Top Banner
Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013 BHOPAL MUNICIPAL CORPORATION MUNICIPAL CORPORATION, BHOPAL REQUEST FOR PROPOSAL For Automat ed Fare Collecti on and Surveillance Solution F  o  r I nt elli g en t Tr an sp ort S  y  s  t  e  m  (  IT  S)  f  o  r  B  h  o  p  a  l C  i t  y  B  us  S  e  r  v  ices”  BHOPAL MUNICIPAL CORPORATION HARSHWARDHAN COMPLEX, MATA MANDIR, BHOPAL (M.P) - 462003 Issued by:- Office of Chief Engineer (Project) Bhopal Municipal Corporation, Harshvardhan, Complex, Mata Mandir, Bhopal (M.P.) Tel. (0755) 2701222; Fax: (0755) 2701223 Page 1 of 60
60

t Nd 0010260000000000000 Mp 11904

Apr 14, 2018

Download

Documents

swajal
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 1/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

MUNICIPAL CORPORATION, BHOPAL

REQUEST FOR PROPOSAL

For

“ Automated Fare Collection and Surveillance Solution F o r I n t elli g e n t

T r a n s p o rt S y s t e m  ( IT S)  f  o r  B h o p a l C i t y  B us  S e r v ices” 

BHOPAL MUNICIPAL CORPORATION

HARSHWARDHAN COMPLEX, MATA MANDIR,

BHOPAL (M.P) - 462003

Issued by:-

Office of Chief Engineer (Project)Bhopal Municipal Corporation,

Harshvardhan, Complex,Mata Mandir, Bhopal (M.P.)

Tel. (0755) 2701222; Fax: (0755) 2701223

Page 1 of 60

Page 2: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 2/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Office of the Municipal Corporation, Bhopal(Engineering Project Cell) Harshwardhan Complex,

Near Awanti Bai Chauraha, T.T. Nagar, Bhopal–462 003

Ph: 0755 2701222 Fax: 0755 2701223

 No.11/BMC/JNNURM/BRTS/ Bhopal, Date : 29.04.2013

NIT No.11/ Dated 29-04-2013

The Bhopal Municipal Corporation (BMC) invites Technical and Financial Bids fromthe prospective bidders for “Automated Fare Collection and Surveillance Solution

For  Intelligent Transport System (ITS)” for Bhopal City Bus Services and Bus terminals.The term of the services will be 5 years. BCLL is the SPV, majorshare holding of BMC set to launch BRTS buses in addition tothe existing buses, which will form the feeder buses for thenew BRTS system. BMC is looking for implementing automatedfare collection and surveillance system for these buses as apart of Intelligent Transport System. Brief Schedule of bidding activities is as

below:

• Off-Board Fare Collection Solution for BRTS buses

• On-Board Fare Collection Solution for Feeder buses

• Video Surveillance Solution for all buses

• Management Information System (MIS)

• Integration with existing Automatic Vehicle Locating System (AVLS)

• Scale up existing ITS Command and Data Centre

• Automated fare collection & Revenue Management System

• Point of sale• Electronic Ticketing Vending Machine (ETVM)

Bidders who meet the detailed eligibility criteria points as mentioned in the RFP document can participate in this

tender. Bids are to be submitted in sealed envelopes on or before the due date mentioned below:Cost of Bid Document (non refundable)   Rs. 50,000/- (Rs. FiftEarnest Money (E.M.D.) Rs. 30,00,000/- (Rs. Thirty lakh only)Issue of RFP document as per tender key details

  Last date for recei t of  as per tender key details

O enin of Technical Bid as per tender key details

The detailed terms and conditions along with the eligibility criteria are given inthe Request for Proposal (RFP), which can be downloaded fromwebsite: http://www.bhopalmunicipal.com by the prospectivebidders and the same may be submitted to the BMC along withthe non refundable fee of INR 50,000/- The RFP Document mayalso be purchased by the applicants from the office of Chief Engineers (project), Municipal Corporation Bhopal on the

