements specified in the RFP document. The proposal that does not meet minimum acceptable standards of completeness, consistency and details will be rejected taking it as non-responsiveness. The Technical Qualification proposal will be evalua ted using followings (Bidder should ensure that all documents enclosed here shou ld be neat & clean and easily readable): -

1. Bid Authorization Letter (The letter of authorization shall be indicated by written power-of-attorney accompanying the bid)

2. Bidder shall provide an attested copy of – (a) PAN Card (b) Company registration certificate (c) Valid VAT / Sales Tax Registration Certificate (d) Sales Tax return upto 31st March 2010 & Sales Tax clearance certificate. (e) Valid Service Tax Registration Certificate (f) Income Tax Return (g) Filing of Income Tax return with Audit Report from CA for the last three years

upto 31st March 2010 3. Documentary proofs from ‘Prime Bidder’ and/or consortium partner regarding

having an average net worth of Rs.20 crores in last three financial year ending on 31st March 2010 & the minimum average turnover of Rs. 60 crores in last three financial years i.e. 2007-08, 2008-09 and 2009-10.

4. Solvency certificates of Rs. 10 crores of any Nationalized bank from bidder. 5. Certified audited copies of balance sheets/profit & Loss Accounts/ Annual Reports

of last three financial years (up to 31-Mar-2010) 6. Documentary proofs from ‘Prime Bidder’ and consortium partner regarding Past

Project Experience (Work Orders & Required Certificates) as mentioned above in ‘7.2 Eligibility Criteria’.

7. Technical Manpower Details as mentioned above in ‘7.2 Eligibility Criteria’ 8. An undertaking duly attested by the notary that the prime bidder or consortium

member not have been Black listed by any State or Central Government in India. 9. A copy of the Agreement/MoU between consortium members, which define their

roles and responsibilities for smooth functioning of the project. 10. An undertaking from the Prime Bidder on their letterheads to the fairness of these

documents in support of their claim while submitting the Bids. 11. An undertaking from prime bidder for successful completion of the project. 12. Documentary proofs from Consortium member have a minimum average turnover

of Rs. 15 Crores (Rupees Fifteen crores) over the last three financial years i.e. 2009-10, 2008-09 and 2007-08.

13. Documentary proofs regarding bidder have successfully completed minimum of

Page 62: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 62

one IT project of Rs. 15 crores or two IT projects of Rs.8 crores each or three IT project of Rs.5 crores each. The bidder should attach copies of the customer purchase orders / contracts clearly mentioning the scope of work, order value along with the successfully & satisfactorily completion certificates.

14. Bill of Material (Make & Model). 15. Technical Compliance Sheet 16. OEM Authorization, warranty and support Letter 17. Team Deployment Details

7.4.2. Evaluation of Commercial Bids

The commercial bids of only those bidders will be opened who have qualified technically. Evaluation of Financial Proposal shall include the following:

Check the Per Ticket charge quoted by the bidder

Slab No

Monthly Slab for No. of Tickets sold through Online Reservation System only (Tickets sold from ETIMs not included) as mentioned in Chapter 2.2 of this R FP

Rate Per Ticket

Charges (Rs.) 1 Number of Tickets<=45,00,000 per month a ** 2 Number of Tickets per month > 45,00,000 and Number of

Tickets per month <= 60,00,000 (Over and above slab 1) 75% of a

3 Number of Tickets per month above 60,00,000 60% of a ** Quoted Rate “a” for Per Ticket should be inclusi ve of all taxes .

L1 Bidder will be assessed only on the basis of Rat e “a” quoted by the bidder.

The L1 bidder shall be eligible for the award of the contract. RSRTC reserves the right to negotiate the terms of the services and/or the ‘Payments' with the L1 Bidder prior to award contract, at its sole discretion.

7.4.3. MINIMUM GUARANTEE TICKETS : A certain number of minimum guaranteed tickets have been ensured by RSRTC and the same would be used for calculation of payment. If the annual ticket sale is less than the minimum guaranteed ticket for the year, then the successful bidder would be paid based on the minimum guaranteed ticket for the year. The adjustment regarding payment of minimum guaranteed tickets shall be made during the last month of the year as per slab for monthly payment mentioned at clause 7.4.2. The per ticket payment shall be based on the quote mentioned by the bidder in the commercial bid (rate “a” quoted by bidder)

The minimum guaranteed amount of 5 crore tickets per annum would be applicable and would be used for payment calculation only after completion of the project successfully implementation across all the depots/locations in Rajasthan as mentioned in work order. Before completion of the successful implementation across all the depots/locations in

Page 63: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 63

Rajasthan as mentioned in work order, the bidder may be paid based on actual tickets sale only. Further the minimum guaranteed amount payable would be subject to the condition that the services of RSRTC buses should not have been hampered due to riots, bandh, natural calamity, strike of union and other similar unavoidable circumstances during the applicable period else the minimum guaranteed amount would be proportionately reduced.

Page 64: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 64

8. PAYMENT TERMS

i. The payments will start after the Successful Commercial Deployment in CBS Jaipur, CBS New Delhi, all depots of the Jaipur zone and headquarter depot of the remaining zones. The RSRTC may start issuance of tickets using ORS before the completion of Pilot Acceptance Test (PAT) at its sole discretion. However, the payments for tickets issued using ORS will be paid only after the successful Pilot Acceptance Test (PAT). In case the Pilot Acceptance Test (PAT) is not successful, no payments towards the tickets issued will be made.

ii. During the Rollout phase (Phase II), the payments w ill start once the implementation of ORS at the depots. The payment at that time would be based on the actual ticket sale, and not on the min imum guaranteed amount.

iii. The payment will be made by Central (Head) Office, Jaipur for all locations to the bidder on monthly basis. The monthly bill will be submitted by the bidder to the authority decided by the Corporation at Central (Head) Office Jaipur who will in turn release the 80% of the payment if there is no dispute and after verification/audit of the bills, release 20% payment.

iv. Payment will be worked out on the basis of “Per Tickets” considered for the payment as mentioned below:

In case when only tickets issued/sold through Web Based Online Reservation System (e-Ticketing/online through internet, all kiosk holders authorized by RSRTC, e-Mitra counters, Common Services Centers etc) and all Online Current & Reservation Booking Windows of RSRTC are counted for payment.

Slab No

Monthly Slab for No. of Tickets sold through Online Reservation System only (Tickets sold from ETIMs not included) as mentioned in Chapter 2.2 of this RFP

Rate Per Ticket

Charges (Rs.)

1 Number of Tickets<=45,00,000 per month a ** 2 Number of Tickets per month > 45,00,000 and Number

of Tickets per month <= 60,00,000 (Over and above slab 1)

75% of a

3 Number of Tickets per month above 60,00,000 60% of a ** Quoted Rate “a” for Per Ticket inclusive o f all taxes .

MINIMUM GUARANTEE TICKETS : A certain number of minimum guaranteed tickets has been ensured by RSRTC and the same would be used for calculation of payment. If the annual ticket sale is less than the minimum guaranteed ticket for the year, then the successful bidder would be paid based on the minimum guaranteed ticket for the year. The adjustment regarding payment of minimum guaranteed tickets shall be made during the last month of the year as per slab for monthly payment mentioned above. The per ticket payment shall be based on the quote mentioned by the bidder in the commercial bid (rate “a” quoted by bidder)

Page 65: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 65

The minimum guaranteed amount of 5 crore tickets per annum would be applicable and would be used for payment calculation only after completion of the project implementation across all the depots/locations in Rajasthan. Before completion of the implementation, the bidder may be paid based on actual tickets sale only. However, RSRTC may start the payment based on the minimum guaranteed amount before the completion of rollout at all locations at its sole discretion.

Further the minimum guaranteed amount payable would be subject to the condition that the services of RSRTC buses should not have been hampered due to riots, bandh, natural calamity, strike of union and other similar unavoidable circumstances during the applicable period else the minimum guaranteed amount would be proportionately reduced.

v. Any penalties imposed on the agency for as per the terms of the contract will be

deducted from the amount payable to the bidder and net payment will be made to the bidder after deduction of taxes applicable from time to time.

vi. All statutory taxes will be deducted at source as per prevalent rules and regulations at the time of making payments to the bidder during billing cycle. Hence quoted cost per ticket should be inclusive of all taxes.

vii. Payment will be made within a month’s time from the date of receipt of bill provided there is no dispute.

viii. A review of passenger ticket data will be taken on 1st, 11th day and 21st day of every month for the last 10 days by the person assigned from vendor and a person from RSRTC. If there is holiday on review date, review will be taken on next working day.

Page 66: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 66

9. GENERAL TERMS AND CONDITIONS

9.1. General Terms

1. The response to the RFP has to be submitted in accordance with the Terms and Conditions mentioned in this document.

2. The specifications and requirements mentioned in the RFP are subject to revision and changes as and when required.

3. RSRTC reserves the right to cancel the RFP at any stage and can invite fresh RFP without assigning any reasons.

4. If any dispute arises out of the contract with regard to the interpretation, meaning and breach of the terms of the contract, the matter shall be referred to by the Parties to the Chairman, RSRTC who will be the Sole Arbitrator of the dispute and whose decision shall be final.

5. All legal proceedings, if necessary arises to institute, may by any of the parties (RSRTC or Contractor) shall have to be lodged within the jurisdiction of the courts situated in Jaipur and not elsewhere.

6. The Bidder/Consortium Partner should have a local support office at Jaipur and provide the supporting documents in technical bid. If the bidder does not have any local support office at the time of bidding then he must submit an undertaking on his letter head that if selected then he shall open a local support office at Jaipur within one months from the date of award of contract

7. The software provided under this project should not be used, or handled by any individual, outside agency, firm, organization, State transport undertaking except RSRTC. Any violation or breach or this condition will entitle the Corporation to claim the damages.

8. Consortium is allowed and bidders are permitted to add maximum one consortium member for the purpose of this project up to the submission of the tender. No further change in consortium till finalization of contract is permitted. The successful bidder will not be allowed to drop any consortium member till the completion of the project. The successful bidder will be liable to fresh scrutiny/disqualification in case of dropout of any consortium member post award of contract and till completion of the project at the discretion of RSRTC. One consortium partner cannot be the member of any other consortium for this project. Consortium agreement has to be submitted along with the bid duly signed by all the consortium partners stating the name of lead bidder and roles and responsibilities of all the consortium partners.

9. RSRTC reserves the right to reject any software supplied against the order, if found not working satisfactorily or not able to render the proposed solution at the time of installation at sites. The rejected software, if any, shall have to be taken back and replaced as per requirement of Corporation forthwith at the cost of the bidder. No payment will be made for the rejected software.

10. The bidder shall train the Core Group and user group supervisors, Booking Clerks and members as nominated by RSRTC in all modules of ORS Software.

11. The bidder should mention the name and details of person to whom all

Page 67: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 67

references shall be made regarding the Request for Proposal in the following format. Bid documents have to be signed by an authorized person carrying the Power of Attorney (PoA). PoA should be made on appropriate value of Non Judicial Stamp paper and has to be submitted along with the bid.

9.2. Earnest Money Deposit (EMD) The Bidder shall furnish, EMD of Rs.60,00,000/- (Rupees Sixty Lakhs only) in the form of DD/BG and should be submitted along with “Technical Proposal in Envelop-A”. The EMD shall be denominated in Indian Rupees, and shall be in the form of a demand draft (DD) / Bank Guarantee drawn on a nationalized bank in favour of “Financial Adviser, Rajasthan State Road Transport Corporation” payable at Jaipur. The EMD should be enclosed with the RFP Form. The Address of the firm submitting the RFP has to be furnished on reverse of the EMD. Failure to submit the RFP form along with the EMD shall result in disqualification of the RFP. Unsuccessful Bidder’s bid security (EMD) will be returned as promptly as possible after the award of the contract to the successful bidder. In case EMD is submitted by DD, the E M D o f successful Bidder will be converted into Security Deposit, t he remaining security deposit amount wi l l need to be submitted by the bidder within the time stipulated by RSRTC. In case EMD has been submitted in the form of BG, then fresh BG of full amount of security deposit shall be required to be submitted within the time stipulated by RSRTC.

The EMD deposit shall be retained by RSRTC for the period of six months.

No interest will be payable by the RSRTC on the amount of the EMD. The EMD shall be forfeited:

• If a Bidder withdraws his bid or increases his quoted prices during the

period of bid validity or its extended period, if any; or • In the case of a successful Bidder, if the Bidder fails to sign the

Contract or to furnish Security Deposit Bank Guarantee No exemption for submitting the EMD will be given to any vendor including SSI/PSU Units.

9.3. Bid Currency

The rates quoted shall be in Indian Rupees only.

Page 68: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 68

9.4. Signature A representative of the bidder, who is authorized to commit the bidder to contractual obligations, must sign with the bidder’s name and seal on all pages of the proposal, including the tender/RFP document. All obligations committed by such signatories must be fulfilled.

9.5. Period of Validity of Proposals

The proposals shall be valid for a period of Six (6) months from the date of opening of the proposals. A proposal valid for a shorter period may be rejected as non-responsive. In exceptional circumstances, at its discretion, RSRTC may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing (or by fax or email).

9.6. Non-Conforming Proposals

Any proposal may be construed as a non-conforming proposal and ineligible for consideration if it does not comply with the requirements of this RFP. The failure to comply with the technical requirements, and acknowledgment of receipt of amendments, are common causes for holding proposals nonconforming. 9.7. Language of Proposals The proposal and all correspondence and documents shall be written in English. All proposals and accompanying documentation will become the property of the RSRTC and will not be returned. The hardcopy version will be considered as the official proposal.

9.8. Bid Prices

The vendor has to quote the rate for per ticket transaction basis as per the commercial form. The prices, once offered, must remain fixed and will not attract any price variation for any reason during contractual period. A conditional proposal will be rejected as non-responsive. The rates quoted shall be inclusive of all taxes, duties, levies, service charges, TDS, Cesses, transport charges, if any, as applicable up to the completion of the contract period.

9.9. Supply of hardware, software, database, networ king equipments, consumables etc. The vendor has to supply, install, commission, configure, test, integrate, implement, manage and support the hardware/software/database/networking equipments/ consumables etc. at various locations during contractual period of five years on

Page 69: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 69

BOOT basis. For the purpose, Vendor has to borne all taxes, duties, levies, service charges, license fees, Cesses, local taxes, transport charges, insurance etc.

9.10. Correction of errors

The vendor is advised to take adequate care in quoting the per ticket rate. No excuse for corrections in the quoted rate will be entertained afterwards. The corrections or overwriting in RFP should be initialed by person signing the proposal form.

