-
1
Minutes of the PRE-BID meeting held with vendors for supply of
equipment
to the Village / Ward Volunteers and Village/Ward Secretariat
functionaries
in Andhra Pradesh.
Date: 13th August, 2019
Time: 11 am to 7 pm
Venue: Commissioner, PRRD Office, Tadepalli, Guntur.
Chaired by: Shri N.Bala Subramanyam, IPS, CEO-RTGS Shri M.
Girija Shankar, IAS, Commissioner Panchayat Raj
The following participants were present:
S.No Company Name 1 Airtel 2 Reliance Jio 3 Samsung 4 Lenovo 5
Lava 6 Celkon 7 Mantra 8 Novatium 9 Strategic solutions 10 Tamogna
11 Kamineni 12 Analogics 13 Sumni 14 Trigyn Technologies 15 Power
craft 16 Bio enable 17 Wearberry 18 Linkwell Telesystems Pvt Ltd 19
Ascenr e digital 20 Precision Group 21 LG Electronics 22 Idemia 23
Karvy Data Management 24 Tatvik 25 Macro chip IT infra 26 Netcom IT
27 Sai technologies
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 2
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
28 Aratek Innovation Pvt Ltd 29 Access Computech Pvt Ltd 30
Oasys systems 31 SSJ retail ltd 32 Axis Bank 33 Entro labs 34 Eze
tap 35 NICPL Automation 36 Next Biometrics
1. CEO-RTGS Chaired the meeting. 2. Mr. N. Girija Shankar, IAS
has introduced and elaborated the objectives, Procurement
process
and the intended purpose of the procurement of the scheme. 3.
The team has explained the presentation and the entire RFP process
and its various aspects
including technical specifications, RFP process & timelines,
Eligibility criteria, Supplier responsibilities, bidding forms,
service level agreements and penalties, Payments terms and special
terms and conditions.
4. Various vendors raised concerns on various aspects of the RFP
and requested changes to some clauses of the RFP. The queries noted
below.
5. Please refer following section for revised content of the
RFP
Other conditions 1. Joint Venture or Consortium or Joint Bids -
“Allowed” – The consortium (maximum
6) should have members who can supply Equipment Set 1 and Set 2
and Network Operator (GSM Services). Any of the consortium members
must be made responsible as the Lead bidder and will be responsible
for providing Managed services and ensuring that the equipment
should be operational including the services Agreement among the
parties must be shared with the clear demarcation for Roles and
Responsibilities of each Partner. — The telecom network providers
and IRIS scanner suppliers can form a consortium
with more than one bidder. 2. Change in the Reverse Procurement
Clause:
Original Clause – 12.6 of RFP Revised Clause – 12.6 of RFP
In case, if any bidder decides to lower the price in the last 5
minutes of the reverse auction duration, then the duration of the
reverse auction will be extended for additional 30 minutes to
enable other bidders to participate further. Only 3 such extensions
are permissible.
In case, if any bidder decides to lower the price in the last 5
minutes of the reverse auction duration, then the duration of the
reverse auction will be extended for additional 30 minutes to
enable other bidders to participate further. There is no limit on
such extensions permissible.
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 3
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure I – Revised Specifications for IRIS, Fingerprint
Scanner and Handheld Device
1. Minimum specifications for IRIS Scanner for Authentication
purpose
Device Characteristics Recommended Specifications
Spatial Resolution > 50% at 1 LP/mm.
Pixel Resolution > 10 pixels/mm
Image Margins Left & right >= 0.6x iris radius. Top &
bottom >= 0.2x iris radius
Imaging Wavelength Approximately 700-900 nm
Pixel Depth Minimum of 8 bits/pixel
Sensor Signal to Noise Ratio Noise should not be observable in
the captured image
Scan Type Progressive
Output Image
IMAGE_TYPE_CROPPED_AND_MASKED with JPEG2000 compression; needs
to comply with the ISO standard for Iris Image Record (IIR) i.e.
ISO/IEC: 19794-6:2011, Section 6.1, 6.4.
Contrast The iris image should have good grey level separation
between the iris and sclera and between the iris and pupil and
should have sufficient contrast to reveal the iris texture.
Optical Distortion The iris image should not exhibit effects of
optical distortion including spherical aberration, chromatic
aberration, astigmatism and coma consistent with standard optical
design practices
Noise No image resizing. No image manipulation other than
recommended by IMAGE_TYPE_CROPPED_AND_MASKED. Single pass JPEG
2000.
Capture Mode Auto capture with built-in quality check
Capture time = 100
Safety (Optical) Exempt Group per IEC 62471:2006-07
Operational Performance FRR < 1% at FAR of 1 in 1,00,000 with
images conforming to IMAGE_TYPE_CROPPED_AND_MASKED of size
3.5KB
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 4
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
2. Minimum specifications for Finger Print Scanner for
Authentication purpose
Device Characteristics Recommended Specification
Minimum Platen Area
Optical/multispectral/capacitance technology
1. If platen area is 15.24 mm x 20.32 mm or more: 1.1
Provisional certificate would be issued without any field testing;
1.2 Final certification would be subject to sensor-extractor
meeting
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 5
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Device Characteristics Recommended Specification
Extractor & Image
Template Standard
ISO 19794-2 for fingerprint minutiae template and ISO 19794-4
for Fingerprint Image Template
Maximum Acquisition
time(Placement to
Template) < 2 secs
Audio/Visual
indication
A/V indication either at device level or at application level
for indicating various events like:
a) Indication for placing finger
b) Start of capturing
c) End of capturing
Liveness Detection Mandatory
Latent detection Mandatory
Platen
Rugged, minimum IP 54 rating preferable
Prefer scratch resistant features
Preferred Operating
Temperature 0 to 45 degree Centigrade
Preferred Storage
Temperature 0 to 50 degree Centigrade
Preferred Humidity 10 to 90%
ESD >= 8Kv
Environment, health and
safety ROHS certification
Safety UL or IEC60950 compliance
EMC compliance FCC class A or equivalent
Operating system
environment Vendor needs to declare the compatible operating
system
Connectivity
1. Standard USB connectivity for PC based application.
2. Connectivity for POS devices.
Note: The devices should be RD certified and valid during the
entire contract period. The
bidder / OEM is required to submit the RD certificate at the
time of bid submission
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 6
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
3. Minimum specifications for Handheld Device
Sl. No Feature or Functionality Specification 1. Make to be
specified by the bidder
2. Model to be specified by the bidder 3. Processor 1.80 GHz
Octa core Processor or higher
4. RAM Min 2 GB or Higher
5. Storage Min 16 GB or Higher
6. SIM Single SIM or above
7. Network Technology Should support all frequencies of GSM as
listed by TRAI/WPC supporting 4G networks
8. Display Min 5.5 Inches or Higher
9. OS Android 9.0 or Latest
10. Resolution 1520 x 720 pixels or Higher
11. Front Camera Min 5 megapixel
12. Rear Camera Min 8 megapixel 13. Universal Port Type C or
Micro USB
14. Bluetooth Min v4.2
15. Wi-Fi 802.11 b/g/n or higher 16. Battery Capacity 3800 mAh
or higher and should be CE certified
17. Headset Port 3.5 mm
18. Onsite Support 3 Years
19. Launch Date Launched in last 12 months
20. Certification
BIS Certified In case any bidder doesn’t have BIS certification
as on the date of the bid submission and proposes to submit the BIS
certification before the schedule delivery, they shall submit an
undertaking to this effect along with a BG for Rs. 1 Crore, valid
for 3 months and the BG will be fortified in the event of
non-submission of the certificate before the scheduled delivery and
the vendor shall be blacklisted for a period of 1 year. In case the
bidder fails to submit the requisite undertaking and the BG along
the Bid, such bids will not be considered valid.
The devices should be CE / CB / FCC / RoHS and backed by NABL
certified product The suppliers may choose to get the devices
certified by STQC / CDAC on the specifications by the bidder. The
condition of providing BG is still applicable
21. Benchmarks
Mobile XPRT-2015 Performance Rating 100 or more. UX Rating – 90
or more. Full disclosure report has to be submitted by the bidder.