Page 2 of 60

Page 3: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 3/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

submission of a written application clearly stating Request forproposal for “Automated Fare Collection and Surveillance Solution For Intelligent Transport

System (ITS)” upon payment of a non refundable fee of INR 50,000/- The methodof payment will be crossed demand draft from any nationalized /

schedule bank in favour of commissioner BMC, Bhopal., payableat Bhopal. A firm will be selected under the procedure asdescribed in the detailed RFP. Conditional Tenders will not beaccepted. BMC has right to accept/reject any tender withoutassigning any reason. BMC reserves all rights to reject whole orpart of the proposal, all or any proposal and modify the termsand conditions.

Chief Engineer (P)

Municipal Corporation, Bhopal

DISCLAIMER 

The information contained in this Request for Proposal (RFP) document package provided on behalf of 

Bhopal Municipal Corporation (BMC) is being provided to all interested Bidders on the terms and

conditions set out in this RFP document.

This RFP document is not an Agreement and is not an offer or invitation to any other party. The purpose

of this RFP document is to provide bidders with information to assist the formulation of their proposal

submission. This RFP document does not purport to contain all the information Bidders may require. This

RFP document may not be appropriate for all persons, and it is not possible for BMC to consider the

investment objectives, financial situation and particular needs of each bidder. Each bidder should conduct

its own investigation and analysis, and should check the accuracy, reliability and completeness of the

information in this RFP document and obtain independent advice from appropriate sources. BMC and

their advisors make no representation or warranty and shall incur no liability financial or otherwise under 

any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP document.Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which depends

upon interpretation of law. The information given is not intended to be an exhaustive account of statutory

requirements and should not be regarded as a complete or authoritative statement of law. BMC accepts no

responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

BMC may in their absolute discretion, but without being under any obligation to do so, update, amend or 

Page 3 of 60

Page 4: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 4/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

supplement the information in this RFP document.

The Bidder shall bear all its costs associated with or relating to the preparation and

submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses

associated with any demonstrations or presentations which may be required by BMC or any other 

costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the

Bidder and BMC shall not be liable in any manner whatsoever for the same or for any other costs or other 

expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or 

outcome of the Bidding Process. Bhopal Municipal Corporation (BMC) reserves the right not to proceed

with the project, to alter the timetable reflected in this document or to change the process or procedure to

 be applied. It also reserves the right to decline to discuss the Project further with any party submitting a

 bid. No reimbursement of cost of any type will be paid to persons, entities, or consortiums submitting a

Bid.

1. Preamble

Bhopal Municipal Corporation (BMC) invites Technical and Financial Bids for  “Automated Fare

Collection and Surveillance Solution For Intelligent Transport System (I TS )” for Bhopal City

Bus Services operating under the SPV, Bhopal city link limited in the state of Madhya Pradesh. The Bids

shall be prepared in English and all entries must be typed or written in blue/black ink. Initials of the

authorized representative of the bidder must attest all erasures and alterations made while filling the Bids.Over-writing of figures in the Financial Bid is not permitted. Failure to comply with any of these

conditions may render the Bid invalid.

Bhopal Municipal Corporation (BMC) shall not be responsible for any costs or expenses incurred by the

Bidders in connection with the preparation and delivery of bids, including costs and expenses related to

visits to the sites. Bhopal Municipal Corporation (BMC) reserves the rights to cancel, terminate, change or 

modify this procurement process and/or requirements of bidding stated in the Tender, without assigning

any reason or providing any notice and without accepting any liability for the same.

The bid evaluation process is detailed in instruction to Bidders in Tender. The Capability Statement would be evaluated based on the Pre-Qualification criteria set forth in Tender. Only those firms who qualify

 based on the evaluation of their Technical Bids will be eligible for opening of Financial Bids and their 

evaluation. The date of opening of Financial Bids will be communicated in to such bidders at a later date.