9.11. Corrections to Arithmetic errors

In case of discrepancy between the amounts mentioned in figures and in words, the amount in words shall govern. The amount stated in the proposal form, adjusted in accordance with the above procedure, shall be considered as binding. 9.12. Disqualification

The proposal from the bidders is liable to be disqualified in the following cases:

• Proposal not submitted in accordance with the RFP. • The bidder qualifies the bid with his own conditions. • During validity of the proposal, or its extended period, if any, the bidder

increases his quoted prices. • Proposal is received in incomplete form. • Proposal is received after due date and time. • Proposal is not accompanied by all requisite supporting documents • Information submitted in technical proposal is found to be misrepresented,

incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any.

• Commercial proposal is enclosed with the same envelope as technical proposal. • If successful bidder fails to deposit a security deposit of 5% of the total

project cost in the form of bank guarantee valid for a period of Six years within 10 days from the receipt of the letter towards award of the contract.

• The successful bidder fails to enter into a contract within 7 working days of the date of notice of award of contract or within such extended period, as fixed by RSRTC.

• Awardee of the contract has given the letter of acceptance of the contract with his conditions.

• Non fulfilling of any condition / term by bidder 9.13. Modification and Withdrawal of Proposals No proposal may be modified or withdrawn in the interval between the deadline for submission of proposals and the expiration of the validity period specified by the

Page 70: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 70

bidder on the proposal form. Modification or Withdrawal of proposal during validity may lead to forfeiture of EMD amount paid against this RFP.

9.14. Acknowledgement of Understanding of Terms

By submitting a proposal, each bidder shall be deemed to acknowledge that he/she has carefully read all parts of this RFP, including all forms, schedules and annexure hereto, and has fully agreeable to it. 9.15. Conditions

The following terms are applicable to this RFP and the bidder's proposal:

• This RFP does not commit the RSRTC to enter into a service agreement or similar undertaking with the bidder or any other organization and the RSRTC shall have the right to reject or accept any proposal or offer, or any part thereof (e.g., any component of any proposed solution) for any reason whatsoever.

• Each bidder shall make the following representations and warranty in its proposal cover letter, the falsity of which might result in rejection of its proposal: “The information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the RSRTC, is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the RSRTC as to any material fact.”

• The RSRTC is not restricted in its rights to use or disclose any or all of the information contained in the proposal, and can do so without compensation to the bidder. The RSRTC shall not be bound by any language in the proposal indicating the confidentiality of the proposal or any other restriction on its use or disclosure.

• Any work whether acceptable or unacceptable, developed under a contract awarded as a result of this RFP shall be the sole property of the RSRTC unless stated otherwise in the definitive service agreement.

• Timing and sequence of events resulting from this RFP shall ultimately be determined by the RSRTC.

• No oral conversations or agreements with any official, agent, or employee of the RSRTC shall affect or modify any terms of this RFP, and any alleged oral agreement or arrangement made by a bidder with any department, agency, official or employee of the RSRTC shall be superseded by the definitive service agreement that results from this RFP process. Oral communications by the RSRTC to bidders shall not be considered binding on the RSRTC, nor shall any written materials provided by any person other than RSRTC.

• Proposals are subject to rejection if they limit or modify any of the terms and conditions or specifications of this RFP.

Page 71: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 71

9.16. Notification of Award RSRTC will notify the successful bidder in writing or by fax or email, to be confirmed in writing by letter, that its proposal has been accepted. The notification of award will constitute the formation of the contract. The successful bidder has to furnish security deposit to RSRTC within time specified in the notification. If the bidder fails to furnish security deposit within time specified, RSRTC will forfeit his EMD and proceed further to award the contract to another bidder. The name of default bidder will be blacklisted.

9.17. Award Criteria

RSRTC will award the Contract to the successful bidder whose proposal has been determined to be substantially responsive and has been determined as the best value proposal. All decisions taken by RSRTC regarding processing of RFP and award of contract shall be final and binding on all bidders.

9.18. RSRTC's right to accept any proposal and to r eject any or all proposals

RSRTC reserves the right to accept or reject any proposal, and to annul the bidding process and reject all proposals at any time prior to award of contract. RSRTC will not be responsible for any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders the grounds for RSRTC's action.

9.19. Security Deposit

The successful bidder needs to deposit/submit a security deposit of 5% of the total project cost in the form of bank guarantee on stamp paper of the requisite value as per the provisions of the applicable Acts or Laws. The total project cost may be calculated on the basis of the “per ticket rate” and minimum guaranteed tickets considered for the payment during the five years. The security deposit shall be maintained and be valid for a period of six years. It should be submitted within 10 days from the receipt of the letter towards award of the contract for due and proper fulfillment of RFP conditions. The security deposit should be submitted within the period specified above, failing which RSRTC may cancel the offer made to the bidder.

The security deposit will be forfeited if vendor has not fulfilled the terms and conditions as per RFP.

RSRTC shall also be entitled to make any recoveries due from the bidder from security deposit submitted against this RFP.

Page 72: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 72

9.20. Signing of Contract

The successful bidder will have to execute following agreements on a Non-Judicial Stamp of appropriate value within a period of 10 days of receipt of order and deposit security as per clause 9.19 prior to signing of agreements :

• Service Level Agreement • Non-Disclosure Agreement

9.21. Extension of Contract

The contract period is for five years (i.e. the period of actual execution of project).

On expiry of this contract, RSRTC may consider granting an extension to the same bidder on payment of “per ticket charges” to be decided at that time or may terminate the contract. In case of termination of contract, the firm will be responsible for transferring all the hardware/ software/ networking equipments/ licenses etc. along with data to RSRTC.

9.22. Variation in quantities at the time of award of contract

Considering the growth rate or augmentation of depot units/bus stations, additional setup may require for newly established units or there may be increase or decrease in reservation places/counters of ORS, It will be binding on vendor to provide complete setup of computer hardware, printer, software, networking equipments etc. to fulfill the requirements during contractual period.

However, RSRTC reserves the right to increase or decrease quantity of, Computer hardware, Peripherals, Printers etc specified herein before in requirements of ORS. However, this should not affect per ticket rate given by bidder. 9.23. Change orders

The RSRTC may at any time by written order given to the bidder, make changes within general scope of the contract, in any one or more of the followings-

• Designs, specifications of Software/Hardware where software/ Computer hardware to be furnished under the contract.

• The place of delivery. • The services to be provided by bidder. • The Quantity of Computer Hardware/peripherals and or locations of the supply.

9.24. Performance Bank Guarantee

The successful bidder shall at his own expense deposit and maintain at any given time during the validity period, a performance bank guarantee equal to the 5% of its minimum guaranteed income for compete project perio d of five years . The

Page 73: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 73

performance bank guarantee shall be valid for a period of six years. The minimum guaranteed income shall be calculated on the basis of the “per ticket rate” and minimum guaranteed tickets considered for the payment during the complete project period of five years. The performance bank guarantee needs to be submitte d as per the format given in Annexure-9, before the firs t commercial deployment post the Pilot Implementation run.

In the event of any contract amendment, the bidder shall, within 15 days of receipt of such amendment notice, furnish the amendment to performance bank guarantee, rendering the same valid for duration of the contract, as amended.

An unconditional and irrevocable Performance Bank G uarantee (PBG) from a nationalized bank acceptable to RSRTC, payable on d emand, for the due performance and fulfillment of the contract by the successful bidder needs to be submitted.

All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee shall be borne by the bidder.

In the event of the bidder being unable to service the contract f or whatever reason, RSRTC would invoke the Performance Bank Guarantee with them. Notwithstanding and without prejudice to any rights RSRTC will invoke Performance Bank Guarantee with them as compensation for any loss resulting from the bidder's failure to perform/comply its obligations under the contract. RSRTC shall notify the bidder in writing of the exercise of its right to receive such compensation, indicating the contractual obligation(s) for which the bidder is in default. RSRTC shall also be entitled to make recoveries from the bidder's bills, performance bank guarantee, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

9.25. Failure to agree with the Terms & Conditions of the RFP

Failure of the successful bidder to agree with the Terms & Conditions of the RFP including the Services Agreement shall constitute sufficient grounds for the annulment of the award, in which event RSRTC may award the contract to another bidder or call for new proposals.

9.26. Delays in bidder’s performance

The delivery of software, computer hardware & peripherals and performance of services shall be made by bidder in accordance with time schedule specified by the RSRTC.

Page 74: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 74

If at any time during performance of the contract, the bidder or their consortiums may encounter conditions impeding timely delivery of the software, computer hardware etc and performance of the services, the bidder shall promptly notify RSRTC in writing of the facts of the delay, its likely duration and its causes.

As soon as after receipt of bidder’s notice, RSRTC shall evaluate the situation and may at its discretion, extend the bidders time for performance with or without penalty in which case the extension shall be ratify by the bidders by amendment of the contract but in no case extension shall be given more than one time.

The bidder must read and understand the requirements thoroughly and shall adhere to the schedule strictly. The supply, installation and commissioning of the hardware and software at all locations shall be as per the implementation schedule given in RFP. The bidder has to ensure that entire setup is full proof and operational. 9.27. Modification in requirements RSRTC has given basic requirements of software, hardware, networking equipments, consumables etc. The vendor has to ensure fulfillment of these requirements basically. However, due to change in Govt./Corporation policy or due to unavoidable circumstances, the vendor has to modify the software/ hardware/ networking equipments/ connectivity type/ consumables etc. as per business needs during the contractual period without any additional financial burden to RSRTC.

9.28. Miscellaneous 9.28.1. Space for installation of hardware etc. and keeping buffer stock.

The bidder shall be given sufficient space at each depot/bus stand for preparing infrastructure work as per their needs. The said space shall be purely used for RSRTC business activities i.e. installation of desktop, keeping other allied important networking components, buffers of hardware, stationery etc.

In addition to above, RSRTC shall provide required space for managing and monitoring ORS projects from central locations. All civil and electrical works required at booking counter sites and server room a t depots would be undertaken by RSRTC. Furniture required for impleme ntation of the ORS project would also be provided by RSRTC. However, cooling system in the server room would be delivered and installed by the bidder.

Page 75: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 75

RSRTC will provide the electric power supply and bear the electricity bills for any usage of electricity for the purpose of the project. However, the bidder needs to provide UPS at all requisite sites for initial backup incase of a power failure.

The bidder has to establish its own communication f acility for communication purposes at RSRTC locations and bills for the same needs be borne solely by them.

9.28.2. Resolution of disputes RSRTC and the Successful Bidder shall make every effort to resolve disputes amicably by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract will be settled at the level of Managing Director of RSRTC.

If during the subsistence of the contractual period or thereafter, any dispute between the Parties hereto arising out of or in connection with the validity, interpretation, implementation, material breach or any alleged material breach of any provision of this contract or regarding any question, including as to whether the termination of this contract by one Party hereto has been legitimate, the Parties hereto shall endeavor to settle such dispute amicably and/or by Conciliation to be governed by the Arbitration and Conciliation Act, 1996 or as may be agreed to between the Parties. In case of failure of amicable settlement as is referred to in sub-section above, the dispute shall be referred to the sole arbitration of the Chairman, RSRTC who shall act as the sole arbitrator for settlement of such dispute (s) between the Parties. The Arbitration proceedings shall be governed by the Arbitration and Conciliation Act, 1996. During contractual period, the hardware & software supplied by the firm will remain with RSRTC and in no case the same will be returned to the firm if dispute arises between prime bidder and its consortium members for whatsoever reason to maintain business continuity. 9.28.3. Notices

Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by fax, email, cable or facsimile to the other party's address, and confirmed in writing by the other party.

A notice shall be effective when delivered or tendered to other party whichever is earlier. 9.28.4. Bidder’s integrity

The bidder is responsible for oblige to conduct all contracted activities as defined in

Page 76: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 76

the scope of work in accordance with contract. 9.28.5. Bidder’s obligation

The bidder is obliged to work closely with RSRTC’s staff, act within its own authority and abide by directives issued by RSRTC.

The bidder will abide by the job safety measures prevalent in India and will free RSRTC from all demand or responsibilities arising from accidents or loss of life the calls of which is the bidder’s negligence. The bidder will pay all indemnities arising from such incidents and will not hold RSRTC responsible or obligated.

The bidder is responsible for managing the activities of its personnel or their consortiums personnel and will hold itself responsible for any misdemeanor.

The bidder will treat as confidential all data and information about RSRTC, obtained in the execution of his responsibilities in strict confidence and will not reveal such information to any other party without the prior written approval of RSRTC.

The bidder is responsible for all deliveries unpacking, assemblies, wiring, installation, cabling between hardware units and connecting to power supplies. The bidder will test all hardware operation and accomplish all adjustment necessary for successful and continuous operation of the hardware at all installation sites.

9.28.6. Corrupt or Fraudulent Practices

The RSRTC requires that bidder/consortiums under this RFP, observe the highest standards of ethics during the BOOT process and execution of such contract. In pursuance to this policy, the RSRTC:- Defines for the purposes of this provision, the terms set forth as follows: “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence of public officials in the BOOT process or in contract execution; and “Fraudulent Practice“ means a misrepresentation of facts in order to influence a BOOT process or execution of contract to the detriment of the RSRTC, and includes collusive practice among bidders (prior to or after bid submission); Will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or executing a contract.

Page 77: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 77

The past performance of the bidder will be crosschecked if necessary. If the facts are proven to be dubious the bidders RFP will be ineligible for further processing. 9.28.7. Interpretation of the clauses in the RFP / contract document.

In case of any ambiguity, in the interpretation of any of the clauses in RFP document or contract document, the RSRTC’s interpretation of the clauses shall be final and binding on all parties.

9.28.8. Termination for Default RSRTC may, without prejudice to any other remedy for breach of contract by written notice of default sent to the bidder, terminate the contract in whole or in part:

a) If the bidder fails to provide satisfactory services at the desired level of contract within the time period(s) specified in the contract, or any extension thereof granted by RSRTC

OR b) If the bidder fails to perform any other obligation(s) under the contract OR c) If the bidder, in the judgment of RSRTC has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. In Circumstances mentioned in a, b, c above the RSRTC may exercise the following option:-

(1) Ask the Prime bidder to leave the Hardware/Software in the offices of RSRTC and terminate the Contract.

In case of premature termination of Contract for no fault of bidder, RSRTC may exercise the following options:-

(1) Direct the bidder to take back the Hardware/software and without any additional compensation.