Or The suppliers may choose to get the devices certified by STQC /
CDAC on the specifications by the bidder. Full test report needs to
be submitted by the bidder
22. Mobile Device Management (MDM)
Password Protection
Password reset
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 7
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Sl. No Feature or Functionality Specification Remote Device
wipe
Remote Lock
23.
MDM Security
Push / Distribute Apps to Devices
24. Secured Web Browser
25. Application Blacklisting / Whitelisting 26. MDM Reporting
Real time dashboards
27. SAR (Specific Absorption Rate) below 1.6 w/kg
The bidder shall submit the SAR Certificate along with the bid.
In case any bidder doesn’t have the SAR certification as on the
date of bid submission, a declaration needs to be submitted along
with the bid stating that the SAR certification will be provided
before the scheduled delivery of the equipment.
28. SD Card Provision Yes
Note:
The Lead Bidder should provide a portal with an online dashboard
with the following data insights
and reports but not limited to:
1. Current Status of Device (Mobile, IRIS & FPS): Active/
Shutdown/Repair
2. Last used Date & Time
3. SLA monitoring
4. Bill metric Tool
GoAP shall provide the necessary infrastructure for hosting of
Portal. However, it shall be
maintained by the Lead Bidder.
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 8
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure II – Details required by the bidder for KYC
registration (To be submitted by Bidder on original letterhead)
[Date] To
The Chief Executive Officer
Real Time Governance Society (RTGS)
Block 1, Andhra Pradesh Secretariat,
Velagapudi, Guntur district, Andhra Pradesh
Subject: RFP for Procurement of GSM Mobile services for Village
/ Ward Volunteers and
Village / Ward Secretariat functionaries in Andhra Pradesh ,
Dated xx/xx/2019
Sl No Field Name Format
E.g. Date of Birth DDMMYYYY
Name Text
Aadhaar number Numeric
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 9
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure III – List of Revenue Divisions and Mandals in
Andhra Pradesh
Enclosed separately
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 10
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure IV – Revised Eligibility Criteria
# Qualification Criteria Bidder Compliance Requirements
Supporting Documents
1
Bidder should be a Legal entity
(Company)
Registered under the Companies Act
1956 / 2013 and should be operating in
India at least for the past three (3) years.
The Bidder should have been in the
business of providing equipment for not
less than 3 (three) years in India.
The bidder/OEM should have been
certified as Registered Device – Level 0
by UIDAI and STQC.
The certificate issued should be valid at
the time of submission of the bid. The
bidder should guarantee that the
certificate will be kept valid for 3 years.
Must
Meet
1. Copy of Certificate of registration of the bidder’s Company/
Certificate of Incorporation from Registrar of Companies (ROC),
Ministry of Company Affairs, Govt. of India;
2. Device Vendor / Manufacturer to furnish the
following i. STQC issued Public Device Certificate Copy ii. STQC
issued Registered Device Certificate Copy iii. UIDAI issued
Registered Device Certificate
Copy
2
At least one of the consortium
members must be a Manufacturer
(OEM) / Authorized dealer & should
have previous experience of
supplying (at least 1 Lakh devices)
Must
Meet
For Manufacturers
— Copy of Udyog Aadhaar Memorandum (UAM) Or Copy of Entrepreneur
Memorandum-II (EM)
— Copy of Factory License
For Authorized Dealers
— Copy of the License under Shop and Commercial Establishment
Act.
— Copy of Trade License Should furnish at least 2 work orders
& completion certificates for similar projects which includes
supply of equipment i.e. PoS machines, Finger Print Scanners, IRIS
Devices, Handheld devices and servicing including warranty support
undertaken in the last 5 years, preferably to any Government agency
/ Semi Government / PSUs / PSU Banks / Telecommunication companies
in India. The consortium members must have work orders / completion
certificates for each of the devices (similar to equipment set 1
and 2 under this RFP) as follows
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 11
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
# Qualification Criteria Bidder Compliance Requirements
Supporting Documents
1. Cumulative of 20,000 IRIS devices in not more than 3 work
orders
2. Cumulative of 30,000 Finger print scanners in not more than 2
work orders
3. One Lakh Handheld devices or mobile phones in not more than 2
work orders
These work orders / completion certificates must have been
delivered in the last 3 years to any Government agency / Semi
Government / PSUs / PSU Banks / Telecommunication companies /
Corporates in India
3
The Net Worth of the Lead Bidder
and partners must be positive as on
15/07/2019.
Must
meet
A certificate from the Chartered Accountant clearly
stating the Net Worth as on 15/07/2019 as per the
format provided in 3.1.8 of Part 3 – Bidding Forms
Note:
In case if any bidder provide the Net worth of the
Parent company or 100% subsidiary, then the Parent
company shall be 100% liable for all the contractual
terms and conditions for the entire term of the Project.
4
The Lead bidder of the consortium
should have turnover of at least INR 100
Crores in any of the last 3 audited
financial years as on 31/03/2019.
Turnover for Equipment Set 1
The bidder supplying Equipment set 1
should have turnover of at least INR 30
Crores in any of the last 3 audited
financial years as on 31/03/2019 from
Sale of Biometric Devices Turnover for Equipment Set 2
The bidder supplying Equipment set 2
should have turnover of at least INR 400
Must
meet
Certificate from Chartered Accountant as per the format
provided in Section 3.1.8 of Part 3 – Bidding Forms along
with Profit & Loss Statements and Balance sheets for
the said period.
The bidder shall also submit the ITRs for the last 3
financial years as on 31/03/2019
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 12
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
# Qualification Criteria Bidder Compliance Requirements
Supporting Documents
Crores in any of the last 3 audited
financial years as on 31/03/2019 from
Sale of Electronics Goods
5
The Manufacturer (OEM) of Equipment
Set 1 and Equipment Set 2 should have a
valid ISO 9000:2001 or later Certification
as on the date of submission of the Bid.
Certification under process will not be
considered
Must
meet
Copies of the valid, current
Certificates from authorized agencies.
6 The bidder should submit valid
documentary proof GSTIN number
Must
meet
• Copy of GSTIN
• Copy of PAN
7
The Consortium partner supplying
Equipment set 1 and Equipment set 2
(Manufacturer or OEM or Authorized
Dealer) should appoint a support
engineer at each district of AP within 7
days of award of the contract.
Must
meet
• An undertaking needs to be provided by the bidder to appoint
the support engineer at each district within 7 days of award of
contract. (Refer Annexure V)
• The following documents need to be provided after the
appointment of the support engineers
o List of support engineers deployed o Bio-Data of the support
engineers o Certificate from HR Department providing
the details of support engineers employed by the company
8
The Consortium Partner supplying
Equipment Set 1 and Set 2 should have
office at AP within 15 days of the award
of the contract.
Must
meet
• An undertaking needs to be provided by the bidder to setup an
office at AP within 15 days of award of contract. (Refer Annexure
VI)
• Copy of GSTIN indicating the registered address in AP.
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 13
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure V - Declaration that the Supplier will appoint a
support engineer at each district of AP
(To be submitted on the Letterhead of the responding agency)
{Date}
To,
The Chief Executive Officer
Real Time Governance Society (RTGS)
Block 1, Floor 1, Andhra Pradesh Secretariat,
Velagapudi, Guntur district,
Andhra Pradesh
Ref: RFP Notification on
Subject: Self Declaration
Dear Sir,
We confirm that our company or our consortium partners,
____________, is / are will appoint a
support engineer at each district of AP within 7 days of the
award of the contract to ensure support
services of the Equipment Set 1 and Set 2 that are being
supplied and to adhere to the SLAs
prescribed under this tender. The following documents will be
submitted post the appointment of
the support engineers.
o List of support engineers deployed including contact details o
Bio-Data of the support engineers o Certificate from HR Department
providing the details of support engineers employed by the
company
Place:
Date:
Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 14
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure VI - Declaration that the Supplier will setup an
office at AP (To be submitted on the Letterhead of the
responding agency)
{Place}
{Date}
To,
The Chief Executive Officer
Real Time Governance Society (RTGS)
Block 1, Floor 1, Andhra Pradesh Secretariat,
Velagapudi, Guntur district,
Andhra Pradesh
Ref: RFP Notification on
Subject: Self Declaration
Dear Sir,
We confirm that our company or our consortium partners,
____________, is / are will setup an
office in AP within 15 days of the award of the contract under
this tender. We confirm that we will
submit the GST document indicating the address of registration
in AP.