2. Background of the Project

Page 4 of 60

Page 5: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 5/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

The City Bus services system in Bhopal is operated by “Bhopal City Link Limited” (BCLL) formed as

SPV functioning under Bhopal Municipal Corporation. The BCLL has been, since its inception in

October 2006, functioning as SPV and managing the Bhopal city bus services through private bus

Operator with the role of a facilitator. BMC/BCLL is committed to enhance commuter satisfaction,

reliability and punctuality of public transport thereby reducing the dependence on private modes of 

transport by improving the city bus services in Bhopal. Under Jawaharlal Nehru National Urban Renewal

Mission (JnNURM), 225 no. of buses were sanctioned to Bhopal Municipal Corporation and there are

currently 150 no. of buses are being operated by Bhopal Municipal Corporation through SPV BCLL on 8

routes in the Bhopal city catering to the needs of more than one lakh passengers every day.

BMC/BCLL has adopted a net-cost based Public- Private Partnership (PPP) operational model with the

city providing the basic infrastructure and the private Bus Operator being responsible for operation and

maintenance of the buses. This model has received good recognition. Bhopal Bus Operation is one of the

successful model in India and has received the UMI award 2011 for the best practices in PPP initiatives

taken by Bhopal Municipal Corporation. Apart from an innovative model, BMC/BCLL has also adopted

the use of Automatic Vehicle Location System (AVLS) on all its fleet size and also installing Passenger Information Systems (PIS) at selected stops for relaying this information to the passengers waiting at the

 bus-stops. Presently BMC through an SPV formed BCLL, which operates 150 low floor buses out of 225

 buses in the various route of city. BMC/BCLL would scale to 225 no. of buses operating from 325 bus

stop and about 82 no. would be BRTS bus stops in the BRTS Corridor from Misrod to Bairagarh.

In order to further improve the system, the city of Bhopal has embarked upon implementing the BRT

 project on 24.0 k.m. of heavy demand corridor and the BRTS corridor from Misrod to Bairagarh will

come into operation by JUNE, 2013. Under the JnNURM scheme, a new fleet of 20 no. fully air-

conditioned low floor buses is also being procured which are proposed for operating in the 24 km BRT

corridor. This project has received financial support from JnNURM for development of infrastructure and

also a grant for the installation of Intelligent Transport Systems (ITS).

The BRTS project is expected to boost the modal share of bus based public transport. Right from

inception, BCLL has adopted the path of innovation, in order to achieve the goal of offering good quality

 public transport, with available limited resources. Support under JnNURM scheme has allowed BCLL

through Bhopal Municipal Corporation, for operation of the low floor buses in Bhopal City for the

improvement of the public transport in the Bhopal city. BMC/BCLL as an organization is strongly

committed to provide better urban transport facility to commuters.

It is envisioned that, after the implementation of “Automated Fare Collection and Surveillance

Solution For  Intelligent Transport System ( IT S) ” in the BRTS Corridor for Bhopal City Bus

Services in the public transport sector in Bhopal city, the bus services shall be modernized to the extent of  providing an attractive, comfortable, easy and time-efficient experience to the public transport users in the

city.

3. Detailed Scope of Work 

Page 5 of 60

Page 6: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 6/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

The scope of the  “Automated Fare Collection and Surveillance Solution For  Intelligent

Transport System ( IT S) ” work will include design, development, installation and management of 

Software and Hardware for automated fare collection, surveillance and intelligent transport system

for the feeder buses as well as BRTS buses for the Bhopal City Bus Services. There will be an agreement

for 5 years with Bhopal City Link Limited (BCLL) for maintenance of the above mentioned Software

and Hardware solution after the completion of the project and handing over of the complete solutions to

Bhopal Municipal Corporation as per the details of the scope of work mentioned below:

Off-Board Fare Collection Solution for BRTS buses: Consisting of Automated fare gates

(AFG) and Automatic Ticket vending Machines (ATVM) terminals in the bus stops.

On-Board Fare Collection Solution for Feeder buses: Consisting of Bus Validators (BV)

and Electronic ticket vending machine (ETVM) on the buses.

Video Surveillance Solution for all buses: On-board video recording with 2 no. CCTV

camera and syncing the stream over WiFi whenever the bus is in the bus terminal.