(2) Direct the bidder to take back the Hardware/software & pay him the cost of Hardware less the depreciation as per the Income Tax Act / Rules.

9.28.9. Termination for Insolvency

RSRTC may at any time terminate the contract by giving written notice to the bidder, without compensation to the bidder, if the bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to RSRTC.

Page 78: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 78

9.28.10. Licenses for Database, Application Servers etc. The bidder shall provide the required licenses for database, application server etc. being used at all levels.

9.28.11. Non Exclusivity, License Fee, IPR The Intellectual Property Rights of the Application Software developed for RSRTC shall be vested in RSRTC who shall have absolute right to use, license or sell the system without any payment to or permission from the Bidder. The application software along with source code shall be the property of RSRTC under the provision of IPR.

9.28.12. Software Ownership Rights

The Bidder shall relinquish to RSRTC the source code along with adequate detailed documents (from the testing phase onwards) and the rights to the systems, programs and software developed at RSRTC's expense and subject to negotiated agreements, all ownership right to the application software packages procured for RSRTC. The source code with version control system should be submitted in a DVD & external HDD both to RSRTC. For third party tools, the bidder shall provide perpetual license to use such software.

9.28.13. Patent Rights

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the software / hardware / database / ETIM / peripherals or any part thereof, the Bidder shall expeditiously extinguish such claim. If the Bidder fails to comply and RSRTC is required to pay compensation to a third party resulting from such infringement, the Bidder shall be responsible for the compensation including all expenses, court costs and lawyer fees. RSRTC will give notice to the Bidder of such claim, if it is made, without delay.

9.28.14. Manpower Support

Detailed scope will include inputting of data into the system, maintenance of machines and other hardware, maintain sufficient stock of consumable etc and all work related to Computers and network connectivity, software, maintenance of data base, with appropriate route, printing of reports and with proper accounting etc. RSRTC will provide staff that will collect cash from the conductor. However, for signing on/off and related activity, RSRTC will provide staff to assist the vendor at depot level. The bidder shall abide by the labour legislation and rules made there under applicable in the state of Rajasthan. The bidder will also study the working of all levels of RSRTC and submit a Manpower Deployment plan which will be at least the minimum proposed to meet the desired service levels.

Page 79: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 79

The bidder will be bound to provide support Manpower specified in the Manpower deployment Plan. All salaries and statutory benefits will have to be borne by the bidder & no payments will be made by RSRTC. Complete background verification of the manpower deployed will be done by the vendor and the report of the same shall be submitted to RSRTC before deployment.

In case of absence of any of his employee, the bidder should provide alternative person the next day.

The bidder should ensure that the behavior of manpower is decent. The bidder will be held responsible for indecent behavior of manpower, & such employees should be immediately replaced when such matter is reported.

The bidder should submit the affidavit stating that the bidder or its consortium members or employees should not ask for employment in Corporation.

9.28.15. Force Majeure

The bidder shall not be liable for penalty, liquidated damages or termination for default, if and to the extent that, his delay in performance or other failure to perform his obligations under the contract is the result of an event of Force Majeure.

For purposes of this clause, “Force Majeure” means an event beyond the control of the bidder and not involving the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, instances of, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes which would have an impact on RSRTC.

If a Force Majeure situation arises, the bidder shall promptly notify RSRTC in writing of such conditions and the cause thereof. Unless otherwise directed by RSRTC, the bidder shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

9.28.16. Force Majeure Events

The Force Majeure circumstances and events shall include the following events to the extent that such events or their consequences (it being understood that if a causing event is within the reasonable control of the affected party, the direct consequences shall also be deemed to be within such party's reasonable control) satisfy the appropriate definition as per this agreement. Without limitation to the generality of the foregoing, Force Majeure Event shall include the following classes of events and circumstances and their effects:

Page 80: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 80

Natural events (“Natural Events”) to the extent they satisfy the foregoing requirements including:

• Any material effect on the natural elements, including lightning, fire, earthquake,

cyclone, flood, storm, tornado, or typhoon; • Explosion or chemical contamination (other than resulting from an act of war); • Epidemic such as plague; • Any event or circumstance of a nature analogous to any of the foregoing. • Other Events (“Political Events”) to the extent that they satisfy the

foregoing requirements including: • Act of war (whether declared or undeclared), invasion, armed conflict or

act of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or sabotage;

• Strikes, work to rules, go-slows which are widespread, nation-wide, or State-wide and are of political nature;

• Any event or circumstance of a nature analogous to any of the foregoing. 9.28.17. Use of documents and Information

The vendor shall not, without prior written consent from RSRTC, disclose/ share/use the bid document, contract, or any provision thereof, or any specification, plan, drawing, samples etc. furnished by or on behalf of the RSRTC in connection therewith, to any person other than a person employed by the vendor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

All project related document (including this bid document) issued by RSRTC, other than the contract itself, shall remain the property of the RSRTC and shall be returned (in all copies) to the RSRTC on completion of the Vendor's performance under the contract if so required by the RSRTC.

Page 81: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 81

10. FORMS AND TEMPLATE FOR BID SUBMISSION Technical Bid shall comprise of following forms: Form T1: Technical Bid Compliance Sheet Form T2: Covering Letter for Technical Bid Organizational Capability Form T3: Bidder Profile Form T4: Software Implementation/Network integration experience Form T5: Experience in deployment/Integration of handheld point of sale equipments Form T6: Experience of deployment of Online Reservation System Form T7: Facility Management Experience Form T8: Wide Area Network Deployment Experience Form T9: Quality certifications Form T10: Resource Base capabilities Form T11: Financial capabilities of the company

Proposed Technical solution Form T12: Solution Description Form T13: Market Share/Reputation of OEM Form T14: Training methodology Form T15: Project management plan and time schedule Form T16: Core project Team Form T17: Core Team Profile Presence in Rajasthan Form T18: Office locations

Page 82: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 82

Form T 1

Technical Bid Compliance Sheet (with respect to Tec hnical Evaluation)

Srl Criteria Document

Submitted Compliance (Yes / No)

1 Bid Authorization Letter (The letter of authorization shall be indicated by written power-of-attorney accompanying the bid)

2 Bidder shall provide an attested copy of – • PAN Card • Company registration certificate • Valid VAT / Sales Tax Registration

Certificate • Sales Tax returns upto 31st March 2010 &

Sales Tax clearance certificate. • Valid Service Tax Registration Certificate • Income Tax Return • Filing of Income Tax return with Audit

Report from CA for the last three years upto 31st Mar. 2010

3 Documentary proofs from Bidder and/or consortium partner regarding having an average net worth of 20 crore in last three financial year ending on 31st March 2010 & the minimum average turnover of Rs. 60 crore in last three financial years i.e. 2007-08, 2008-09 and 2009-10

4 Solvency certificates of Rs. 10 crore of any Nationalized bank from Bidder and/or consortium partner

5 Certified audited copies of balance sheets/ profit & Loss Accounts/ Annual Reports of last three financial years (up to 31-Mar-2010) from bidder and/or consortium partner

6 Documentary proofs regarding Consortium member have experience of Online Reservation system / Online Transaction Processing (OLTP) System Project on BOT/BOOT basis execution. The bidder should have executed minimum of one IT project of Rs. 15 crores or two IT projects of Rs.8 crores each or three IT project of Rs.5

Page 83: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 83

crores each. Work orders and a certificate regarding ‘Project has been successfully & satisfactorily executed’ from client should be submitted along with bid (Work Orders & Required Certificates) as mentioned in ‘7.2 Eligibility Criteria’

7 Technical Manpower Details as mentioned above in ‘7.2 Eligibility Criteria’

8 An undertaking duly attested by the notary that the prime bidder or consortium member not have been Black listed by any State or Central Government in India.

9 A copy of the Agreement/MoU between consortium members, which define their roles and responsibilities for smooth functioning of the project.

10 An undertaking from the Prime Bidder on their letterheads to the fairness of these documents in support of their claim while submitting the Bids

11 An undertaking from prime bidder for successful completion of the project

12 Documentary proofs from Consortium member have an average turnover of Rs. 15 Crores (Rupees Fifteen Crores) over the last three financial years i.e. 2009-10, 2008-09 and 2007-08

13 Bill of Material (BoM) (Make & Model) 14 Technical Compliance Sheet 15 OEM Authorization/Warranty/Support Letter 16 Team Deployment Details

Page 84: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 84

Form T 2

Covering Letter for Technical Bid To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

Sir, Having examined the RFP Document the receipt of which is hereby duly acknowledged, I/we, the undersigned, offer to conduct requirement analysis, design, develop, test and implement the application for an existing Electronic Ticket Issuing Machine (ETIM) & Web based Online Reservation System (ORS) application software in RSRTC and procure, supply, install, commission, configure, test, integrate, implement, manage and support the hardware and network connectivity/infrastructure/ equipments/ cabling etc. for contractual period of five years on BOOT (Built, Own, Operate, Transfer) basis as required and outlined in the RFP.

I/We undertake, if our bid is accepted, to develop and ORS and to deliver hardware/connectivity/ consumables etc. in accordance with the requirements.

If our bid is accepted, we will obtain the Security deposit of 5% of total project cost and a Performance Bank Guarantee equivalent to 5% of its minimum guaranteed income for compete project period of five years, which will be calculated on the basis of per ticket rate. The validity of security deposit and performance bank guarantee would be for a period of six years.

I/We agree to abide by this bid for a period of six 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 understand that you are not bound to accept the lowest or any bid you may receive. We agree to the terms & conditions mentioned in the RFP document.

Page 85: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 85

We are enclosing herewith the following documents: 1. Bidders authorization certificate as per Annexure-2. 2. Self declaration as per Annexure-8. 3. Completed and filled up Form T1 4. Evidences/documents/certificates etc. for technical evaluation criteria. 5. Original RFP document duly signed with Company’s seal.

Dated this day of

Signature (in the capacity of) Duly authorized to sign Bid for and on behalf of

Seal of the Company

Page 86: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 86

Form T3

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-mail

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 Rajasthan and in India

8. Submit details of the consortium (if any) including name and address of the consortium members, contact details, roles and responsibilities to be performed by prime bidder and its consortium members with legal authentication

9. PAN Details of all members

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.

Page 87: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 87

Form T 4

Software Development/ System Integration/ Wide Area Network Deployment

experience

Please fill the following form for each project to be considered

Srl . Crit eria Description

1. Implementer Company/ Partners

2. Customer’s Name

3. Scope of the Project Provide scope of the project, highlight Key Result Areas expected and achieved

4. Year of Implementation

5. Value of the contract

6. Did the project involve implementation of WAN

Yes/No

7. Total No. of nodes

8. OEM partners

Documents attached

Order copies for all projects

Page 88: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 88

Form T 5

Electronic Ticket Issuing Machine (ETIM) deployment / Integration experience

Please fill the following form for each project to be considered

Srl . Crit eria Description

1. Implementer company / Partners

2. Customer’s Name

3. Scope of the Project Provide scope of the project, highlight Key Result Areas expected and achieved

4. Year of Implementation

5. Value of the contract

6. Did the project involve Deployment of ETIMs

Yes/No

7. Total No. of ETIMs installed

Documents attached

Order copies for all projects

Page 89: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 89

Form T6

Bidder’s Experience in BOOT/BOT projects

Please fill the following form for each project to be considered

Srl . Crit eria Description

1. Implementer company / Partners

2. Customer’s Name

3. Scope of the Project Provide scope of the project, highlight Key Result Areas expected and achieved

4. Year of Implementation

5. Value of the contract

6. Did the project involve Deployment of ETIMs

Yes/No

**** Separate sheet has to be filled up for every project Documents attached

Order copies for all projects

Page 90: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 90

Form T7

Wide Area Network Deployment projects undertaken

(One form to be used for each project)

Srl . Crit eria Description

1. Implementer Company/ Partners

2. Customer’s Name

3. Project Partners

4. Scope of the Project Provide scope of the project, highlightKey Result Areas expected andachieved.

5. Completed / Ongoing

6. Does the project involve WAN deployment?

Yes/No

7. Total No. of nodes

8. Total no. of locations

9. Project start and Completion date

10. Completion certificate Yes/No

11. Customer’s contact number and address

Page 91: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 91

Form T8

Facility/Support Management (FM) projects undertake n

(One form to be used for each project)

Srl . Crit eria Description

1. Implementer Company / Partners

2. Customer’s Name

3. Project Partners

4. Scope of the Project Provide scope of the project, highlight KeyResult Areas expected and achieved.

5. Completed / Ongoing

6. Does the project involve FM of WAN Network?

Yes/No

7. Total No. of nodes

8. Total no. of locations

9. Project start and Completion date

10. Completion certificate Yes/No

11. Customer’s contact number and address

Page 92: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 92

Form T9

Establishments of Data Centre

Srl. Project Citation Order Copy Attached — Reference Number

1.

2.

3.

4.

Page 93: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 93

Form T10

Resource Base capabilities Detailed Description of Resource Base

Bidder shall provide a detailed description of the employee base in the company. This section should briefly describe the hierarchy of the organization. Statistics on number of employees for the following categories should also be included:

(i) Project Managers — Number, general qualification and certification based

statistics (ii) Network Component experts — Number, general qualification and certification

based statistics (iii) Application Developers — Number, general qualification and certification based

statistics Documents Attached

Attach a certificate from the Director certifying the employee statistics mentioned above.

Page 94: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 94

Form T11

Revenue of the Organization

The bidder needs to provide the balance sheet and income statement of the last 3 years i.e. 2007-08, 2008-09 and 2009-10 certified from a CA for the same. It should capture details of (but not limited to) -

• Gross Annual Turnover of Prime Bidder & Consortium for Last Three Years • Revenue from sale of hardware • Revenue from design & development of software • Revenue from Maintenance & others (The bidder should submit certificate of Chartered Accountant for above turnover along with Profit & Loss account and balance sheet of the firm for last three years)

Page 95: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 95

Form T12

Solution Description

Technical Solution

The Bidder shall provide their understanding of the scope of the project and the RSRTC’s requirements through the solution description matrix given below, elaborating the various lifecycle aspects- viz. Design, implement, operate and maintain during their entire contract tenure. The Bidder shall mention its solution for various services to be provided including Online Reservation Services/OLTP and its integration with Payment gateway, Integrate current ticketing mechanism (through Electronic Ticket Issuing Machines) with ORS, Vehicle Scheduling & Dispatch System, online MIS etc.. The Bidder would need to capture each aspect of the lifecycle for each type of service, and explain what solution it would provide and how it would provide it. A few sample questions for each service that would need to be answered are provided in each of the matrix cells. However, the Bidder would need to provide a complete description of the solution and address any question over and above the listed questions in order to provide a complete picture of the RSRTC solution proposed.