Place:
Date:
Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:
-
Andhra Pradesh Backward Classes Cooperative Financial
Corporation 15
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure VII – Commercial Proposal The Bidder shall fill in
these Price Schedule Forms in accordance with the instructions
indicated. The list of line items of the Price Schedules shall
coincide with the List of Equipment and Related Services or
software specified by the Procuring Agency in the Schedule of
Requirements.
• All prices quoted to be in Indian Rupees (INR) only
• No escalation in price is allowed for next 5 years.
• No Other taxes and duties other than GST will be paid on these
items
• All Equipment mentioned here shall comply with technical
specification mentioned at section IV
• Each row item of the format should be filled with one single
item only
• Handwritten price schedule will not be acceptable
• Form should be filled in English only.
• Incomplete forms will be summarily rejected,
Note: Government/Procuring Agency shall have the right to
negotiate the price quoted for equipment
specified by the bidder.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
A B C D E F G H I
Sl No.
Equipment Total Quantity (Approximate)
Cost of component per
Month (INR)
GST for Component per
Month (INR)
Cost of Servicing under Warranty per Month (INR)
GST for Servicing under Warranty per Month (INR)
Total Cost of Component including services & GST
per Month (D+E+F+G)
Total amount to be paid per Month
(C * H)
1 Equipment Set 1
A IRIS Device 74,720 U1 M1
B Fingerprint Scanner 2,70,375 U2 M2
2 Equipment Set 2
A Handheld Device 2,70,375 U3 M3
B SIM Connections 2,70,375 U4 -- --
3 Total Cost for Set 1 and Set 2
Sum of (1A, 1B, 2A and 2C)
4
MDM Software for all the Handheld devices to be considered for
independent reverse auction
2,70,375 V5 M5
5 Total Cost including MDM
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Note:
1. Please refer to the reverse auction procedure mentioned at
section 12 of the RFP. 2. Separate reverse auction will be
performed for devices + SIM connections ( 1A, 1B, 2A, 2B ) and for
MDM
( 4) and lowest cost bidders will be selected. 3. The selected
bidder of the devices shall have to implement selected MDM
software.
Name of lead Bidder:
Authorized Signature of lead
Bidder:
Payment Terms: The supplier will be paid
a. 80% of the Total cost of devices including GST, Quarterly
cost of MDM and Quarterly Connection Charges in 8 equated Quarterly
instalments spread across 24 months or 2 years after duly deducting
the Penalty amount, if any, incurred by the Supplier during that
particular quarter
b. 20% remaining payment for the total cost of devices including
GST will be released after completion of the term of the contract
i.e. 3 years after duly deducting the Penalty amount, if any,
incurred by the Supplier during that particular year
c. The payment of GST amount shall be as per prevailing Law.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat
functionaries in Andhra Pradesh
Annexure VIII: Technical Proposal
1.3.1. Technical Demonstration:
Only those bidders who meet the eligibility criteria mentioned
at section 1.3 and shall be invited to make the demonstration to
the Technical Evaluation Committee. Demonstration made by the
Bidders will be assessed on the below parameters:
S. No. Criteria
1
Proposed methodology covering the following: • Understanding of
Scope of Work • Scope split between the consortium partners •
Project controls, delivery management and quality assurance plan •
Support plan, district level resources and network, standard
warranty applicable of each device • Contingency Plan
2 Compliance of the Technical specifications of the Equipment
set 1 and Equipment set 2
3
Demonstration of Service delivery: Functioning of the equipment
together as one unit for service delivery needs to be demonstrated
for all the features mentioned in the RFP and its corrigenda. For
this purpose, a mobile application will be provided to all the
eligible bidders. The given mobile application shall be loaded in
the device to demonstrate the mechanism of service delivery.
Note: The financial bids of those bidders who are qualified in
the Technical
Demonstration will be processed.
3. The following are clarifications issued for the Pre-bid
meeting
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
1
Samsung India Electronics Private Ltd
Pg. 39 Display Min 5.5 Inches or Higher To amend as 6 inches or
Higher
As the department is buying mobile for Common service centers,
higher screen size of 6 inch or above, will help the clear view of
application and visibility of multiple icons and user friendly to
customers
The technical specifications mentioned in the RFP are minimum
requirements. Bidders are free to propose higher specifications
against the given ones. Please refer to Annexure I for revised
specifications of all equipment.
2
Samsung India Electronics Private Ltd
Pg. 40 Resolution 1080x1920 pixels or Higher To amend as 1520 x
720 Pixels
Full HD is available in mid and premium mobile segment, hence
request the department to amend with HD+ Resolution at 1520* 720
Pixels resolution
Agreed. Please refer to Annexure I for revised specifications of
all equipment.
3
Samsung India Electronics Private Ltd
Pg. 40 Universal Port Type C To amend for Micro USB
Since C Type is only applicable Premium segments, hence request
the department to amend with Micro USB based port for Charging and
data transfer. Secondly most of the FPS is available only with
Micro USB connectivity
All devices should provide USB connectivity of C Type / Micro
USB. However, the IRIS and Fingerprint Scanner should comply with
STQC / UIDAI specifications. The biometric devices when connected
either directly or with a connector to the mobile device, they must
function as single unit to perform desired operations. If the
connection is through a connector: The cost of the connector is to
be borne by the Lead bidder. The cost of the support of the
connector along with all the three devices during the entire
contract period must be borne by the Lead bidder.
4
Samsung India Electronics Private Ltd
Pg. 40 WI-FI 802.11 a/b/g/n To amend as 802.11 b/g/n
Since dual band Wi-Fi is available only in the Premium mobiles
segments, hence request the department to amend with single band
802.11/b/g/n
Please refer Annexure I for revised specifications of the
devices
5
Samsung India Electronics Private Ltd
Pg. 40 Battery Capacity 3800 mAH or higher To amend as 4000 mAH
or higher
Higher battery capacity of 4000mAH gives operations for the
complete day, keeping the fact that the mobiles will be used in
Remote districts, hence higher battery capacity is ideal for the
Tender
Please refer point no 1
6
Samsung India Electronics Private Ltd
Pg. 40 Benchmarks
Mobile XPRT-2015 Performance Rating 100 or more, UX Raing-90 or
more. Full disclosure report has to be submitted by the bidder
STQC /CDAC Certification
Request to amend as STQC/CDAC certification in place of
Benchmarking, since benchmark of 2015 is very old and test reports
aren’t generated properly. STQC/CDAC certification is very
authentic for the Tender
Benchmarks: Mobile XPRT-2015 Performance Rating 100 or more. UX
Rating – 90 or more. Full disclosure report has to be submitted by
the bidder. Or STQC / CDAC certified handheld device. Full testing
report has to be submitted by the bidder before the scheduled
delivery as per the RFP.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
7
Aratek Biometric Technology Co., Ltd
9
1.1 1.1.1 Equipment
Set 1: Finger Print Device + Iris
Device 1.1.2 Equipment Set 2: Hand held
device + GSM SIMs
Hand held terminal +finger Print device as combo can
be considered No change. As per RFP conditions
8 Evolute Systems Pvt. Ltd
Pg. 2 Point 1 Equipment Set 1 and 2
It is feasible to have all 4 modules integrated in a single
device meeting the technical expectations instead of procuring all
separate. It will be convenient to carry an integrated device and
manage the same as well instead of loose components. Request to
consider integrated device choices too.