Management Information System (MIS): System to Record, archive and generate reports from the

ITS being provided.

Integration with existing Automatic Vehicle Locating System (AVLS): The service provider shouldwork on integrating with existing AVLS system, PIS and PAS system installed in the bus, by interfacing

with it to obtain GPS location. 

Scale up existing ITS Command and Data Centre: Add the required workstations and operate andmaintain Command Centre with qualified staff.

Automated fare collection & Revenue Management System: All the revenue generated

from the Automatic Ticket vending Machines (ATVM) & point of sale will be collected bythe service provider & the total revenue will be deposited in the account of BCLL/BMC as

 per the instruction of the MD, BCLL/Commissioner, BMC.

Point of sale: Provision of POS as defined in the BOQ. 

Electronic Ticketing Vending Machine (ETVM): Provision of ETVM as defined in the BOQ

3.1 Off-Board Fare Collection Solution for BRTS buses:

- Automatic Ticket vending Machines (ATVM) terminals need to be installed in the

specified bus stops. Bhopal Municipal Corporation (BMC) will need the commercials to be provided by bidder per bus stop so that Bhopal Municipal Corporation (BMC) will scale it

 based on the infrastructure requirements. The ATVM machines should be capable of 

accepting coins from the users and issue RFID token based tickets to them whichcomes handy for customers who do not have smart cards.

- The off board ticket issue is to be validated with fare gates. Bhopal Municipal

Corporation (BMC) would require proposals for Automated Fare Gates which are

Page 6 of 60

Page 7: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 7/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

capable to validating and fare deduction at destination based on the distance

commuted.

- There will two automated fare gates installed in every BRTS bus stop, one for 

validating passengers during entry and one for exit. In addition to this one turnstile

tripod gate will be required to permit passengers to transit..

- Both the completely automatic fare gate and turnstile tripod fare gates should also be

extended to validate paper tickets issued by ETVM, which will have 2D barcode in

addition to validating the RFID tokens.

3.2 On-Board Fare Collection Solution for Feeder buses

- The Bus Validators need to be installed in each of the bus plying in the BRTS route as

 per the quantities published in bill of materials.

- The bus Validators should be able to sync with the hotspot infrastructure provided by

the bidder or work using the connectivity, which may be on-board.

- The bus validator should be able to accept smart card, RFID based plastic coin based

fare collection.

- The bus validator should have two parts, one to be installed near the rear door for 

 passengers boarding and one to be installed in the front door designated for passengers

to disembark.

- The bus validator should calculate the fare based on the distance commuted by the

 passengers.

- The bus validator should support over the air upgrade of fare rules during wifi syncing.

The scenarios to be handled in both off-board and on-board fare collections are depictedin the flows below:

Page 7 of 60

Page 8: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 8/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Page 8 of 60

Page 9: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 9/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Page 9 of 60

Page 10: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 10/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Page 10 of 60

Page 11: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 11/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Common Points across scenarios:

- In all cases, during final fare deduction point, if sufficient balance is not there an alarm

is to be raised.

- In all cases, the card is checked for validity and for availability of minimum fare is

verified in the entry point validator/gate.- All buses are equipped with Bus Validators capable of fare processing from Smart

Cards and RFID plastic tickets along with ETVM to issue paper tickets.

- The boarding and alighting locations are different for BRT and feeder buses in the bus

stops. In some cases, they are in different physical stop locations.

- The passes would be issued only in the form of smart cards which can be recognized by

Bus Validators, Fare Gates and ETMs.

- The reason behind supporting ETVM is providing alternate ticketing options as all bus

stops may not have the infrastructure to tender RFID tickets or smart cards and validate

them.

3.3 Video Surveillance Solution for all buses

- The buses need to be installed with one camera in the front, one in the rear side. These

two cameras should be capable of operating in day and night vision with adequate IR 

LED support.

- Digital Video recorded needs to be installed in the bus which would be capable of 

recording the video streams on a continuous basis.