Solution Matrix – Below is the Technical Solution matrix to be addressed by the bidder. In each cell, typical questions that need to be answered by the Bidder are provided. The Bidder is free to address any other appropriate questions that could provide additional information about the solution and help RSRTC gauge the Bidders level of understanding and its Technical solution in a wholesome manner.

Page 96: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 96

Service Design Implementation Operation Monitoring

Wide Area Network

• Description of how the design provided is the most optimum

• Assumptions made while designing the WAN

• The Availability, Scalability & Security requirements have been considered in the design

• Plans to implement the proposed design

• Implementation methodologies to be used

• Possible risks involved during implementation and plan to eliminate or mitigate those risks

• Methodology that would be used to operate the network

• Plans to fulfill manpower requirement- hire people for the project or use an existing pool of resources

• Availability of people that can converse in local language which could be necessary at the block level

• Plans to create a monitoring environment in order to efficiently monitor various aspects of the Network

• Aspects of the network that the Bidder would monitor

• Plans to monitor various aspects of the network, including links, equipment, man power, service levels, service quality etc

ORS Development

• Factors that are taken into consideration while designing the ORS

• Plans to integrate the ORS with Payment gateway

• The Availability, Scalability and Security requirements have been considered in the design

• Plans to implement the ORS across the State

• Implementation issues that could arise

• Plans to take care of these implementation issues

• Manpower deployment for ORS operations

• Bidders defence plan against DOS, Virus attack

• Factors of the ORS that would be monitored to ensure a highly efficient solution

• Tools and processes used to monitor these factors

Page 97: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 97

Service Design Implementation Operation Monitoring

Helpdesk / Support Facilities

• The design for the Helpdesk solution the Bidder proposes

• Various design factors that the Bidder considered while proposing a Helpdesk solution

• The Bidders plan to implement the Helpdesk facility

• The issue that could pose a threat in the implementation of a Helpdesk service

• The Bidders plans to alleviate those issues?

• The day to day operational issues that the helpdesk could face

• Manner in which these issues will be tackled

• The Bidders plans to operate the Helpdesk facility

• Various parameters of the Helpdesk solution that the Bidder would monitor

• The Bidders methodology to monitor these factors

• How often these parameters would be monitored

Page 98: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 98

Form T13

OEM Market Share / Reputation

Srl. OEM Market Share in Routers, Switches, Servers

Documents

1.

2.

3.

Page 99: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 99

Form T14

Training Methodology Detailed Description of Training Methodology The Bidder shall give a detailed description of the Training methodology it plans to implement as part of the RSRTC requirement. Any Best practices that it would use could also be mentioned. Typical questions that would need to be answered include:

(i) What will be the training methodology? (ii) What kind of Training schedule and timeline does the Bidder propose, and

how would it ensure that complete project training shall be completed in the stipulated time?

(iii) What areas/domains would the Training exercise cover? (iv) Number of Personnel that would be deployed for Training? (v) Training Media to be used? (vi) How would the bidder ensure the success of the training, and how would it be

measured? (vii) What can be the ‘Out of Box’ methods that the bidder can propose to ensure

better and efficient training process for RSRTC?

Page 100: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 100

Form T15

Project Management Plan The Bidder shall give a detailed description of Project Management Plan it plans to implement as part of the RSRTC requirement. Any Best practices that it would use could also be mentioned. Typical questions that would need to be answered include:

(i) Details of the project plan, including Work Breakdown Structure (WBS) (ii) How does the bidder propose to ensure adherence to schedule and timeline

and prevent any schedule overrun? (iii) What kind of hierarchy for Project Management does the Bidder propose,

including escalation mechanism? (iv) What issues generally arise with regard to WAN, ETIM and ORS related

project management, and how does the bidder plan to handle them? (v) How the Bidder plans to mitigate any risks with regard to project

management? (vi) What is the implementation schedule bidder proposes and how it can reduce

the timelines proposed in the tender document?

Page 101: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 101

Form T16

Core Project Team of the Bidder for RSRTC Description of Core Project Team Bidder shall provide a detailed description of the proposed Core Project Team to be deployed for the RSRTC project. The description should include details about the Project Team Hierarchy and a detailed explanation of the role to be played by each individual that would be part of the RSRTC project. Note: Form T17 would need to be filled for each cor e project team member. Proposed Resource Deployment

Deployment

Area Resou rce

Level Respons ib

ility Brief Description of

Qualification — Certifications, Technical

Degree/ Diploma

No. of Resources deployed

Headquarters

Networking

Development

Training

Helpdesk

Others

Page 102: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 102

Form T17

Bidder Core Team Profile

Please provide details for each Core Project Team M ember of the Bidder

Srl . Item Detail s

1 Name

2 Specify role to be played by him/her

3 Current job title

4 Experience in years.

5 Number of years with the Organization

6 Current job responsibilities

7

Summary of Professional/Domain experience

8 Skill sets

9 Highlights of assignments handled and significant accomplishments

10

Educational Background, Training/ Certifications

Date: Place: Signature of authorized person from bidder firm: Seal of the Organization

Page 103: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 103

Form T18

Office Locations in Rajasthan

Srl. Office Loca tion Address and Phone No.

Page 104: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 104

Financial Bid

Financial Bid shall comprise of following forms:

Form F1: Financial Bid Compliance Sheet Form F2: Covering Letter for Financial Bid Form F3: Statement of Commercial Deviation Form F4: Total payment computation

Page 105: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 105

Form F1

Financial Bid Compliance Form

S. No. Parti culars Prescribed Form

Compliance (Yes/No)

1 Covering Letter for Financial Bid Form F2

2 Statement of Commercial Deviation Form F3

3 Total per ticket payment Form F4

Page 106: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 106

Form F 2

Bid Letter (Commercial) Template To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

Dear Sir,

Ref: RFP: Computerizing, implementing and maintaining ORS project on BOOT basis

for five years. Having examined the bid document, the receipt of which is hereby acknowledged, we, the undersigned, offer to conduct requirement analysis, design, develop, test and implement Web Based Online Reservation System (ORS) Application Software, Integration of ETIM data with ORS, Vehicle Scheduling & Dispatch System and Procure, supply, install, commission, configure, test, integrate, implement, manage and support the hardware and network connectivity/ infrastructure/equipments/cabling etc. for contractual period of five years on BOOT (Built, Own, Operate, Transfer) basis as required and outlined in the RFP.

To meet the above requirements and to provide the services during the contractual period as set out in the RFP, our commercial bid is attached as per the format given in Form F4.

We agree that the passenger to be considered for O R S tickets wo u l d b e a s p e r R S R T C r u l es . We also undertake that if contract is awarded to us then we shall invest our own funds to design, build and manage ORS project for the period five years and operate the said ORS project for the first year.

We undertake that we will also bear all cost(s)/charges related to connectivity which may be payable to concerned communications authorities and the cost of consumables as mentioned in the RFP document during contractual period.

We undertake, if our proposal is accepted, to adhere to the implementation plan

Page 107: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 107

(Project schedule for providing Services in Design, Development, Procurement, Installation, Implementation and Maintenance of ORS project on BOOT basis for five years) put forward in this RFP or such adjusted plan as may subsequently be mutually agreed between us and RSRTC or its appointed representatives.

If our proposal is accepted, we will obtain the bank guarantee towards Security Deposit of 5% of total project cost for fulfilling the terms and conditions of RFP. If our proposal is accepted, we will submit the performance bank guarantee which shall be valid for the period of six years from commencement of project. The amount of bank guarantee will be calculated on a basis of per ticket rate and total number of assured tickets considered for payment during the five years.

We agree for any amendment to performance security and shall furnish the same, valid for duration of the contract, within 15 days of receipt of such amendment.

We agree that if we unable to provide service as per the contract for whatever reason, RSRTC would forfeit security deposit and/or would invoke the Performance Bank Guarantee(s) with them. Notwithstanding and without prejudice to any rights RSRTC may forfeit security deposit and/or may invoke Performance Bank Guarantees with them as compensation for any loss resulting from our failure to perform/ comply its obligations under the contract.

We agree that RSRTC shall also be entitled to make recoveries from our bills, performance bank guarantee, or from any other amount due to him, the equivalent value of any payment made to him due to non performance, not meeting the SLAs, inadvertence, error, misconstruction or misstatement.

We agree for unconditional acceptance of all the terms and conditions in the RFP and also agree to abide by this bid response for a period of SIX MONTHS from the date fixed for bid opening and it shall remain binding upon us, until within this period a formal contract is prepared and executed, this bid response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us.

We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the RSRTC is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the RSRTC as to any material fact.

We agree that you are not bound to accept the lowest or any bid response you may receive. We also agree that you reserve the right in absolute sense to reject all or any in the bid response without assigning any reason whatsoever.

Page 108: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 108

It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Dated this Day of 2011 (Signature) (In the capacity of) Duly authorized to sign the Bid Response for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Page 109: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 109

Form F 3

Statement of Commercial Deviation from Requirement Specifications

Date: To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

Reference: Tender Number ……. Date ………………. Sir, There are no commercial deviations (null deviations) from the requirement specifications of tendered items and schedule of requirements. The entire work shall be performed as per your specifications and documents. OR (Strike out whatever is not applicable) Following is the exhaustive list of commercial deviations and variations from the requirement specifications of tendered items and schedule of requirements. Except for these deviations and variations, the entire work shall be performed as per your Specifications and documents. Srl . Section

No. REQ No. Page

No. Statement of deviations and variations

1.

2.

Authorized Signatory Name : Designation:

Page 110: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 110

Form F4

Total Ticket Payment Calculation

Slab No

Monthly Slab for No. o f Tickets sold through Online Reservation System only (Tickets sold form ETIMs not included) as mentioned in Chapter 2.2 of this RFP

Rate Per Ticket

Charges (Rs.)

1 Number of Tickets<=45,00,000 per month a ** (To be filled by

the bidder) 2 Number of Tickets per month > 45,00,000 and Number

of Tickets per month <= 60,00,000 (Over and above slab 1)

75% of a

3 Number of Tickets per month above 60,00,000 60% of a ** Quoted Rate “a” for Per Ticket should be inclusi ve of all taxes.

Page 111: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 111

11. ANNEXURE

Annexure-1: Present Infrastructure being used for T icketing & Reservation System

RSRTC has implemented e-ticketing using web based infrastructure and the current reservation services are offered from Jaipur, Delhi, Ahmedabad, Udaipur and Jodhpur only and vice versa. The reservation available on e-ticketing infrastructure is available for following categories of services: Delux, A/C, Volvo, Mercedes, Super Luxury.

The e-ticketing software is connected to electronic payment gateway system and customers have a choice to pay through credit/debit card. The application also keeps track of such transactions and the managements also have a facility to reconcile such receivable against total ticket sales.

This works has been outsourced by RSRTC to local ve ndor.

Current Infrastructure for Ticketing & Reservation:

No. of Depots 46 Computer Hardware at CBS Jaipur (Provided by Local vendor)

Application Server for e-ticketing – 1 Application Server for Depot Ticketing – 1

Computer Hardware at different Depots(Provided by Local vendor)

73 – Desktops with Printers and UPS locally hired by CMs of 26 Depots

Existing Hardware of RSRTC (Desktops, DMP/Laser Printers, UPS etc available at Depots)

27 – Desktops (Mostly P-4 of HP, ACER, IBM, HCL Wipro, Compaq purchased in 2008 & 2009) with DMP/Laser Printers, UPS etc issued by H.O., RSRTC to 10 Depots of Rajasthan (These Numbers are tentative)

Application Software VB Based in-house developed software at all depots

Existing ETIM’s of RSRTC More than 5000 ETIMs in 46 Depots Connectivity Depots are connected to HO server via dial up

connection Issues with Current E-Ticketing System: The current e-ticketing server is housed at Jaipur Sindhi Camp CBS and has internet connectivity via broadband facility to allow customers to login. The current infrastructure is not adequate as the systems are not housed in standard ITS environment. The observations for inadequacy are as follows:

• The e-infrastructure has minimal security provisions and hence is in a high vulnerability state

• No adequate redundancy for business continuity • The infrastructure is working on open internet cloud (IP Address) and hence will

be prone to hacking

Page 112: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 112

• The current system has limited route capabilities • The reservation system is not centralized as the system is currently working in

isolated state and hence centralization not possible. Issues with current reservation and ticketing syste m: The current application being used by RSRTC for ticketing and reservation purposes is based on in-house development effort and does not have centralization capabilities. The reservation system is based on client server architecture on VB/SQL framework. The system allows partner ticketing agents to connect via dialup modems which is an old technology and does not offer stable operating environment. The dialup modems installed in the central site inherently has limitation of concurrent users that can log into the system at the same time creating limitation on expansion of services that can be offered to partners and limitation of offering wide scale services. Existing ETIMs of RSRTC: At present RSRTC has more than 5000 ETIMs in operation, of two companies M/s Softland India Limited and M/s MicroFX in 46 Depots. Out of them, approximately 1200 ETIMs are six month old while remaining is not a month old in operation. All these ETIMs are under 2 years warranty and 2 year AMC. The specifications of existing ETIMs are as given at annexure 15.

Page 113: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 113

Annexure-2: Bidder’s authorization certificate This needs to be duly filled up and submitted along with the technical bid

To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

<Bidder's Name>, < Designation>, is hereby authorized to sign relevant documents on behalf of the Company in dealing with RFP of reference<RFP No. and Date>. He is also authorized to attend meetings and submit Technical and Commercial information as may be required by you in the course of processing above said RFP.

Thanking you,

Authorized Signatory (Name) Name & Signature of Authorized Person

Company’s Seal.

Page 114: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 114

Annexure-3: Format for “Request for Clarification” All queries for the pre-bid meeting needs to be submitted in the following format (both soft copy and hard copy) as mentioned in “Key Events and Dates” clause

Rajasthan State Road Transport Corporation

ORS Software Bidders request for clarification

Name of Organization submitting the request.

Name and Designation of person submitting the request.

Full address of the Organization including Phone/ Fax & e-mail point of contact.

Telephone

Fax

E-mail address

Bidding document reference (s) (page no. & section no.)

Content of RFP requiring clarification

Points of clarification required

• Pre bid queries will be entertained only for those bidders who have

purchase the RFP .