No change. As per RFP conditions
9 Evolute Systems Pvt. Ltd
Pg. 27 1.3 Section III Eligibility Criteria
All eligibility criteria’s mentioned are too stringent and will
not allow many Indian OEMs to participate in the bid and hence
request to relook in same, mainly Point 2 and 4
Please refer to Annexure IV for revised Eligibility Criteria
10 Evolute Systems Pvt. Ltd
Pg. 39 2.1.7 Technical Specifications
1b. Handheld device Please specify the need to have Type C
connector only. Request to allow other USB connector options as
well
Please refer to response to point no 3
11 Evolute Systems Pvt. Ltd
Pg. 39 2.1.7 Technical Specifications
2a. Handheld device The specifications seems to be more of a
mobile phone than a handheld device. Please clarify.
Please refer point no 3
12 Evolute Systems Pvt. Ltd
Pg. 40 2.1.7 Technical Specifications
2a. Handheld device Please specify the need to have Type C
connector only. Request to allow other USB connector options as
well
Please refer point no 3
13 Evolute Systems Pvt. Ltd
Pg. 61 3.1.10 Price Schedule: Payment Terms
Looking at the commercial scope of project request authorities
to consider partial advance payments as well instead of only OPEX
model with quarterly payouts
Payment Terms amended as follows a. 80% of the Total cost
including GST in 8 equated
Quarterly installments spread across 24 months or 2 years, after
duly deducting the Penalty amount, if any, incurred by the Supplier
during that particular quarter
b. 20% remaining payment including GST will be released after
completion of the term of contract i.e. 3 years after duly
deducting the Penalty amount, if any, incurred by the Supplier
during that particular year
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
14 Access Computech Pvt Ltd
One basic query is that for OEM it becomes difficult to supply
on monthly or quarterly payment basis. And the same may also turn
out more expensive to the buyer.
Please refer Point No 13
15 Access Computech Pvt Ltd
26 Bid Security & Performance Security
Performance Security will be collected by the Procuring Agency
at the time of order placement which will be 5% of the total order
value
1. Can you consider doing it away or reducing as the payment is
on quarterly basis. 2. Instead of Total order value please consider
Total basic order value excluding GST
As per RFP conditions
16 Access Computech Pvt Ltd
27 1.3 Section III - Eligibility Criteria.
The bidder should provide devices which are upgradable to Level
1 with no additional cost
The devices cannot be upgraded on the field. That means only
physically changed or altered, the same can be done only if the
devices from the buyer end is collected at a common location in
each district, also any physically damaged devices will not be
replaced or upgraded. Also the devices will only be upgraded if
UIDAI discontinues the use of Level 0 devices, as long as UIDAI
allows the usage till that time it should be allowed.
Please refer to Annexure IV for revised Eligibility Criteria
17 Access Computech Pvt Ltd
32 2.1.2.d
Each Supplier needs to submit Performance security of 5% of the
each order value.
Please consider single performance security. Otherwise providing
multitude of PBG shall entail cost and time for paperwork at
issuing bank
The Performance Security will be collected from the Lead bidder.
I.e. 5% of the Total order value. The Performance Security will be
revoked in case of any breach or non-performance to the contractual
obligations by any member of the consortium
18 Access Computech Pvt Ltd
34 8 Title, Identification, Ownership of Equipment
As this is a quarterly payment contract. Supplier would need
recourse to ownership of equipment in case of non-payment to
supplier due to non-attributable cause of supplier. Suitable exit
clause be defined in the RFP to safeguard the interest of the
Equipment supplier
1. Ownership of devices shall vest with the supplier till the
time payments are fully received from the Government.
2. In case of failure of performance during the contract, the
ownership of the devices shall be transferred to the Government.
Terms of the payment and penalties will be applicable only till the
point of termination of the contract.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
19 Access Computech Pvt Ltd
35 11 Insurance.
Supplier can take Insurance to cover all risks or damages if
caused by natural calamities. Theft is normally not covered as the
equipment is not in custody or ownership of the supplier, in case
of theft coverage the buyer has to provide the FIR or the Police
complaint intimation copy.
The FIR copy will be provided by the user.
20 Access Computech Pvt Ltd
39 b. Finger Print Scanner Device
The specification appear to be that of an enrolment device and
not an authentication device. Kindly clarify you want enrollment
device or Authentication device
The IRIS device and Finger Print Scanner of Equipment set 1 will
be used for authentication purposes. The amended specifications are
given at Annexure I of this document
21 Access Computech Pvt Ltd
Please consider port as Micro USB as majority of the mobile
device have Micro USB port and type C port is rare on mobile device
and only on expensive mobile device, the specs of the mobile as
provided in the RFP will definitely have micro USB port.
Please refer point no 3 Please refer to Annexure I of this
document for revised specifications
22 MACRICH IT SOLUTIONS PVT LTD
28 1.3 SECTION -III ELIGIBILITY CRITERIA
4. TURNOVER AT LEAST 100CR. GIVEN AND BELOW AT LEAST 50 CR
TURNOVER GIVEN. 400CR. IS TOO HIGH
Please refer to Annexure IV for revised Eligibility Criteria
23 MACRICH IT SOLUTIONS PVT LTD
26 1.2 SECTION II BID FEE 5LAKHS IS TOO HIGH As per RFP
conditions
24 MACRICH IT SOLUTIONS PVT LTD
22 1.2 SECTIO-11 BID FOR EQUIPMENT PLS. ALLOW US TO BID ITEM
WISE AS PER BIDDER CHOICE
As per RFP conditions
25 MACRICH IT SOLUTIONS PVT LTD
26 BID SECURITY & PERFORMANCE
EMD 1CR AMOUNT IS HIGHER SIDE. PLS RECONSIDER
As per RFP conditions
26 MACRICH IT SOLUTIONS PVT LTD
39 FINGER PRINT SCANNER
IS IT FOR ENROLLMENT OR FOR AUTHENTICATION
Please refer to Annexure I of this document
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
27 Reliance Jio Infcocomm Limited
41 Equipment set 2.b.GSM Sim card
The bidder is responsible for arranging Ekyc for GSM SIMs
Ekyc is applicable for IOIP – for COCP EKYC not required
The offer letter issued to the volunteers will contain necessary
clauses in relation to regulation of use of mobile devices,
communication and bandwidth. The details of volunteers and the
details of the mobiles such as IMEI number etc. as required to
perform the eKYC as per the requirements of TRAI, will be provided
by Government. Further bidders are required to track the usage of
the Handheld device in line with various Government rules and
regulations The bidders are requested to indicate the details
required for eKYC registration as per the Form enclosed in Annexure
II.
28 Reliance Jio Infocomm Limited
2 Procurement notice point 3
Comprehensive warranty specification for equipment after given
“warranty period of 3 years
Comprehensive services to be defined
The terms will be similar to the conditions applicable under
Warranty support period. However extension will be subject to
performance under contract.
29 Reliance Jio Infocomm Limited
27 1.3 Section III.2
Manufacturer Must be (OEM ) / authorized dealer supplying ( at
least 1 lakh devices)
Is it for similar type of equipment or mobile device operators
also be considered as OEM
Please refer to Annexure IV for revised Eligibility Criteria
Telecom service providers are not covered under this clause
30 Reliance Jio Infocomm Limited
39
Networks - Equipment set 2 – a. Handheld device.7
Network Technology -Should support all frequency of GSM as
listed by TRAI /WPC supporting 2G,3G,& 4G
Latest handhelds and Speeds are available only on 4G , 2G
network is outdated : Data Requirement of 1GB data is on 4G speed –
2GB and 3G Network doesn’t support 4G, It should be mentioned as
2G/3G/4G
As per RFP conditions
31 Reliance Jio Infocomm Limited
41 b. GSM SIM card .3
The GSM provider should have valid 3G license
It should be mentioned as valid telecom (service provider)
license
The telecom service provider should have a valid license to
operate in Andhra Pradesh and provide calling, communication and
network connectivity facility on all handheld devices allotted to
the provider. The service provider should provide a suitable
network bandwidth that supports all applications installed on the
device.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
32 Reliance Jio Infocomm Limited
41 Equipment set 2 -GSM SIM card .b
unlimited SMS As per TRAI only 100 SMS per day is permitted
In a month provide 30 GB @ 4G Speed including unlimited free
voice calls within India, 100 SMSs per day Additional usage may be
charged on a proportionate basis.