- The DVR should be capable to pushing the recorded video streams whenever the buses

approach the bus terminals over WiFi.

- The service provider should also provide the WiFi hotspot infrastructure in the bus

terminals, where connectivity needs to be provided. The exact area for estimation may

 be obtained by physical inspection as well.

- The video management application used in the control room should be able to

comprehend the recorded information to facilitate review in the control room.

3.4 Management Information System (MIS):

- The MIS reports to provide details earnings information per bus, per bus stop,

 projected by time, duration, etc.

- The reports should enable analysis of efficiency and potential of all the routes to

enable scaling decisions. 

3.5 Integration with Automatic vehicle Locating System

(AVLS):

- The service provider should work on integrating with existing Automatic vehicle Locating

System (AVLS), Passenger Information System (PIS) and Passenger Announcement

Page 11 of 60

Page 12: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 12/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

System (PAS) installed in the existing buses plying & for the new buses, by interfacing with

it to obtain GPS location. 

- The reports should also be able to integrate with existing AVLS provider reports so

that the information can be presented over a map using the GPS data of fare collection.

- The KMs covered, etc should be obtained by interfaced with existing system to

facilitate KM based report generation.- The bus health/downtime information should also be shown in a revenue loss report by

obtaining information from the existing system.

3.6 Scale up existing ITS Command and Data Centre

- Data center infrastructure at THREE bus terminals to sync and download the videos

from the buses when they arrive.

- Provide access to the video stream from the command and control center.

- Command and control center should be equipped with 5 workstations to monitor the

video streams and additional 4 sealer infrastructures for monitoring the AFC system.

3.7 Automated fare collection system & Revenue Management System: 

This system is responsible of collecting data from gates/vending machine/manned POS

of each station to generate daily revenue report, passenger flow statistic report and other 

management reports. It is also responsible of setting up parameters for trip fare of each

route and each station and transmits this kind of fare parameter to each gates in every

station automatically.

- Software application suite responsible for providing stakeholders issue smart cards,

manage the balance on the cards.- Securely handle the permitted kilometers in the card and support fare deduction and

toping up.

- Support requirements of tomorrow for using the same cards as a way to make micro

 payments.

- To integrate with other single card systems that may evolve in the future.  

Modus Operandi for Revenue Collection

- On a daily basis the system generates reports showing revenue accumulated in each

ATIM.

-All the revenue generated and the funds accumulated from the  Automatic Ticketvending Machines (ATIM) & point of sale will be collected by the service provider &

the total revenue will be deposited in the account of BCLL/BMC as per the instructionof the MD, BCLL/Commissioner, BMC.

- The amount is tallied with the figures shown by the revenue management system

managed by the by the service provider.

- The bidder should also take the RFID tokens collected in the bus stops and buses and

recycles them into AITMs on a periodic basis.

Page 12 of 60

Page 13: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 13/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

3.8 Point of sale:

- The Point of Sale terminals are designated for customers to purchase provisioned

smart cards, which can be used instead of RFID tokens or paper tickets.

-The bidder is expected to provide PC with card initialization and personalizationdevice and printer.

- This should also include all the middleware, database, backup storage mechanisms,

camera to capture photo of the users.

- These points of sale terminals or the smart card issueterminals should be connected to internet withsuitable internet connectivity, the bandwidth may bedecided by the vendor.3.9 Electronic Ticketing Vending Machine (ETVM):

-These are handheld ticketing machines that will be used by the conductor to issue paper tickets.

- The issued tickets should have barcode printed, which should enable other systems to

validate the issued tickets.

- The ticketing machine should have connectivity as proposed by the bidder to exchange

information with the server.

- The connectivity architecture is to be proposed by the bidder based on the

compatibility to the other systems proposed to receive information.

- The ETVM should have SAM slots to validate the RFID cards.

- ETVM should have display and 20 key keypad.

-The ETVM should also have rechargeable battery to last for 10 hours.

- The ETVM should also have a printer and the suitable media is to be included in the

cost as per the price bid.