Place: Signature:

Date: Company Seal:

Page 115: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 115

Annexure-4: Format for Earnest Money Deposit (EMD) Whereas __________ (hereinafter called "the Bidder") has submitted its RFP offer dated ____ 2011 for ______ (hereinafter called "the RFP") KNOW ALL MEN by these presents that WE ______ ______ _______ of ______________ (hereinafter call the Bank) are bound upto _________ (hereinafter called "THE RSRT CORPORATION") in the sum of _______ ________ for which payment well and truly to be made to the RSRTC, the Bank bind itself, its successors and assigns by these presents. Sealed with the Common Seal of the Said Bank this __ day of __ 2011. 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 RSRT Corporation 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 RSRT CORPORATION up to the above amount upon receipt of its first written demand, without the RSRT CORPORATION having to substantiate its demand, provided that in its demand the RSRT CORPORATION 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)

Page 116: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 116

Annexure-5: Features of the existing On-line Reserv ation System Present Online Ticket Reservation System (OTRS) has the following steps in the Window & Reservation Booking:

• Citizens approach the reservation counter with filled in reservation request. • The data is captured by the reservation clerk. • The system checks on the seat availability / cancellation with real time

connectivity to the central site. • Automatic approval of the booking/cancellation from the central site. • Printing of reservation/cancellation ticket • Collection of Charges.

The software integrates the following broad features:

1. Online capture of details of the ticket booking centre/kiosks 2. Printing of tickets 3. Collection/Consolidation of cash 4. Backend RSRTC modules 5. Reports as mentioned

The solution has the following features:

• Multiple payment channels • Internet Booking • E-payment • Credit Card • Cash

• Ticket Booking • Ticket reservation services from any boarding place to any destination from

any of the counters. • Current Booking – new ticket/lost ticket/group ticket • Cancellation

• Backend RSRTC Module • Trip Sheets • End of day/Shift operations • Complete ticket inventory management • Unusual occurrence capturing like revenue drop, delay in booking

• Comprehensive Reporting • Periodic Collections, Vehicle type, Booth wise, Shift wise etc.

Page 117: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 117

Annexure-6: List of locations where Computer Hardwa re, Software & Network Connectivity is to be Provided

1 RAJASTHAN STATE ROAD TRANSPORT CORPORATION

HEAD OFFICE, PARIVAHAN MARG,

CHOMU HOUSE, JAIPUR – 302001

RAJASTHAN

CENTRAL (HEAD) OFFICE

2 DEPARTMENT OF

INFROMATION TECHNOLOGY & COMMUNICATION

NEW IT BUILDING, TILAK MARG, C-SCHEME,

JAIPUR – 302001 RAJASTHAN

STATE DATA CENTRE

LIST OF BOOKING WINDOW RECEIVED FROM DEPOTS TO BE I NCLUDED FOR

COMPUTERIZATION (AT THE TIME OF ACTUAL IMPLEMENTATION SOME LOCATION & WINODWS MAY CHANGE)

ZONE No. & NAME

DEPOT/BUS STAND No. & NAME BOOKING WINDOW (B.W.) No. & NAME Tot.

B.W.

B. W. IN DEPOT/B.S.

INSIDE / OUTSIDE

1 AJMER 1 AJAYMERU 1 KAIKADI-AJMER 1 OUTSODE AJAYMERU 2 KAIKADI-JAIPUR 2

AJAYMERU 3 KAIKADI-KOTA 3 AJAYMERU 4 NASIRABAD-AJMER EXP 4 OUTSODE 2 AJMER 1 KISHANGARH-MAKRANA KUCHAMAN 5 OUTSODE AJMER 2 MAKRANA-AJMER/JAIPUR-GEN 6 OUTSODE AJMER 3 PARWATSAR-AJMER 7 OUTSODE AJMER 4 PARWATSAR-MAKRANA-KUCHAMAN 8 OUTSODE AJMER 5 PUSKER 9 OUTSODE AJMER 6 RUPANGARH LOCAL 10 OUTSODE 3 BEAWAR 1 CBS BEAWAR-AJMER 11 INSIDE BEAWAR 2 CBS BEAWAR-JODHAPUR-PALI 12 INSIDE BEAWAR 3 CBS BEAWAR-KAIKADI 13 INSIDE BEAWAR 4 CBS BEAWAR-NASIRABAD 14 INSIDE BEAWAR 5 CHAND GATE-SANDRA ROAD 15 OUTSODE BEAWAR 6 CHAND GATE-UDAIPUR ROAD 16 OUTSODE BEAWAR 7 DEVGARH WINDOW 17 OUTSODE BEAWAR 8 JAITARAN [JODHPUR-MERTA] 18 OUTSODE 4 BHILWARA 1 CBS AJMER 19 INSIDE BHILWARA 2 CBS-CHITAURGARH 20 INSIDE BHILWARA 3 CBS-KOTA 21 INSIDE BHILWARA 4 CBS-KOTADI 22 INSIDE BHILWARA 5 CBS-NATHADWARA 23 INSIDE BHILWARA 6 CBS-PALI 24 INSIDE BHILWARA 7 GANGAPUR WINDOW 25 OUTSODE BHILWARA 8 GULABPURA WINDOW 26 OUTSODE BHILWARA 9 VIJAYNAGAR 27 OUTSODE 5 CBS AJMER 1 ADRASNAGAR BHILWARA WINDOW 28 OUTSODE

Page 118: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 118

CBS AJMER 2 ADRASNAGAR JODHAPUR WINDOW 29 OUTSODE CBS AJMER 3 ADRASNAGAR KOTA WINDOW 30 OUTSODE CBS AJMER 4 BHILWARA WINDOW 31 INSIDE CBS AJMER 5 DELHI — HARIDWAR 32 INSIDE CBS AJMER 6 DELUX JUANRAL 33 INSIDE CBS AJMER 7 JAIPUR — AGRA 34 INSIDE CBS AJMER 8 JODHPUR WINDOW 35 INSIDE CBS AJMER 9 KOTA WINDOW 36 INSIDE CBS AJMER 10 MAKRANA WINDOW 37 INSIDE CBS AJMER 11 MALPURA SIKAR WINDOW 38 INSIDE CBS AJMER 12 NAGAUR WINDOW 39 INSIDE CBS AJMER 13 PUSKAR 40 INSIDE CBS AJMER 14 RESERVATION WINDOW 41 INSIDE CBS AJMER 15 UDAIPUR PALI WINDOW 42 INSIDE 6 DEEDWANA 1 DEEDWANA-KUCHAMAN 43 INSIDE DEEDWANA 2 DEEDWANA-NAGAUR 44 INSIDE DEEDWANA 3 DEEDWANA-SARDAR SHAHAR. 45 INSIDE DEEDWANA 4 DEEDWANA-SIKAR 46 INSIDE DEEDWANA 5 KUCHAMAN-AJMER 47 OUTSODE DEEDWANA 6 KUCHAMAN-JAIPUR 48 OUTSODE DEEDWANA 7 KUCHAMAN-SIKAR 49 OUTSODE DEEDWANA 8 KUCHAMAN-DEEDWANA 50 OUTSODE 7 NAGAUR 1 CBS NAGAUR-AJMER 51 INSIDE NAGAUR 2 CBS NAGAUR-JODHPUR 52 INSIDE NAGAUR 3 CBS NAGAUR-SIKAR 53 INSIDE NAGAUR 4 KUCHERA 54 OUTSODE NAGAUR 5 MEDTA-NAGAUR 55 OUTSODE NAGAUR 6 RAILWAY STATION 56 OUTSODE 2 BHARATPUR 8 ALWAR 1 CBS-BHARATPUR 57 INSIDE ALWAR 2 CBS-DELHI 58 INSIDE ALWAR 3 CBS-LAXMANGARH 59 INSIDE ALWAR 4 CBS-NIGHT WINDOW 60 INSIDE ALWAR 5 CBS-RAJGARH 61 INSIDE ALWAR 6 KHERLI WINDOW 62 OUTSODE ALWAR 7 RAJGARH-BOOKING 63 OUTSODE 9 BHARATPUR 1 BAYANA-BHARATPUR WINDOW 64 OUTSODE BHARATPUR 2 BAYANA-JAIPUR WINDOW 65 OUTSODE BHARATPUR 3 CBS-AGRA 66 INSIDE BHARATPUR 4 CBS-BAYANA 67 INSIDE BHARATPUR 5 CBS-JAIPUR 68 INSIDE 10 DHOLPUR 1 AGRA-DELUX WINDOW 69 OUTSODE DHOLPUR 2 AGRA-JAIPUR WINDOW 70 OUTSODE DHOLPUR 3 CBS-DHOLPUR-AGRA 71 INSIDE DHOLPUR 4 CBS-DHOLPUR-GWALIOR 72 INSIDE DHOLPUR 5 CBS-RESERVATION 73 INSIDE DHOLPUR 6 GWALIOR WIN. 74 OUTSODE 11 HINDAUN 1 CBS-BHARATPUR SA. 75 INSIDE HINDAUN 2 CBS-GANGAPUR SA. 76 INSIDE HINDAUN 3 CBS-JAIPUR SA. 77 INSIDE HINDAUN 4 CBS-KAROLI SA. 78 INSIDE

Page 119: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 119

HINDAUN 5 KAROLI-HINDAUN SA. 79 OUTSODE HINDAUN 6 KAROLI-KAILADEVI SA. 80 OUTSODE HINDAUN 7 MAHAVEERJI WINDOW 81 OUTSODE HINDAUN 8 MAHUWA-BHARTAPUR SA. 82 OUTSODE HINDAUN 9 MAHUWA-HINDAUN SA. 83 OUTSODE 12 LOHAGARH 1 ALIGARH-JAIPUR SA. 84 OUTSODE LOHAGARH 2 CBS-ALWAR-DELHI 85 INSIDE LOHAGARH 3 CBS-DEEG MATHURA WINDOW 86 INSIDE LOHAGARH 4 DEEG-ALWAR 87 OUTSODE LOHAGARH 5 DEEG-BHARATPUR 88 OUTSODE LOHAGARH 6 DEEG-DELHI 89 OUTSODE LOHAGARH 7 GOVERDHAN 90 OUTSODE LOHAGARH 8 MATHURA-ALWAR 91 OUTSODE LOHAGARH 9 MATHURA-JAIPUR 92 OUTSODE 13 MATASYA NAGAR 1 CBS-DELHI 93 INSIDE MATASYA NAGAR 2 CBS-BAHROR 94 INSIDE MATASYA NAGAR 3 CBS-JAIPUR 95 INSIDE MATASYA NAGAR 4 CBS-NARAYANPUR 96 INSIDE MATASYA NAGAR 5 CBS-NIGHT WINDOW 97 INSIDE MATASYA NAGAR 6 THANAGAJI WINDOW 98 OUTSODE 3 BIKANER 14 ANOOPGARH 1 CBS-BIKANER WINDOW 99 INSIDE ANOOPGARH 2 CBS-GANGANAGAR WINDOW 100 INSIDE ANOOPGARH 3 CBS-HANUMANGARH WINDOW 101 INSIDE ANOOPGARH 4 NAI MANDI GHADSANA 102 OUTSODE ANOOPGARH 5 RAIOSINGH NAGAR-ANOOPGARH WIN. 103 OUTSODE ANOOPGARH 6 RAISINGH NAGAR-GANGANAGR WIN. 104 OUTSODE 15 BIKANER 1 CBS GANGANAGAR 105 INSIDE BIKANER 2 CBS JODHAPUR 106 INSIDE BIKANER 3 CBS JAIPUR, RAWLA, JAISALMER 107 INSIDE BIKANER 4 CHATARGARH WIN. 108 OUTSODE BIKANER 5 GANGASHAHAR CITY WIN. 109 OUTSODE BIKANER 6 NOKHA NAWLIGATE 110 OUTSODE BIKANER 7 NOKHA WINDOW 111 OUTSODE 16 GANGANAGAR 1 CBS-GHARASANA 112 INSIDE GANGANAGAR 2 CBS-HANUMANGARH 113 INSIDE GANGANAGAR 3 CBS-RESERVATION 114 INSIDE GANGANAGAR 4 CBS-SURATGARH 115 INSIDE 17 HANUMANGARH 1 BHADRA-HANU.HINSAR WINDOW 116 OUTSODE HANUMANGARH 2 CBS-RAWATSAR WINDOW 117 INSIDE HANUMANGARH 3 HANU.JAN.-ANOOPGARH WINDOW 118 INSIDE HANUMANGARH 4 HANU.JAN.-GANGANAGARNR WINDOW 119 INSIDE HANUMANGARH 5 NOHAR-HANUMANGARH WINDOW 120 OUTSODE HANUMANGARH 6 RAWATSAR-BHADRA SDS WINDOW 121 OUTSODE HANUMANGARH 7 RAWATSAR-HANUMANGARH WINDOW 122 OUTSODE HANUMANGARH 8 SURATGARH-ANUPGARH WINDOW 123 OUTSODE 18 SARDAR SHAHAR 1 CBS-GANGANAGAR,BADHARA 124 INSIDE SARDAR SHAHAR 2 CBS-JAIPUR-BIKANER 125 INSIDE SARDAR SHAHAR 3 RATANGARH-GNR-BKR-CHURU 126 OUTSODE SARDAR SHAHAR 4 RATANGARH-JAIPUR-SIKAR 127 OUTSODE 4 JAIPUR 19 CBS, DELHI 1 BKH WIN 1 128 OUTSODE