33 Reliance Jio Infocomm Limited
41 Equipment set 2 -GSM SIM card .b.12
Procuring agency will have right to change to low cost packages
for all the connections during the contract period
L1 is declared on the basis of least commercial quote &
reverse tendering agreed by both the parties for a specific period.
Any downward price corrections would impact entire commercials – so
no changes to be allowed in price changes during contract
period
In case the telecom provider is providing a similar package to
retail / corporate customers at a lower price than what has been
offered under the current RFP, then they should automatically
provide the reduced charges to Procuring Agency. In case of any
difference in price reduction among selected Telecom service
providers, the lowest of the prices will be considered at the time
of making payments. Government has a right to undertake
benchmarking of various packages available in the market or consult
TRAI / DoT to ascertain Prices of various packages
34 Reliance Jio Infocomm Limited
17 26.1
“Before concluding the bidding process, the Procuring Agency
shall determine, to its satisfaction, whether the eligible
Bidder(s) with substantially responsive Bid(s) that are able to
meet the Supplier Agreement criteria meet the eligibility criteria
as mentioned in Section III”
Supplier Agreement criteria is undefined in the document.
Clarification about the same will help us submit the bid in
adherence to this.
Supplier Agreement clauses will be formulated on the lines of
various terms & conditions and clauses mentioned in this
RFP.
35 Reliance Jio Infocomm Limited
17 26.2
“…The determination shall not take into consideration the
qualifications of other firms such as the Bidder’s subsidiaries,
parent entities, affiliates etc. different from the Bidder.”
Bidding entity may be a newly incorporated entity for the
purpose of this agreement or a subsidiary of bidding entity based
on a geographical location. Excluding the qualifications of the
Bidder’s group may be detrimental.
Please refer to Annexure IV
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
36 Reliance Jio Infocomm Limited
29 1.3.1 Sl. No 2 - Scoring
“…Each higher specification against the Technical specifications
pertaining to the below mentioned parameters for Equipment Set 1 –
1 mark (Max of 5 marks)”
The parameters are not mentioned. However, in the case of
Equipment set 2, it is clearly mentioned.
No marks are awarded. Pl refer Annexure VII.
37 Reliance Jio Infocomm Limited
16 23.4
“A substantially responsive Bid is one that meets the
requirements of the Bidding document without material deviation,
reservation, or omission”
Some requirements like GSM SIM will automatically disqualify our
bid since VoLTE SIM would be treated as material deviation in the
current form.
Please refer Point No 31
38
Novatium Solutions Private Limited
39
2.1.7. 2. Equipment set 2 a. Handheld Device
Mobile device management (MDM) feature and functionality
Query: Though the tender document contemplates a strong
mechanism for management of mobile devices/handheld devices in the
form of a mobile device management (MDM) software, it does not
elaborate on necessary credentials for a prospective MDM software
/product OEM vendor. For such a prestigious and important program,
we suggest the following credentials (these credentials have been
asked for in other large smart phone/handheld devices with MDM
tenders as well) : 1) To ensure that the MDM software/product OEM
vendor meets quality as well as Information Security standards, the
MDM software/product OEM vendor should be ISO 9001: 2015; ISO
27001: 2013 & VAPT certified 2) The MDM software/product OEM
vendor should have prior experience in successfully deploying and
managing MDM software in projects of similar nature in the
government sector. The MDM solution software/ product OEM vendor
should have the experience of managing at least 2 lakh devices
The bidders are free to choose the MDM software which is
suitable for the project and as long as it provides at a minimum
the functionality mentioned in the RFP.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
under the Government sector in India in the past four years,
with at least one single deployment of 50000 or more devices. 3)
The certificates and deployment credentials should be provided. The
deployment credentials should be from end user government
agencies/departments and should pre-date the date of issue of this
tender 4) The MDM software/product OEM vendor should provide a MAF
to the bidder
39
Novatium Solutions Private Limited
39
2.1.7. 2. Equipment set 2 a. Handheld Device
Mobile device management (MDM) feature and functionality
Query: Though the tender document contemplates a strong
mechanism for management of mobile devices/handhelds in the form of
a mobile device management (MDM) software, it does not elaborate on
hosting and related parameters for MDM. We suggest that the MDM
software/product should be capable of being hosted in the cloud or
on premise at the state ODC. This will provide flexibility in
hosting options. Hosting on premise at the state ODC, on hardware
provided by the government, will enable better control and
monitoring of infrastructure performance and lacunae, if any, by
the department
Bidders shall host at State Data center of GoAP
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
40
Novatium Solutions Private Limited
39
2.1.7. 2. Equipment set 2 a. Handheld Device
Mobile device management (MDM) feature and functionality - real
time dashboards
Query: Though the tender document contemplates a reporting and
real time dashboards for the smart phones/handheld devices through
the mobile device management (MDM) software, it does not elaborate
on the same. We suggest that the real time dashboards provide
reports on device usage, traceability and other parameters at a
district, block, taluk and panchayat/village level. The reporting
dashboard should also be customized for different stakeholders
depending on the reports and data they need/should be able to
peruse.
The bidders are free to propose dashboards which suit the
requirements mentioned and to the satisfaction of the procuring
agency. Any modifications / additional reports as required by the
Procuring Agency shall be undertaken by the selected bidder.
41
Novatium Solutions Private Limited
39
2.1.7. 2. Equipment set 2 a. Handheld Device
Mobile device management (MDM) feature and functionality
Query: The tender document stipulates the incorporation of an
MDM software/product. The MDM software should not be
deletable/removable from the smartphone/hand held device, else the
core purpose of the MDM software would be lost. We suggest that the
MDM software/product should be a system app on the mobile/ handheld
device and should not be deletable/removable from the smartphone
/handheld device
The deletion / uninstallation of the MDM software should be
restricted by the Handheld Device.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
42
Ezetap Mobile Solutions Pvt.Ltd.
2 1(i)&1(ii) Request for proposals
Tender invite is for a whole solution, but with multiple device
components which can be avoided by asking for a single android POS
device with built in biometric, Iris, printer, GPRS, 5.5 inch
display etc. I would like to highlight some of very critical issues
with current spec- 1.it is a big hassle to carry multiple items and
pairing every time volunteer switches off and on devices 2.printer
is not in scope which I suspect will be needed to handover receipts
after every services is rendered to citizen for his proof 3.I
assume that services also include collection of property, water and
other taxes, where citizens would like to use their debit/credit
cards to pay, which is not considered into scope 4.Service
issues-servicing would be easy of there is one single device as
against multiple items 5.current spec limits participation to
limited vendors, but android POS allows vendors as well as banks to
participate, by making it more beneficial for department to bargain
and get best rental 6.Android POS is more secure for transaction as
it has layers of certifications such as-PCI, PTS, DSS, Visa,
MasterCard, Rupay, in addition to STQC and runs in a controlled
environment making it almost impossible for hacking 7.Unauthized
usage-Normal mobile and GSM data will allow volunteer to download
and use other apps which may disturb intent of project, where as
POS uses only M2M Sims and does not allow other apps than signed
once given by department to
Please refer point no 7
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
run 8.Futuristic solution-Android POS not only meets your need
of today but can also help department extend futuristic options to
payment acceptance via. UPI, QR, Wallets, SMS pay, Cards etc.
43
Ezetap Mobile Solutions Pvt.Ltd.
27 1.3 Eligibility Criteria
Since solution expected is on rental mode, it would be suggested
to invite banks who can offer competitive rental mode with best
combination of device with all required certification and added
advantage of card and other digital payment acceptance option. They
can also help with best service support which is key to success,
due to their huge presence in every location
Please refer Point no 7
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
44 M/S. NEXT BIOMETRICS AS
27 1.3 Section III- Eligibility criteria
The bidder should have been certified as Registered Device –
Level 0 by UIDAI and STQC. The bidder should provide devices which
are upgradable to Level 1 with no additional cost.
Since UIDAI has not yet certified L1 devices, it's too early to
comment whether it can be upgradeable or not
Please refer to Annexure IV for revised Eligibility Criteria
45 M/S. NEXT BIOMETRICS AS
27 1.3 Section III- Eligibility criteria
The manufacturer shall have the manufacturing/assembling
facility in India. The Equipment to be supplied under this RFP
shall be manufactured/assembled in India.
We do not have our manufacturing unit here., Kindly remove this
clause as our products is also STQC certified and UIDAI
approved
Please refer to Annexure IV for revised Eligibility Criteria
46 M/S. NEXT BIOMETRICS AS
37 2.1.7 (IV) Technical Specifications
Supply of IRIS/FPS/Handheld device from separate
OEMs/Manufacturers is allowed. However, the supplier for equipment
set 1 shall be the same.
Kindly clarify as IRIS will work with any of the FPS
IRIS and FPS are expected to work with the Handheld device
47 M/S. Bharti Airtel Limited
1)Bidder 2)Supplier (s)
Please clarify definition of Bidder Bidder is referred to as
Supplier in the document. Please refer definitions section.
48 M/S.Bharti Airtel Limited
29 Technical Demonstration
Pls clarify if The committee is looking at lowest bidder for
which of the following
– Individual winning suppliers for Finger print scanner, Iris
device, Handset & SIM (4 winners) – Winning supplier for
Equipment set 1 separately & Equipment 2 separately (2 winners)
- Winning supplier for Equipment set 1 & Equipment 2 together
(1 winner) - can we bid for Handset + SIM alone not for
The Procuring Agency is looking for a consortium which would
provide all services and equipment mentioned in the RFP at lowest
cost.
49 M/S.Bharti Airtel Limited
21 Pricing format
The participating bidders can modify the unit price for either
of (or all) the devices. The system will calculate the total price
of the bid based on the product of the unit price
L1 is calculated on individual line item or combined Price
including GSM SIM card
Please refer to revised formats at Annexure VII
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
and the quantity of the devices. The ‘Total price’ for the month
will be used to determine the Total cost of the bid.
50 M/S.Bharti Airtel Limited
25 Section II - Bid Data Sheet (BDS)
Note: The payments will be released by the respective Payment
Authority(s) as per the jurisdiction of the supplies being made.
For the items supplied in Villages / Mandals etc. the payment will
be processed by PRRD department. For the items supplied in Wards /
ULBs etc. the payment will be processed by MAUD department. The
overall order placement and payment process shall be governed by
this Supplier Agreement to be entered with the successful
bidder.
1) Individual MAUD and PRRD will issue payment and PO separately
2)What is the MOQ for single PO
The PO shall be issued by the PRRD and MAUD separately. Payment
will be released separately by PRRD and MAUD as per the payment
terms mentioned in Point No 13
51 M/S.Bharti Airtel Limited
27 Section III - Eligibility Criteria
At least one of the consortium members must be a Manufacturer
(OEM) /Authorized dealer & should have previous experience of
supplying (at least 1 Lakh devices) The manufacturer shall have
1)1 Lac POs are combined value supplied to any Govt. or only
restricted to AP Govt. can be private entity also 2)How many
consortium partners can form
Please refer to Annexure IV for revised Eligibility Criteria
Maximum consortium members allowed is 6
52 M/S.Bharti Airtel Limited
28 Section III - Eligibility Criteria
The Net Worth of the Lead Bidder and partners must be positive
as on 15/07/2019.
Can parent company of lead bidder network can be positive can we
provide parent company financials as an eligibility criteria
Please refer to Annexure IV for revised Eligibility Criteria
53 M/S.Bharti Airtel Limited
Turnover for Equipment Set 2 The bidder supplying Equipment set
2 should have turnover of at least INR 400 Crores in any of the
last 3 audited financial years as on 31/03/2019
Any of the consortium partner net worth to be 400 Cr or prime
bidder should have net worth 400 Cr
Please refer to Annexure IV for revised Eligibility Criteria The
consortium may choose to nominate any member as the Lead bidder as
long as it meets the Lead bidder criteria
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
from Sale of Electronics Goods
54 M/S.Bharti Airtel Limited
Supplier Obligations
VI. If the equipment remains down beyond 10 days, the Procuring
Agency will have an option to get it rectified through alternate
source and its cost will be adjusted from the agency PBG.
OEM is the authorized agency to service the device request to
route it through supplier
As per RFP conditions
55 M/S.Bharti Airtel Limited
33 6. Supply or Delivery of the Equipment
“Supply” shall mean “two (2) days after the Village Volunteer
has received the Equipment (including installation/assembling) or
fifteen (15) days after the supply of the Equipment to the
designated delivery location, whichever is earlier”.
Supply of Devices along with SIM along with MDM and other
accessories requires 2-3 OEMs coordination and this time lines to
be increased to 3-4 weeks
Please refer Point no 75
56 M/S. Bharti Airtel Limited
35 10. Insurance
The Supplier shall obtain and maintain for the entire term of
this Agreement at its own expense, comprehensive insurance against
loss or destruction or damage to the Equipment including without
limitations destruction or loss by fire, theft and such other risks
or loss as are customarily insured against on the type of Equipment
leased hereunder. The supplier shall furnish to the Procuring
Agency, a certificate of insurance or other satisfactory
evidence
Insurance claim approval or rejection is subjected to insurance
company and we provide insurance certificate and end user
responsibility to process the insurance claim with necessary
documents
Please refer to Point no 19
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
that such insurance coverage is in effect.
57 M/S. Bharti Airtel Limited
36 2.1.6. Penalties Entire penalty clause to be re looked
As the Bid multiple stake holders are involved and EKYC is also
involved Request to reduce the penalty clause to at least 50%
As per RFP conditions
58 M/S. Bharti Airtel Limited
Supplier Obligations
Supply as per the request to individual locations of MUAD and
PRRD
Please mention the tentative quantity and units per location of
the devices and SIM cards. Timelines to consume tender quantity of
the devices
The actual quantity per location will be shared with the
successful bidder
59 M/S. Bharti Airtel Limited
Payment terms
The supplier will be paid a. 12 equated Quarterly installments
of the Total amount spread across 36 months or 3 years after duly
deducting the Penalty amount, if any incurred by the Supplier
during that particular quarter b. The payment for GSM SIM
connections will be on a monthly basis c. The payment of GST amount
shall be as per prevailing Law.
Will there be two separate invoices for devices and SIM cards as
there is a payment terms monthly for GSM connectivity
Yes, there will be 2 separate invoices to PRRD and MAUD. The
payments will also be processed separately as per the respective
jurisdiction. The invoice for GSM will be on a monthly basis.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
60 M/S. Bharti Airtel Limited
21 1.1 Section 1 - Instruction to Bidders
After the completion of the online reverse auction, the Closing
Price (Final L1 Price) and the successful bidder shall be finalized
for each Equipment set.
1- Please clarify if The committee is looking at lowest bidder
for which of the following – Individual winning suppliers for
Finger print scanner, Iris device, Handset & SIM (4 winners) –
Winning supplier for Equipment set 1 separately & Equipment 2
separately (2 winners) - Winning supplier for Equipment set 1 &
Equipment 2 together (1 winner) 2- Please clarify if the bidder can
bid only for one equipment & Not for other equipment? E.g. Can
we bid only for SIM & not other equipment or E.g. Can we bid
for Handset alone & Not for other equipment 3. Please confirm
that indemnification and limitation of liability for TSPs should be
only limited to TSP scope of work and value of TSP project
Please refer Point No 48 The limitation of liability is capped
to the total value of the project.
61 M/S.Bharti Airtel Limited
32 2.1.2 Supplier Obligations
Order placement and acceptance a. The Procuring Agency will
place the orders to the suppliers’ basis the required quantities as
per the districts / geographies allocated. However, the Procuring
Agency shall reserve the right to order appropriate quantities by
issuing single / multiple Purchase orders.
1. RFP states that Multiple POs can be issued towards delivery
of devices / SIMs. Please clarify if the POs would be released
centrally in Vijayawada or in Multiple revenue / ward locations?