Page 120: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 120

CBS, DELHI 2 BKH WIN 2 129 OUTSODE CBS, DELHI 3 ISBT 36 — I, II & III 130 OUTSODE 20 CBS, JAIPUR 1 AGRA 1 131 INSIDE CBS, JAIPUR 2 AGRA 2 132 INSIDE CBS, JAIPUR 3 AJMER 1 133 INSIDE CBS, JAIPUR 4 AJMER 2 134 INSIDE CBS, JAIPUR 5 AJMER 3 135 INSIDE CBS, JAIPUR 6 BAGRU 2 136 INSIDE CBS, JAIPUR 7 BAGRU COMP 137 INSIDE CBS, JAIPUR 8 BIKANER 1 138 INSIDE CBS, JAIPUR 9 BIKANER 2 139 INSIDE CBS, JAIPUR 10 BIKANER 3 140 INSIDE CBS, JAIPUR 11 CBS-JAIPUR MST 141 INSIDE CBS, JAIPUR 12 CHOMU CBS. 142 OUTSODE CBS, JAIPUR 13 DELHI 143 INSIDE CBS, JAIPUR 14 DELHI ALWAR 144 INSIDE CBS, JAIPUR 15 DELUX DELHI-AGRA 145 INSIDE CBS, JAIPUR 16 DELUX.DELHI-AJMER 146 INSIDE CBS, JAIPUR 17 DELUX.RES. AGRA-DELHI 147 INSIDE CBS, JAIPUR 18 DURGAPURA KAIKDI WINDOW 148 OUTSODE CBS, JAIPUR 19 DURGAPURA KOTA WINDOW 149 OUTSODE CBS, JAIPUR 20 EXPRESS RESERVATION 150 INSIDE CBS, JAIPUR 21 GATE SIKAR 151 INSIDE CBS, JAIPUR 22 JHOTWARA KHETARI 152 OUTSODE CBS, JAIPUR 23 KOTA 1 153 INSIDE CBS, JAIPUR 24 KOTA 2 154 INSIDE CBS, JAIPUR 25 LAL NIWAS GEN.DELUX 155 OUTSODE CBS, JAIPUR 26 LAL.NIWAS RES. CURR. 156 OUTSODE CBS, JAIPUR 27 SIKAR SALASAR/JHUNJHUNU 157 INSIDE 21 DAUSA 1 DAUSA-AGRA SA 158 INSIDE DAUSA 2 DAUSA-ALWAR SA 159 INSIDE DAUSA 3 DAUSA-JAIPUR SA 160 INSIDE 5 JODHPUR 22 ABU ROAD 1 CBS-ABU,SIROHI MT.ABU 161 INSIDE ABU ROAD 2 CBS-AMBAJI,MANDAR. 162 INSIDE ABU ROAD 3 CBS-MANDAR WINDOW 163 INSIDE 23 BARMER 1 BALOTRA WINDOW 164 OUTSODE BARMER 2 BAYTU WINDOW 165 OUTSODE BARMER 3 CBS-CHOHTAN WINDOW 166 INSIDE BARMER 4 CBS-JAISALMER WINDOW 167 INSIDE BARMER 5 CBS-JODHAPUR WINDOW 168 INSIDE BARMER 6 CBS-SANCHOR WINDOW 169 INSIDE BARMER 7 CHOHTAN WINDOW 170 OUTSODE BARMER 8 MAHAVEER SARCIL 171 OUTSODE BARMER 9 PACHBHADRA WINDOW 172 OUTSODE BARMER 10 R/C=SANCHOR WINDOW 173 OUTSODE BARMER 11 SACHORE WINDOW 174 OUTSODE BARMER 12 SHASTRI NAGAR JDP SA. 175 OUTSODE 24 FALANA 1 SANDERAV-FALNA SA 176 OUTSODE FALANA 2 SANDERAV-PALI SA 177 OUTSODE 25 JAISALMER 1 CBS WINDOW No. 1 178 INSIDE

Page 121: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 121

JAISALMER 2 CBS WINDOW No. 2 179 INSIDE 26 JALORE 1 AHORE-JAIPUR SA 180 OUTSODE JALORE 2 BHEENMAL BUS STAND 181 OUTSODE JALORE 3 CBS-BARMER SIDE 182 INSIDE JALORE 4 CBS-JALORE JAIPUR SA 183 INSIDE JALORE 5 HOSPITAL BNM SIDE 184 OUTSODE JALORE 6 HOSPITAL CARCIL-JPR SA 185 OUTSODE JALORE 7 RAMSEEN WINDOW 186 OUTSODE JALORE 8 TAKHATGARH WINDOW 187 OUTSODE 27 JODHPUR 1 BHOPAL GARH 188 OUTSODE JODHPUR 2 BILADA JAIPUR WINDOW 189 OUTSODE JODHPUR 3 CBS BIKANER WINDOW 190 INSIDE JODHPUR 4 CBS BILARA JAIPUR 191 INSIDE JODHPUR 5 CBS JALORE WINDOW 192 INSIDE JODHPUR 6 CBS PALI WINDOW 193 INSIDE JODHPUR 7 CBS PIPAD WINDOW 194 INSIDE JODHPUR 8 CBS RESARVATION 195 INSIDE 28 PALI 1 BILADA G 196 OUTSODE PALI 2 CBS PALI-JODHPUR-JAIPUR 197 INSIDE PALI 3 CBS PALI-SIROHI 198 INSIDE PALI 4 JAIPUR MARG OUTER P.NAHAR 199 OUTSODE 29 PHALODI 1 CBS-BKR,JSM 200 INSIDE PHALODI 2 CBS-NGR,JPR 201 INSIDE 30 SIROHI 1 CBS-ABUROAD SA 202 INSIDE SIROHI 2 CBS-JODHAPUR SA 203 INSIDE SIROHI 3 CBS-RAMSEEN SA 204 INSIDE SIROHI 4 SHIVGANJ 205 OUTSODE 6 KOTA 31 BARAN 1 CBS KOTA WINDOW 206 INSIDE BARAN 2 CBS LOCAL WINDOW 207 INSIDE 32 BUNDI 1 CBS JAIPUR 208 INSIDE BUNDI 2 CBS-BHL-K.PATAN LOCAL 209 INSIDE BUNDI 3 CBS-NAINWA LOCAL 210 INSIDE BUNDI 4 DEVLI-AJMER WINDOW 211 OUTSODE BUNDI 5 DEVLI-JAIPUR WINDOW 212 OUTSODE BUNDI 6 DEVLI-KOTA WINDOW 213 OUTSODE BUNDI 7 NAINWA BOOKING 214 OUTSODE 33 JHALAWAR 1 CBS-WINDOW No. 1 215 INSIDE JHALAWAR 2 CBS-WINDOW No. 2 216 INSIDE JHALAWAR 3 CBS-WINDOW No. 3 217 INSIDE JHALAWAR 4 CBS-WINDOW No. 4 218 INSIDE JHALAWAR 5 EKLERA WINDOW 219 OUTSODE 34 KOTA 1 CBS-KOTA-AJMER 220 INSIDE KOTA 2 CBS-KOTA-BARAN 221 INSIDE KOTA 3 CBS-KOTA-BHOPAL 222 INSIDE KOTA 4 CBS-KOTA-JAIPUR 223 INSIDE KOTA 5 CBS-KOTA-KHATOLI 224 INSIDE KOTA 6 CBS-KOTA-RESERVATION 225 INSIDE KOTA 7 RAWATBHATA 226 OUTSODE 35 TONK 1 CBS-JAIPUR 227 INSIDE TONK 2 CBS-KOTA 228 INSIDE

Page 122: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 122

TONK 3 CBS-MALPURA 229 INSIDE TONK 4 NIWAI WINDOW 230 OUTSODE TONK 5 UNIYARA WINDOW 231 OUTSODE 7 SIKAR 36 JHUNJHUNU 1 CBS CHURU WINDOW 232 INSIDE JHUNJHUNU 2 CBS DELHI WINDOW 233 INSIDE JHUNJHUNU 3 CBS JAIPUR WINDOW 234 INSIDE JHUNJHUNU 4 CBS PILANI WINODE 235 INSIDE 37 KHETRI 1 CBS-KHETRI-JHUNJHUNU WINDOW 236 INSIDE 38 SIKAR 1 BIDASAR WINDOW 237 OUTSODE SIKAR 2 CBS-AJMER NAWAN 238 INSIDE SIKAR 3 CBS-JAIPUR SA 239 INSIDE SIKAR 4 CBS-JODHAPUR 240 INSIDE SIKAR 5 CBS-PILANI UDAIPUR 241 INSIDE SIKAR 6 CBS-RATANGARH SALASAR 242 INSIDE SIKAR 7 FATEHPUR-JAIPUR 243 OUTSODE SIKAR 8 SALASAR WINDOW 244 OUTSODE 8 UDAIPUR 39 BANSWARA 1 CBS-DUNGARPUR/RATLAM 245 INSIDE BANSWARA 2 CBS-UDAIPUR WINDOW 246 INSIDE 40 CHITTORGARH 1 BEGU 247 OUTSODE CHITTORGARH 2 CBS-BHILAWARA 248 INSIDE CHITTORGARH 3 CBS-KAPASAN 249 INSIDE CHITTORGARH 4 CBS-KOTA 250 INSIDE CHITTORGARH 5 CBS-MANGALWARA 251 INSIDE CHITTORGARH 6 CBS-NIMBAHERA 252 INSIDE CHITTORGARH 7 KAPASAN BUS STAND 253 OUTSODE CHITTORGARH 8 MANDSAUR 254 OUTSODE CHITTORGARH 9 NIMBAHERA CHOTI SADRI SA 255 OUTSODE CHITTORGARH 10 NIMBAHERA CTG SA 256 OUTSODE CHITTORGARH 11 NIMCH 257 OUTSODE CHITTORGARH 12 PARTAPGARH 258 OUTSODE 41 DUNGARPUR 1 ASPUR 259 OUTSODE DUNGARPUR 2 CBS-ASPUR,PEETH 260 INSIDE DUNGARPUR 3 CBS-RATANPUR 261 INSIDE DUNGARPUR 4 CBS-UDAIPUR 262 INSIDE DUNGARPUR 5 KHERWARA WINDOW 263 OUTSODE DUNGARPUR 6 SAGWARA 264 OUTSODE 42 UDAIPUR 1 AMET STATION 265 OUTSODE UDAIPUR 2 CBS WINDOW 1 266 INSIDE UDAIPUR 3 CBS WINDOW 2 267 INSIDE UDAIPUR 4 CBS WINDOW 3 268 INSIDE UDAIPUR 5 CBS WINDOW 4 269 INSIDE UDAIPUR 6 CBS WINDOW 5 270 INSIDE UDAIPUR 7 CBS WINDOW 6 271 INSIDE UDAIPUR 8 CHARBHUJA WINDOW 272 OUTSODE UDAIPUR 9 CHETAK GOGUNDA WINDOW 273 OUTSODE UDAIPUR 10 CHETAK NATHADWARA WINDOW 274 OUTSODE UDAIPUR 11 GOGUNDA WINDOW 275 OUTSODE UDAIPUR 12 KANKROLI BHL WINDOW 276 OUTSODE UDAIPUR 13 KANKROLI FLN-JPR WINDOW 277 OUTSODE UDAIPUR 14 KANKROLI UDAIPUR WINDOW 278 OUTSODE

Page 123: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 123

UDAIPUR 15 KANOD WINDOW 279 OUTSODE UDAIPUR 16 MAJI KI SARAY WINDOW 280 OUTSODE UDAIPUR 17 NATHDWARA KANKROLI WINDOW 281 OUTSODE UDAIPUR 18 NATHDWARA-UDAIPUR—CHITORGARH 282 OUTSODE UDAIPUR 19 SALUMBAR WINDOW 283 OUTSODE UDAIPUR 20 SAYRA WINDOW 284 OUTSODE 9 DELUXE,JPR NO ONE WINDOW FOR COMPUTERIZATION IN THIS ZONE

TOTAL BOOKING WINDOWS – (284 + 7), TOTAL DEPOTS & CBS – (46 + 2), TOTAL ZONE = 9 TOTAL WINDOWS EXISTS WITHIN DEPOT CAMPUS = 158 AND OUTSIDE DEPOT/CBS CAMPUS = (126+7)

NO ONE WINDOW FOR COMPUTERIZATION IN DEPOTS OUT OF STATE BOOKING WINDOWS

ZONE DEPOT

1 BHARATPUR 43 TIJARA 1 AGRA 285 OUTSODE

2 JAIPUR 44 JAIPUR 2 AHMEDABAD 286 OUTSODE

45 KOTPUTLI 3 DEHRADOON 287 OUTSODE

46 VAISHALI NAGAR 4 HARIDWAR 288 OUTSODE

3 SIKAR 47 CHURU 5 INDORE 289 OUTSODE

48 SRI MADHOPUR 6 LUCKNOW 290 OUTSODE

7 MATHURA 291 OUTSODE

8 SHIMLA 292 OUTSODE

Page 124: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 124

Annexure-7: Format for Banker’s Certificate for Inv estible Funds/Providing debt.

Ref: Date: To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

Sir, In response to the RFP No. ______ dated ________ of RSRTC for conducting requirement analysis, design, develop, test and implement Web Based Online Reservation System (ORS) Application Software, Integration of existing ETIMs with ORS, Vehicle Scheduling & Dispatch System in RSRTC and Procure, Supply, Install, Commission, Configure, Test, Integrate, Implement, Manage and Support the Hardware & Network Connectivity/ Infrastructure/ Equipments/ Cabling etc. for a contractual period of Five Years on BOOT (Built, Own, Operate and Transfer) basis, this is to certify that __________________________________ (Name of the Bidder) is having balance of Rs. ________ (In Words __________________) in his ____ account bearing no. ___________ with us and are capable of investing funds to the extent of Rs. ________ (In Words __________________) for the said project. If the bidder is in short of funds for this project, then our bank will provide sufficient debt over Rs. ___ Crores to M/s _________________ (Name of Bidder) for executing above project, if it is awarded to them.

Place: Authorized Signatory

Date: Bank’s Common Seal

Page 125: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 125

Annexure-8: Format for Self Declaration Ref. ______ Date:

To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

Sir, In response to the RFP No. _____ dated _______ of Ref. _____as an owner / Partner / Director of _______________ I/We hereby declare that our Company _______________ is having unblemished past record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time. Name of the bidder: Signature: Seal of the Organization:

Page 126: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 126

Annexure-9: Performa of Performance Bank Guarantee Ref: _____________ Date: _______________

Bank Guarantee No.: __________________ To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

1. Against Contract vide Advance Acceptance of the RFP No.____ Dated _______ of

the Rajasthan State Road Transport Corporation (hereinafter called the "The Corporation") covering the conducting requirement analysis, design, develop, test and implement Online Reservation System (ORS), Vehicle Scheduling & Dispatch System, Online MIS etc. and Integrate existing ETIMs data with ORS in RSRTC and Procure, Supply, Install, Commission, Configure, Test, Integrate, Implement, Manage and Support the Hardware & Network Connectivity/ Infrastructure/ Equipments/ Cabling etc. for a contractual period of Five Years on Build, Own, Operate and Transfer(BOOT) basis (Hereinafter called "The Said Contract") entered into between the client and the Corporation, this is to certify that at the request of the Corporation we Bank are holding in trust in favor of the client, the amount Rupee _____________ (write the sum here in words) to indemnify and keep indemnified the against any loss or damage that may be caused to or suffered by the Corporation by reason of the said Contract and / or in the performance thereof. We agree that the decision of the Corporation, whether any breach of any of the terms and conditions of the said contract and / or in the performance thereof has been committed by us to the Corporation and the amount of loss or damage that has been caused or suffered by the Corporation shall be final and binding on us and the amount of the said loss or damage shall be paid by us forthwith on demand and without demur to the Corporation.