Please specify the locations from which PO will be released.
The PO will be issued centrally by PRRD and MAUD separately
62 M/S.Bharti Airtel Limited
32 2.1.2 Supplier Obligations
The Suppliers need to deliver the Equipment to its own storage
space or any other designated space of the Government at each
Revenue Division and Ward locations.
2. RFP states that Delivery by supplier is to be done at revenue
or ward locations. Please specify district wise how many Revenue or
ward locations are there for delivery of Devices/SIMs?
The detailed locations Revenue Divisions and the list of
Villages / Wards is provided at Annexure III of this document
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
63 M/S.Bharti Airtel Limited
41 2.1.7 Technical Specifications
The bidder is responsible for arranging eKYC for the GSM SIMS by
the department identified users within a period of 15 days from the
date of delivery.
2. RFP states that SIM is in the name PRRD & MAUD. Please
clarify at how many locations this EKYC facility is required?
Please refer Point No 27
64 M/S.Bharti Airtel Limited
34 2.1.2 Supplier Obligations
The supplier shall provide onsite comprehensive Warranty of
equipment for a period of 3 years from the date of final acceptance
of the equipment.
1. Please confirm that Warranty date can start on date of
delivery of Devices / SIMs. If not, After delivery what is the
maximum time taken for acceptance of devices?
Please refer the definition of "Supply" in the RFP document. The
warranty period commences from the date of supply
65 M/S.Bharti Airtel Limited
34 2.1.2 Supplier Obligations
The supplier shall provide onsite comprehensive Warranty of
equipment for a period of 3 years from the date of final acceptance
of the equipment.
3. Given life of typical handset is only 2 years, please give
specifics on what warranty is required on all devices e.g. does
warranty cover Battery, Display Etc.
Please refer Point No 19
66 M/S.Bharti Airtel Limited
25 1.2 Section II - Bid Data Sheet (BDS)
The Order shall be placed by Procuring Agency. Payment shall be
processed by the ‘Payment Authority’ as per the terms and
conditions defined in this RFP. Note: The payments will be released
by the respective Payment Authority(s) as per the jurisdiction of
the supplies being made. For the items supplied in Villages /
Mandals etc. the payment will be processed by PRRD department. For
the items supplied in Wards / ULBs etc. the payment will be
processed by MAUD department. The overall order placement and
payment process shall be governed by this Supplier Agreement to be
entered with the successful bidder.
1. Please clarify If the Payment during the contract period will
be done centrally from Vijayawada or from individual Revenue or
ward locations? Also, please confirm timelines for payment.
The payment will be processed centrally from PRRD and MAUD
separately.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
67 M/S. Bharti Airtel Limited
41 2.1.7 Technical Specifications
The number of connections may be increased or decreased at any
time at the discretion of the Real Time Governance Society. In case
of additional no connection, service provider shall provide
additional connections at same rates/terms as finalized.
What is the minimum no of connections assured?
The total number of connections will be equal to the Handheld
devices i.e. approximately 2,70,000.
68 M/S. Bharti Airtel Limited
41 2.1.7 Technical Specifications
Procuring Agency / Payment Authority will have a right to change
to low cost package for all the connections during the period of
the contract.
Since the overall contract is for 3 Year, the package for
connections should also be for minimum of 3 years.
Please refer Point No 33
69 M/S. Bharti Airtel Limited
40 Device specification
MDM scope Is MDM to be deployed on premises or on cloud
Please refer point no 39
70 Bioenable Technologies Pvt Ltd
Page no. 21,point no. 12 ,2, (c)
Online Reverse Auction
The ‘opening price’ i.e. start price for Reverse Auction will be
the L1 price quoted which is cumulative sum Totals of the Equipment
Set 1 and Equipment Set 2. System will have the provision to
indicate this bid as current L1.
Request you to please keep separate Reverse Auction also
separate L1 for equipment set 1 & set 2
The reverse auction will be conducted for the Equipment Set 1
and Set 2 together
71 Bioenable Technologies Pvt Ltd
Page no. 27, point no.1.3 ,
Eligibility Criteria Point no. 1
The bidder should have been certified as Registered Device –
Level 0 by UIDAI and STQC. The bidder should provide devices which
are upgradable to Level 1 with no additional cost
UIDAI Still not Decided on L1 Scanner , So please remove this
clause
Please refer to Annexure I of this document
72 Bioenable Technologies Pvt Ltd
Page no. 27, point no.1.3 ,
Eligibility Criteria Point no. 2
At least one of the consortium members must be a Manufacturer
(OEM) / Authorized dealer & should have previous experience of
supplying (at least 1 Lakh devices)
OEM/Bidder should have previous experience of supplying (at
least 1 Lakh devices)
Please refer to Annexure IV for revised Eligibility Criteria
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
73 Bioenable Technologies Pvt Ltd
Page no. 27, point no.1.3 ,
Eligibility Criteria Point no. 2
The manufacturer shall have the manufacturing/assembling
facility in India. The Equipment to be supplied under this RFP
shall be manufactured/assembled in India.
Please remove this clause or Supplier must be Indian Entity
Please refer to Annexure IV for revised Eligibility Criteria
74 Bioenable Technologies Pvt Ltd
Page no. 36, point no.2.1.5. Service Level
Agreement (SLA) Sr. No. 3
Submission of performance security in the form of BG- 5% of the
total order value by Supplier -7 Days on order receipt
Submission of performance security in the form of BG- 5% of the
total order value by Supplier - 3 weeks on order receipt
Please refer Point no 75
75 Bioenable Technologies Pvt Ltd
Page no. 36, point no.2.1.5. Service Level
Agreement (SLA) Sr. No. 4
Delivery of the Equipment to the final destination as prescribed
by Purchaser - within 15 days of receipt of the order
acknowledgement
Delivery of the Equipment to the final destination as prescribed
by Purchaser - within 6 weeks of receipt of the order
acknowledgement
Point No 4 - Section 2.1.5 - SLA is amended as follows Delivery
of the Equipment to the final destination as prescribed by
Purchaser - within 4 weeks of receipt of the order
acknowledgement
76 Bioenable Technologies Pvt Ltd
Page no. 36, point no.2.1.5. Service Level
Agreement (SLA) Sr. No. 6
Replacement of the faulty Equipment covered under Warranty
period - within 3 days of the receipt of the issue
Replacement of the faulty Equipment covered under Warranty
period - within 7 days of the receipt of the issue
As per RFP conditions
77 Bioenable Technologies Pvt Ltd
Page no. 37, point
no.2.1.7.Technical Specifications ,
Point no. 5
The devices of Equipment set 1 should be compatible with the
devices of Equipment set 2 including but not limited to the
connecting port, software
Clarify this point? Please refer Point no 46
78 Bioenable Technologies Pvt Ltd
Page no. 39, a. Iris Scanner
Specifications
All Specification are for Dual Iris Scanner, which is used for
enrollment , Please change it as per STQC guidelines
Please refer to Annexure I
79 Bioenable Technologies Pvt Ltd
Page no. 39, b. Finger Print
Scanner Device Specifications
All Specification are for Slap Scanner, which is used for
enrollment, Please change it as per STQC guidelines
Please refer to Annexure I
80 Bioenable Technologies Pvt Ltd
Page No. 59, 3.1.10. Price
Schedule Form, Payment Terms: a
12 equated Quarterly installments of the Total amount spread
across 36 months or 3 years after duly deducting the Penalty
Please make it 80% Against Delivery, 10% Against installation
& after warranty
10% Against BG or Please refer Point No 13
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
amount, if any incurred by the Supplier during that particular
quarter
81
Aratek Innovation private limited
9 1.1 Hand held terminal +finger Print device as combo can be
considered
Please refer Point No 7
82
Aratek Innovation private limited
1.1.1 Equipment Set 1: Finger Print Device + Iris Device
Please refer Point No 7
83
Aratek Innovation private limited
1.1.2 Equipment Set 2: Hand held device + GSM SIMs
Please refer Point No 7
84
Aratek Innovation private limited
2 1.3 Section III - Eligibility Criteria
STQC issued Public Device Certificate Copy – provisional
The devices need to be STQC certified.