2. We ______________ Bank further agree that the guarantee herein contained shall

remain in full force and effect during the period that could be taken for satisfactory performance and fulfillment in all respects of the said Contract by the Corporation i.e. till ____________ (viz. The expiry of the contract) hereinafter called the said date and that if any claim accrues or arises against us _____________ Bank by virtue of this guarantee before the said date, the same shall be enforceable against us _________ Bank by the Corporation before the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the Corporation.

3. It is fully understood that this guarantee is effective from the date of the said

Contract & valid for six years and that we _____________ Bank undertake not to

Page 127: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 127

revoke this guarantee during its currency without the consent in writing of the Corporation.

4. We undertake to pay the Corporation any money so demanded not withstanding

any dispute or disputes raised by the Corporation in any suit or proceedings pending before any Court or Tribunal relation thereto our liability under this present bond being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge or our

liability for payment there under and the Corporation shall have no claim against us for making such payment.

5. We _____________ Bank further agree that the Corporation shall have the

fullest liberty, without affecting in any manner our obligation hereunder to vary any of the terms and conditions of that said Contract or to extend time of performance by the Corporation from time to time or to postpone for any time or from time to time any of the powers exercisable by the Corporation against the said RFP and to forebear or enforce any of the terms and conditions relating to the said Contract and we, ___________ Bank shall not be released from our liability under these guarantee by reason of any such variations or extension being granted to the said forbearance and / or omission on the part of the Corporation or any other matter or thing whatsoever, which under the law relating to sureties, would but for this provisions have the effect of so releasing us from our liability under this guarantee.

6. The guarantee is for an amount of Rs. ________________________ (In figures

Rs. ________). DATE:

PLACE: SIGNATURE: SEAL: WITNESS:

Page 128: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 128

No

No

Dep

ot

Cle

rk/

AB

A

Annexure-10: Online Reservation Process The process map for booking through the Online Reservation System is given below for the reference of the bidder. The successful bidder may need to prepare the process maps for all Online Reservation Processes.

Page 129: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 129

Annexure-11: Format for Security Deposit (On Rs. 100/- Stamp Paper)

To,

The Executive Director (Traffic), Rajasthan State Road Transport Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur – 302001,Rajasthan.

WHEREAS .......................... (Name of Bidder) hereinafter called "The Bidder" has decided to participate in the tender number __, hereinafter called "Tender" published by RSRTC, hereinafter called "RSRTC". AND WHEREAS it has been stipulated by you in the said Tender that the Bidder shall furnish you with a Demand Draft or Pay Order or Bank Guarantee (of Nationalized Bank) for the sum specified therein as Security Deposit for compliance with the Bidder's obligations in accordance with the Tender. AND WHEREAS we have agreed to give the Bidder a guarantee THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of Rs. _________ (Rupees _______________ only) and we undertake to pay you, upon your first written demand declaring the Bidder to be in default of the tender conditions and without cavil or argument any sums within the limit of Rs. _____________- (Rupees __________________ only) as aforesaid, without your needing to prove or to show this grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ___ day of ______ 20___ (Signature and Seal of Bank) Date:___________________ Address: _____________________________ _____________________________ Witness:

Page 130: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 130

Annexure-12 : OEM Authorisation Certificate

OEM AUTHORIZATION CERTIFICATE

(To be issued by the manufacturer of the product (Hardware/ Network / Server System Software in the favor of Distributor / dealer / channel partner on the company letterhead)

This is to certify that M/s XXXX Company … … … … ….................................................................... ............................................................................ (Name, complete address, city) are our

authorized … … … …................. (Distributor / Dealer / Channel partner) for the sale, support

and services for. ............................... (Name of the product(s)) until date _______.

We undertake that we would provide the support for the above product(s) during the warranty-

period (Contract/ Project Period) for all the upgrades, Updates and patches ,spares of the supplied product/products.

Our technical support/assistance centers (Name, address & communication details) shall provide telephonic or web support. Below are the required details.

(Signature with seal / stamp of the company)

Name:

Designation:

Note: This Letter of authority should be on the letterhea d of the concerned manufacturer and should be signed by a person competent and havi ng the power of attorney to bind the Manufacturer.

Page 131: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 131

Annexure-13

Minimum Infrastructure requirement at various locat ions

For Data Center & DR Site

Srl Items Description Data Center

DR Center

1. Web Server 2 1 2. Application Server for ORS 2 1 3. Database Server 2 1 4. Blade Chassis 1 1 5. Server Load Balancer 1 0 6. Link Load Balancer which can maintain session 1 0 7. Database with respective License 1 1 8. Application Server Software 1 1 9. Passive Material At Actual At Actual

Following items are available at Rajasthan State Da ta Center for use under the project :

Srl Items Description (A) Infrastructure available on Shared basis at Rajasthan State Data Center

1. Firewall 2. Router 3. Intrusion Prevention System 4. EMS/NMS Servers 5. SAN Storage 6. Backup Server 7. DNS Server 8. Tape Library

(B) Additional licences to be procured 1. EMS/NMS as per requirement (Make : CA technologies) 2. Backup clients as per requirement (Make : IBM Tivoli 5.5) 3. Anti virus for Servers (Make : Symantec end point protection ver. 11.0)

The bidder would be required to pay FMS/O&M charges on the hardware/software installed in the Rajasthan State Data Center to the DCO@ 1.5% of the CAPEX per quarter.

Note: This is minimum requirement but not limited to proj ect requirement and bidder may suggest / add the other equipments requi red for successful implementation of the project and meeting the SLA r equirements at no extra cost to RSRTC.

Page 132: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 132

Connectivity Requirements:

Srl Location Name

No. of Location

Required Connectivity Details

1 At State Data Center

1 - Min. 8 Mbps Data link aggregating all data links of depots terminating on Ethernet through ISP

- Min. 8 Mbps internet leased link terminating on Ethernet through ISP

2 At Depot ** 46 - Min. 2 Mbps Data link (MPLS over VPN) connecting depots to SDC through ISP terminating on Ethernet port

3 At H. O. (RSRTC)

1 - Min. 2 MBPS Data link from H.O. to SDC terminating on Ethernet port

4 At Booking Windows & Bus Stands

284 - Booking Windows which are in the depot campus or near by the depot campus should be connected through LAN

- Booking Windows which are far away from Depot should be connected to depot through Broad Band over VPN

** All Zonal Offices exist in Same Campus of Concer ned Depot office

Note: This is minimum requirement but not limited to proj ect requirement and bidder may suggest / add the other equipments requi red for successful implementation of the project and meeting the SLA r equirements at no extra cost to RSRTC.

Page 133: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 133

For Depots, Booking Windows, Zonal Offices & Head O ffice

Srl Items Description Depots (46)

Booking Windows & CBS (284)

Zonal Offices

(9)

Head Office

(1) Total

1 Local Server 46 0 0 0 46

2 Desktops (6 in each Depot, 1 at each Booking Window and 2 in each Zonal Office)

276 284 18 15 593

3 80 Column Dot Matrix Printer (DMP) (1 at each Booking Window)

0 284 0 0 284

4 132 Column DMP (5 in each Depot)

230 0 0 0 230

5 Laser Printer Duplex (One in each Depot)

46 0 9 15 70

6 UPS/Inverter 1 KVA two (2) Hour Backup 0 284 18 0 302

7 UPS 10 KVA Online 1 Hour Backup (One in each Depot) 46 0 0 1 47

8 Generator 10 KVA Silent (One in each Depot) 46 0 0 0 46

9 24 port Switches 46 0 0 1 47 10 Networking Equipment Actual Actual Actual Actual Actual 11 Cabling Actual Actual Actual Actual Actual 12 Passive Material Actual Actual Actual Actual Actual

Note: This is minimum requirement but not limited to proj ect requirement and

bidder may suggest / add the other equipments requi red for successful implementation of the project and meeting the SLA r equirements at no extra cost to RSRTC.

Page 134: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 134

Annexure-14

Minimum Required Specifications of the Various Hard ware Items

Srl.No. Description Quantity

Pg No. where the

functionality / specification mentioned

Hardware Specification s For Each - Database Server (1 + 1) - Application Server For ORS (1 + 1) - Web Server (1 + 1)

Total 6

Servers

Srl. Component Desired Specifications Compliance / Deviation

1. Make Offered Mention Make

2. Model Offered Mention Model

3.

Certification(s) Required

OEM - ISO 9001 Manufacturer

Certified on proposed OS(s)

Std. Compliance(s) Req.

UL, FCC & RoHS

4. Server Form Factor

Blade to be inserted into blade enclosure

5.

No. of CPU Min. 2 x 8C Intel Xeon 7560 populated

Speed 2.26 GHz or Higher (Intel Xeon)

Cache Memory Min. 24 MB L3 Cache

6. Chipset OEM Server Chipset 7500

7. RAM (Min/Scalable)

Min. 256 GB (1066 Mhz.) scalable to min.512 GB

Type of RAM Quad Ranked RDIMM

8. Hard Disk Drive(s) 2 x 300 GB

Type of HDD Hot plug @ 10K SFF SAS

HDD Controller Dual Channel H/W RAID Level 0,1 with 512 MB cache

Page 135: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 135

9. Network Port Quad Port 1GbE NIC

10. Network Mgmt port Required

11. Power Remote Power Management

12. Slot on board Mezzanine card slots

13. Virtualization Support industry standard virtualization solution

14. Management

a. OS independent hardware health status b. Standards based OEM remote server management suite/sw

15. Keyboard & Mouse

Virtual KVM based remote control

16. Enclosure: To fit in Blade Chassis

17. RecommendedO.S. OEM Enterprise Linux

18. HA Mode Combination should be used with different OS

Page 136: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 136

Srl.No. Description Quantity

Pg No. where the

functionality / specification mentioned

Local Server at all the Depots As per RFP

Srl. Component Desired Specifications Compliance / Deviation

1. Make Offered Mention Make

2. Model Offered Mention Model

3. Certification(s) Required

OEM - ISO 9001 Manufacturer

Certified on proposed OS(s)

4. Server Form Factor Tower

5.

No. of CPU Min. 2 x Quad Core populated

Speed (Mention anyone)

2.26 GHz or Higher (Intel Xeon)

Cache Memory Min. 8 MB Smart Cache

6. Chipset OEM Server Chipset

7. RAM (Min/Scalable)

Min. 64 GB (1333 Mhz.) scalable to min. 192 GB

Type of RAM DDR3 with ECC

8. Hard Disk Drive(s)

3 x 300 GB

Type of HDD Hot plug @ 10K SFF SAS

HDD Controller RAID controller with 512 MB

9. Network Port Dual-Port Gigabit Ethernet with failover and load balancing

10. Network Mgmt port Required

12. Slot on board Min. 4 PCIe slots

13. Virtualization Support industry standard virtualization solution

14. Management

a. OS independent hardware health status b. Standards based OEM remote server management suite/sw

Page 137: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 137

15. Keyboard & Mouse OEM as required

17. RecommendedO.S.

OEM Enterprise Linux

Page 138: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 138

Srl. Description Quantity

Pg No. where the

functionality / specificati on

mentioned Blade Chassis/Enclosure for blades (from same

OEM Make & Model) 1+1

Srl. Component Desired Specifications Compliance / Deviation

1. Make Offered Mention Make 2. Model Offered Mention Model

3. Certification(s) Required OEM - ISO 9001 Manufacturer

4. Form Factor Mention chassis height in RU

5.

Blade Chassis/Enclosure shall have a provision to accommodate a minimum of 8 Blade Server modules (all the blader slots should be ready for new blade to be inserted)

6. Blade enclosure should be capable to accommodate Intel/ AMD/ RSIC/ EPIC processors.

7. Blade Chassis shall accommodate hot swappable HDD, Interconnect Modules, etc.

8. It shall include all accessories so that it can be mounted on an Industry Standard 42 U Rack.

9. It must have a optical dvd drive (latest speed) and atleast one USB port accessible to all blades

10.

It shall have all required 100% redundant: • Power Supplies, • Network interface, • Fiber Channel interface, • management module (automatic failover) etc.

11. It shall be supplied with the PDUs to connect Power Cables to the Chassis power input terminals.

12. It shall be fully populated with fans for cooling with 100% redundancy built in for the entire enclosure & its components.

13.

Management Module which provides a single point of control for intelligent management of the entire console. It should provide setup & Control of Enclosure, should report asset and inventory

Page 139: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 139

Information for all the devices in the Enclosure. It should report Thermal & Power Information of per Server and it should provide IP KVM functionalities & Access for all the Server Blades from the Management Module.

14. Management Modules per Blade/ Chassis providing system management function and remote management

15. Service and management : Multiple administrators to remotely access and maintain multiple server blades simultaneously

16. Require two communication modules with support of load balancing and failover

Page 140: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 140

Srl. Description Quantity

Pg No. where the

functionality / specification mentioned

Desktops As specified in the RFP

Srl. Specification Compliance / Deviation

1. Make Offered Mention Make

2. Model Offered Mention Model

3. Mandatory ISO 9001 Manufacturer 4. Certifications Should be certified on

supplied Operating System

5. CPU Intel i5-650 6. No of Cores Minimum 2 7. CPU Speed Minimum 3.20 GHz or higher 8. Chipset Compatible to supplied CPU 9. Cache Memory Minimum 4 MB L3 / Smart

Cache or higher

10. FSB / DMI Minimum 1066 MHz or Higher 11. Memory Min. 2GB DDR3 RAM Min.

1066MHz Upgradable up to 16GB

12. HDD Min. 320 GB SATA 7200rpm HDD

13. Monitor 18.5" Color SVGA Non - Interlaced TFT Monitor (with TCO’03 Certification)

14. Keyboard Min. 104 Keys OEM Mechanical Key Board or TVSE Gold or Equivalent

15. Mouse Two Button Optical Scroll Mouse

16. Optical Drive Internal DVD-RW Drive 17. Cabinet Micro-ATX/ Desktop 18. Ports Min. 6 USB ( 2 In front), 1

Serial, 1 Parallel

19. Slots 2 PCI Slots , 1 x PCI Exp 16x Slot ,1x PCI Exp 1x Slot

20. Network Integrated 10/100/1000 LAN

Page 141: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 141

Features Card 21. Recommended

O.S. MS-Windows 7 Prof. Edtn. OLP (with latest Service Pack) or higher with License and Media (With Recovery CD)

22. Antivirus Commercial Anti-Virus Software from leading OEMs like Trend-Micro/ Symantec/ Kaspersky/ Mcafee to be installed on the Desktop Computers with OEM Support, updates, patches and errata for the entire contract / project period . Advanced antivirus, antispyware, desktop firewall, intrusion prevention, application control, network access control and device control into a single, deployable agent which can be managed by a single server.