85
Aratek Innovation private limited
UDAI issued Registered Device Certificate – Under process can we
participate
As per the RFP conditions. The devices need to have a valid STQC
certification.
86 Tatvik Biosystems Pvt. Ltd.,
27 1.3. Section III - Point No 1
The bidder should have been certified as Registered Device –
Level 0 by UIDAI and STQC. The bidder should provide devices which
are upgradable to Level 1 with no additional cost.
Sir, we are waiting for the clarity on Level 1 Specification by
UIADI and STQC. Without any clarity it will not be possible to
quote the device with Upgradation to Level 1 with No additional
cost. So request you to please remove this point.
Please refer to Annexure IV for revised Eligibility Criteria
87 Tatvik Biosystems Pvt. Ltd.,
27 1.3. Section III - Point No 2
At least one of the consortium members must be a Manufacturer
(OEM) / Authorized dealer & should have previous experience of
supplying (at least 1 Lakh devices) The manufacturer shall have the
manufacturing/assembling facility in India. The Equipment to be
supplied
Sir, As a New Start-up and MSME company we request you to please
allow us to participate as a Device OEM and provide the exemption
and remove this point for MSME and New Start-up Companies.
As per RFP conditions.
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
under this RFP shall be manufactured/assembled in India.
88 Tatvik Biosystems Pvt. Ltd.,
39 B. Finger Print Scanner Device-Specification
Device Specification
Sir, Specification is very confusing so need a clarity on the
finger print whether it is Singer finger or Slap Scanner. For
Single finger Scanner Specification should be as below... 1 Sensor
Type = Optical 2. Resolution = 500 ppi 3. Active Plaren Area =
FAP20 Large capture area (15.24x20.32mm) 4. Image Size = 300 * 400
Pixels 5. Gray Scale = 8-bit, 256 levels 6. Interface /Power = USB
2.0/3.0/C Type, Data and DC 5.0 V +- 5 % 7. Operating Temperature =
0° to 55° C 8. Storage Temperature=-10° to 60° C 9. Humidity =
10-90%, non-condensing 10. Weight = < 70 gm 11. Dimensions =
58x38x27mm 12 Systems requirement = Windows 7 /8/10, Android 13.
Image Capture 10 Frames /Second 14. Certification =STQC/UIDAI, FBI
PIV, FCC, CE , WHQL & BIS
The amended specifications are given at Annexure I of this
document
89 Tatvik Biosystems Pvt. Ltd.,
55
3.1.9. Checklist for compliance of the Equipment , Point No
1
Equipment set 1 [IRIS and finger print should be from the same
Manufacturer (OEM) to avoid compatibility issue]
Sir, Request you to please remove this point for transparent and
fair conduct of the bid.
The Point No 1 under Section 3.1.9 Checklist for compliance of
the Equipment "Equipment set 1 [IRIS and finger print should be
from the same Manufacturer (OEM) to avoid compatibility issue]" is
removed
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
90
Wearberry Soft solutions Pvt. Ltd
7 Background
The SoW for the project is not clear from the description. What
is the application SW being ported on to the Device, what is the
expected functionality, Roles of stake holders of SW being ported?
There is no specific workflow mentioned in the document. There is
no mention of the application architecture, server side and client
side.
Please refer Point No 7
91
Wearberry Soft solutions Pvt. Ltd
7 Background
The RFP has been floated for Hand Held Devices. However, the
specifications of the equipment in set 2 is pointing to only mobile
devices and there is no mention of the data Security, that comes
integrated with the devices
Please refer Point No 1
92
Wearberry Soft solutions Pvt. Ltd
As per the AADHAR Guidelines, any beneficiary projects should be
carried out using a single integrated device, which is STQC
certified. However, the tender has overlooked the aspect and has
decided to procure the equipment individual components, which is
susceptible to Data Loss
https://pdsportal.nic.in/Files/MoU%20of%20STQC.pdf
Please refer Point No 7
93
Wearberry Soft solutions Pvt. Ltd
The basis of any transaction in Govt. should result in
generation of an acknowledgement receipt. However, the RFP does not
provide for any printing of receipt at any level.
Please refer Point No 7
94
Wearberry Soft solutions Pvt. Ltd
Cameras Please elaborate the need for front and rear camera on
the Mobile device
The front and rear cameras shall be used by various applications
provided by the Government. Front camera shall be used for video
conferencing purpose and trainings
https://pdsportal.nic.in/Files/MoU%20of%20STQC.pdfhttps://pdsportal.nic.in/Files/MoU%20of%20STQC.pdf
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
95
Wearberry Soft solutions Pvt. Ltd
Specifications of IRIS is mentioned as 16 Pixels / mm. However,
the specification is very high and exceeds the STQC standards are
given herewith.
http://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS
%20Auth%20Device_specification%20issue02%20_08032
016_BDCS_A-I_-03-07_0.pdf
The amended specifications are given at Annexure I of this
document
96
Wearberry Soft solutions Pvt. Ltd
Technical – GSM
b. Minimum 1 GB per day@ 4G Speed Unlimited free voice calls
Unlimited SMSs
Please elaborate the need for Unlimited calls. In the event of
TRAI regulating the Unlimited calls, what will be the stand of
GoAP. Given the present working environment of the applications,
only Transient Data is transmitted. To achieve this, 3G network
will suffice
Please refer Point No 32
97
Wearberry Soft solutions Pvt. Ltd
Delivery Schedule
Delivery has to be made within 15 days
Given the Geographic spread of the locations, please be informed
that 15 days is not practical. Please change the same to “Delivery
to be made within 3 months’ time. In addition, training is a key
component in the project, which takes a long time for imparting to
the selected members. There is no clarity in the RFP on the
Training Modalities and the training material to be provided.
Please refer Point No 75 for delivery timeline. The device
operating procedure should be given in the form of a video, User
manuals and Dos' and Don’ts (in Local language) shall be provided
by the suppliers of Equipment set 1 and set 2
98
Wearberry Soft solutions Pvt. Ltd
We recommend that GoAP should adopt an Integrated approach to
the Problem.
Please refer Point No 7
99
Wearberry Soft solutions Pvt. Ltd
We recommend that GoAP should provide an integrated device to
the Village volunteers, which will have Integrated IRIS and
Biometric interfaces. With GoI introducing One Nation One Ration,
which is based on IRIS.
Please refer Point No 7
100
Wearberry Soft solutions Pvt. Ltd
We also recommend including PCI compliant Payment facility to
the device, which can accept all modes of payments. Under digital
India programme, GoI is offering a lot of incentives for projects,
promoting cash less transactions.
Please refer Point No 7
http://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS%20Auth%20Device_specification%20issue02%20_08032016_BDCS_A-I_-03-07_0.pdfhttp://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS%20Auth%20Device_specification%20issue02%20_08032016_BDCS_A-I_-03-07_0.pdfhttp://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS%20Auth%20Device_specification%20issue02%20_08032016_BDCS_A-I_-03-07_0.pdfhttp://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS%20Auth%20Device_specification%20issue02%20_08032016_BDCS_A-I_-03-07_0.pdfhttp://www.stqc.gov.in/sites/upload_files/stqc/files/IRIS%20Auth%20Device_specification%20issue02%20_08032016_BDCS_A-I_-03-07_0.pdf
-
Real Time Governance Society, Government of Andhra Pradesh
Selection of suppliers for supply of equipment to the Village /
Ward volunteers and Village / Ward Secretariat functionaries in
Andhra Pradesh
Sl No
Company Name
S. No. RFP Page Relevant Section/ Annexure of the
RFP Relevant Content of RFP Agency Query / Clarification Remarks
Response
101
Wearberry Soft solutions Pvt. Ltd
We request you to Extend the date of Submission by 2 weeks
No change to the last date of submission
102 CELKON IMPEX PVT LTD
2 Procurement notice
3.) All equipment should comply with the technical
specifications specified in this RFP, and come with 3 (three) years
standard on-site warranty support. The supplier shall provide
on