Page 142: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 142

10 KVA Online UPS One Hour (120 Minutes) Backup Description Specification Technology Rectifier & Inverter both IGBT based DSP based controlled Digital Design Double Conversion True On-line UPS Input Input Rated Voltage

220/380Vac ,Single Phase or Three Phase Auto recognizing

Input Voltage & Range

180-276V AC ,Single Phase

Input Frequency Range

45 - 55 Hz

Input Power Factor

>0.99(1Ph)

OUTPUT Output 10KVA Voltage 220VAC Outp ut Frequency regulation

50Hz ± 0.2%

O/p Voltage Distortion

< 5% (Non-linear load) < 3% (linear load)

Parallel operation

Shall support parallel operation

Output Waveform

Pure Sine wave

Crest Factor

3:1

Power Factor 0.8 Battery Battery Ba ckup 120 minute Battery Type SMF VRLA type only with Racks &

Interconnecting Links

Battery Make Rocket / Amararaja / Exide / Quanta only Charging Shall be with Temp compensation for

enhanced battery life

VDC Greater than or equal to 192VDC Batt ery Ratings(VAH)

7600VAH – 5Kva

Transfer Time 0 ms – Must always be ONLINE

Page 143: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 143

General Display LED Display Safety GB4943-1995 Operating Temperature

0 to 40 degree centigrade

Noise level <51 dB EMC EN50091-2, EN55022 Class A, EN61000-

4-2.3.4.6.8.11 Level III, EN61000-4-5 Level IV

Mounting Rack as well as Tower Surge `Protection

External Transient Voltage Surge Suppressor of 25kA surge capacity, LED status, UL-1449-3, Response time of less than 0.5ns, NEMA enclosure shall be provided to connect in parallel at i/p of UPS.

Standard USB port for software interface Alarms & Indications

All necessary alarms & indications essential for performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Certifications ISO 9001 & 14001 certified to

1 KVA UPS with 120 minutes Backup Description Specification Certifications ISO 9001 and 14001 Certified OEM Technology Rectifier & Inverter both with IGBT based

Microprocessor Processing Design, Double Conversion True On-line UPS

Input Voltage & Range

170-290V AC ,Single Phase

Input Frequency Range

50 Hz ± 10%

Input Phase Single Phase with ground Input Power Factor

>=0.95 at full load

Output 1 KVA Voltage 220 / 230 /240 VAC Output Frequency regulation

Free running Mode 50Hz ± 0.5Hz

Page 144: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 144

O/p Voltage Distortion

< 6% (Non-linear load) < 3% (linear load)

Output Waveform

Pure Sine wave

Battery Backup 120 minute Battery Type 12V Sealed lead maintenance free VRLA

type

Battery brand EXIDE, PANASONIC, QUANTA, ROCKET only

VDC Shall be 96VDC or more Battery Ratings 1KVA: Min. 1400 VAH General Noise level <45 dB @ 1 Meter , EN 62040 – 2, 2006 Protection IP 20 Bypass Automatic Bypass Switch Surge Protection

External Transient Voltage Surge Suppressor at i/p of UPS of Surge capacity of 10kA with fast response time of <0.5nS along with monitoring LED

DG Compatibility

UPS to be compatible with DG Set supply and mains supply

Standard RS 232 & USB port with software for monitoring & Shutdown of connected PCs.

Alarms & Indications

All necessary alarms & indications essential for performance monitoring of UPS to be incorporated.

LCD Display Back-up time, Load, battery, Mode of operation, Fault

Page 145: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 145

Dot Matrix Printer (80 Col.) Pin 24 pin Column 80 col. High speed draft 300 CPS @ 10 cpi minimum Interface parallel & USB

Dot Matrix Printer (136 Col.) Pin 24 pin Column 136 col. High speed draft 500 CPS @ 10 cpi minimum Interface parallel & USB

Laser Printer (Duplex)

Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)

Speed Minimum 30PPM (A4) Processor Minimum 400 MHz or higher Resolution Min. 1200 X 1200 dpi Duty Cycle Min. 50,000 pages/ month Memor y 128MB or higher Interface USB 2.0 (High Speed) with Cable Network Yes (10/100Mbps) Duplex Yes Paper Support Legal, A4 Drivers / Software Yes (MS-Windows XP/ Vista/ 7)

Page 146: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 146

24 Port Manageable Switch

Make & Model Offered - (To be filled by th e bidder) Compliance (Yes/No)

Hardware Architecture

Multiple services (Data, voice, video) Internal/ External Redundant Power Supply 1 x 24 Ports GE (10/100/1000Mbps) 1 x 2 Ports Gig Fiber

L2 Features Layer 2 switch ports and VLAN trunks IEEE 802.1Q VLAN encapsulation Support for at least 200 VLANs. Dynamic Trunking Protocol (DTP) or equivalent VLAN Trunking Protocol or equivalent 802.1s 802.1w IGMP snooping v1 and v2

IP Routing Protocols

Static IP Routing OSPF RIP Hot Standby Routing Protocol/VRRP

L3 features ICMP support, IPv6 Support Security Standard and extended ACLs on all ports

Dynamic Host Configuration Protocol (DHCP) snooping AAA and RADIUS authentication enable centralized control of the switch and restrict unauthorized users from altering the configuration.

Secure Shell (SSH) Protocol and Simple Network Management Protocol Version 3 (SNMPv3) to provide network security by encrypting administrator traffic during Telnet and SNMP sessions.

Manageability & Upgradation

Switch needs to have console port for administration & management

Must have support SNMP v1, v2, v3 Management using CLI, GUI using Web interface FTP/TFTP for upgrading the operating System TCP-MIB, UDP-MIB RFC1213-MIB (MIB-II), RFC1398-MIB (ETHERNET-MIB)

Standards IEEE 802.1x support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports

IEEE 802.1D Spanning-Tree Protocol IEEE 802.1p class-of-service (CoS) prioritization IEEE 802.1Q VLAN

Page 147: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 147

IEEE 802.3 10BASE-T specification IEEE 802.3u 100BASE-TX specification

Physical 19” Rack mountable All necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire managers, etc. should be provided

RDBMS :

Srl Specifications Core Relational Database Management System (RDBMS) Functions

1 Support for High Availability Clusters to provide for a fail over environment

2 Should have built-in multi-server management and policy based management capabilities

3 Database should provide High availability & Disaster recovery using cost effective option of automatically synchronizing the transaction data to disaster site, which in case of fail over the other node provides the availability of all data.

4 The database software proposed should be from an OEM with presence in India (and easy availability of skilled resources for the product in India) and should not restrict department from using the application or data or database structure in any future requirement

5

The solution should support functionality as mentioned below:

a. Advanced Web Based Reporting Services

b. Data warehousing and Analysis Services.

c. Business Intelligence

d. Complete ETL functionality

e. Performance Management Tools and Resource Governors

f. Clustering Tools

g. Tuning and Diagnostics Tools

h. Spatial Database Capabilities

i. Database Compression and Encryption Tools

j. Replication Technologies for Failover to Remote Sites.

6

The RDBMS should support Database partitioning, parallel processing, multi-dimensional OLAP capabilities for Data warehousing, generation and consumption of XML data and XML based queries. The RDBMS should have high availability solution at the database server level to avoid failures of services, which are delivered through database servers.

7 Database Server should be capable of storing UNICODE data formats for multi-lingual language support especially Indian Languages.

8 Database must ensure inter-dependency of user concurrency and data consistency. Should provide non-escalating lock mechanism and multi version read consistency for the transaction processing.

9 Database should have built-in DR solution to replicate the changes happening in the database across multiple DR Sites with an option to run real-time reports from DR Sites without stopping the recovery mechanism.

Page 148: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 148

Annexure-15: Specifications of the existing ETIMs

Srl. Specification Descriptions

1 Processor 1.1 Advanced Micro controller

based system with latest hardware.

Advanced 8501 family based Micro controller with the latest hardware technology, with 32 Bit High speed processor.

1.2 Real Time Clock (RTC) with Battery back-up for date & time.

Yes.

2 Memory 2.1 Data Flash Memory 8 MB. 2.2 Program Memory 512 KB. 2.3 Static RAM 32 KB. 3 Display 3.1 Display Type 128 x 64bit Graphics LCD Bold Font display

with backlight. 24 characters by 5 lines with Backlight. Capabilities to display graphics image.

4 Keypad 4.1 Keypad Type 30 key alphanumeric elastomeric unbreakable

soft-touch dust-free keypad. Keys in different colors differentiating numerals, functions, etc.

5 Printer 5.1 Printer Type Ultra fast Thermal Printer. 2 inch thermal printer

with 60 mm / sec. Speed 5.2 Paper Width 67/60 mm. 5.3 Paper over indication. 5.4 Paper loading must have easy and quick

process. 5.5 Transparent and easy to use printer cover. 6 Power Source 6.1 Inbuilt Battery type 2200mAh 6.2 Charging Time 5 Hrs.(approx) 6.3 Standby time 72 Hrs. 6.4 In use time (with printer) 8-10 Hrs. 6.5 Low battery indication with audio beep. 6.6 Automatic & intelligent power shutdown for

extended battery life. 6.7 LED Display LED display at charging time in ETM. 6.8 AC Power adapter (Charger) Working for 140 to 280 V AC. (With LED

indication)

Page 149: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 149

In – built advanced battery charger with auto charge termination for enhanced battery life.

7 Inter face 7.1 To Communicate with PC In built interface RS232, USB, PS2 Cables. 7.2 Optional Interface RFID , GPRS 8 Networking capabilities Option for GPS and GSM for future

upgradation. 9 Operating Temperature 0 to 50 deg. C.

10 Weight 400 gms. 11 Accessories Carrying Case (Multi pockets: ETM, Charger,

Conductor Ticket Bag, Paper Roll, Cash etc.), Charger(as specified on 6.8), Data cables(as specified on 7.1)

Page 150: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 150

Annexure-16: Zone wise List of Depots

vkxkj@cl vkxkj@cl vkxkj@cl vkxkj@cl LVs.M dk ukeLVs.M dk ukeLVs.M dk ukeLVs.M dk uke

Srl DEPOT / BUS

STAND NAME DISTRICT NAME ZONE NAME

vt;es: 1 AJAYMERU AJMER AJMER

vtesj 2 AJMER AJMER AJMER

C;koj 3 BEAWAR AJMER AJMER

HkhyokM+k 4 BHILWARA BHILWARA AJMER

MhMokuk 5 DEEDWANA NAGOUR AJMER

ukxkSj 6 NAGOUR NAGOUR AJMER

vyoj 7 ALWAR ALWAR BHARATPUR

eRL; uxj 8 MATASYA NAGAR ALWAR BHARATPUR

frtkjk 9 TIJARA ALWAR BHARATPUR

Hkjriqj 10 BHARATPUR BHARATPUR BHARATPUR

yksgkx<+ 11 LOHAGARH BHARATPUR BHARATPUR

/kksyiqj 12 DHOLPUR DHOLPUR BHARATPUR

fg.MkSu 13 HINDAUN KAROLI BHARATPUR

chdkusj 14 BIKANER BIKANER BIKANER

ljnkj 'kgj 15 SARDAR SHAHAR CHURU BIKANER

vuwix<+ 16 ANOOPGARH GANGANAGAR BIKANER

xaxkuxj 17 GANGANAGAR GANGANAGAR BIKANER

guqekux<+ 18 HANUMANGARH HANUMANGARH BIKANER

nkSlk 19 DAUSA DAUSA JAIPUR

MhyDl fMiks t;iqj 20 DELUX DEPOT JAIPUR JAIPUR JAIPUR

t;iqj 21 JAIPUR JAIPUR JAIPUR

dksViqryh 22 KOTPUTLI JAIPUR JAIPUR

lkaxkusj SANGANER JAIPUR JAIPUR

oS'kkyh uxj 23 VAISHALI NAGAR JAIPUR JAIPUR

fo|k/kj uxj VIDHYADHAR NAGAR JAIPUR JAIPUR

ckM+esj 24 BARMER BARMER JODHPUR

tSlyesj 25 JAISALMER JAISALMER JODHPUR

tkyksj 26 JALORE JALORE JODHPUR

Page 151: Modified Ors Rfp After Prebid 01032011 Final

Rajasthan State Road Transport Corporation (RSRTC) Revised RFP After Pre-Bid Queries

2011

Name & Signature of the Bidder along with Seal Page 151

tks/kiqj 27 JODHPUR JODHPUR JODHPUR

QykSnh 28 PHALODI JODHPUR JODHPUR

Qkyuk 29 FALNA PALI JODHPUR

ikyh 30 PALI PALI JODHPUR

vkcwjksM+ 31 ABU ROAD SIROHI JODHPUR

fljksgh 32 SIROHI SIROHI JODHPUR

ckWjk 33 BARAN BARAN KOTA

cwUnh 34 BUNDI BUNDI KOTA

>kykokM+ 35 JHALAWAR JHALAWAR KOTA

dksVk 36 KOTA KOTA KOTA

Vksad 37 TONK TONK KOTA

pw: 38 CHURU CHURU SIKAR

>q>auw 39 JHUNJHUNU JHUNJHUNU SIKAR

[ksrM+h 40 KHETRI JHUNJHUNU SIKAR

lhdj 41 SIKAR SIKAR SIKAR

Jhek/kksiqj 42 SRI MADHOPUR SIKAR SIKAR

ckalokM+k 43 BANSWARA BANSWARA UDAIPUR

fpÙkkSM+x<+ 44 CHITTORGARH CHITTORGARH UDAIPUR

Mwxjiqj 45 DUNGARPUR DUNGARPUR UDAIPUR

mn;iqj 46 UDAIPUR UDAIPUR UDAIPUR

lh-ch-,l- vtesj CBS AJMER AJMER AJMER

lh-ch-,l- t;iqj CBS JAIPUR JAIPUR JAIPUR

lh-ch-,l- ubZ fnYyh CBS NEW DELHI JAIPUR

lh-ch-,l-tks/kiqj CBS JODHPUR JODHPUR JODHPUR

bUnkSj INDORE KOTA

vgenkckn AHMEDABAD UDAIPUR

Note : Contact persons detail like Name, telephone no, mobile no etc of the Depot, Bus Stand,

Zone, Head office may be obtained from RSRTC website i.e. www.rsrtc.gov.in