-

3.10 Suggestive BOQ

The Bhopal Municipal Corporation (BMC) has the goals to establish the following

network of buses and supporting infrastructure at the Bhopal City through SPV Bhopal

City Link Limited.

# BRT Buses & Feeder Buses 225 no.

# BRT Bus Stops Total no. of BRT Bus Stops=82 no.

# Feeder Bus stops 325 no.

POS for Smart Card Issue 10 no.

Some buses will be shared between BRT corridor bus services and Feeder bus services, so

Page 13 of 60

Page 14: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 14/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

the buses should be equipped with support for using the applications in both the modes.

Based on the above statistics, the Service Provider is free to design the infrastructure with the

consent of Bhopal Municipal Corporation when the mechanism is approved by BMC, the

 bidder provide the same to achieve the functionalities scoped out in the tender. At the same

time the service provider will work on integrating with existing AVLS, PIS and PAS

installed in the existing buses plying & for the new buses, by interfacing with it to obtain

GPS location. 

Location Components of Solution Tentative Qty

(no.)

BRTS Bus Stop -

Automated Fare

Gate

Automatic Fare Gate supporting RFID tokens, Smart Card, passand Bar-coded paper ticket with 2 flap (each for entry & exit).

82

Manual turnstile Tripod Fare Gate to be used in other end of Bus

stop & supporting RFID tokens, Smart Card, pass and Bar-coded

 paper ticket

82

Barricade Sensor Gate which will open when the BRTS bus arrives

at the bay-One for front door and other for rear door (for passengers

 boarding and alighting)

164

Automatic Ticket Vending Machine which would accept coins &deliver RFID tokens and Bar-coded paper ticket which will be

integrated with Automatic Fare, Gate Tripod Fare Gate, ETVM &

Bus validators.

82

(The above should include all supporting peripherals includingGate Cabinet, Power Supply Unit, UPS 8hr. backup, Gate Control,

Info Display, Sensors, Token Container, Mechanism, etc)

Smart Card Issue

Terminal

Workstation 10

Card Initialization and Personalization Device (CIPD) 10

Card Initialization Device 10

Card Personalization Device 10

Token Initialization Device 10Printers 10

Middle Ware + DB + Backup Storage 10

BRTS / Feeder Bus

Bus-Validator for on-board fare collection with one extension in

rear entry and one in forward exit. (SIM card/communication

framework required to sync the transactions to the data center.)

450

Page 14 of 60

Page 15: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 15/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Camera from inside the bus facing front door. 225

Camera from inside the bus facing rear door. 225

Mobile DVR to meet the functional requirements. 225

Bus Terminal

Servers for storing video feed from the DVR's installed in the busesfor 3 no. depots

6

WiFi Hotspot framework for covering the bus terminal area. 3

UPS supporting the infrastructure to work for 8 hours. 3

Video Management Software Application 1

Data Center

Infrastructure

Servers for AFC / Revenue Management Solution 4

Middleware + FTP Server 1

Gateway + CTH + DB Server 1Revenue Management Software Suite 1

Automated Fare collection revenue suite 1

Fleet Management Interface Development 60

 Networking Components 1

Electronic Ticketing

Vending Machine

Hand held Ticketing machine with printer 495

Control Room

Infrastructure

AFC – Team

Workstation Monitor, Keyboard + Optical Mouse 5

Video Surveillance Team

Workstation Monitor, Keyboard + Optical Mouse 5

Fare Media

Type A contactless smart cards/pass 60,000

Plastic Ticket Coins RFID based 60,000

Connectivity (One

Time Cost - InitialSetup, Modems, etc.)

Suitable connectivity for Video Surveillance Clients to access video

feed data from the Bus Terminals.

3

Internet Leased Line at the server room to support ticketing and

fare collection.

1

Page 15 of 60

Page 16: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 16/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

SIM Connectivity wherever applicable (Onboard Bus Validator /

Electronic Ticketing Machine - ETVM)

945

Internet Connection for Fare-gates, ATVM and Point of Sale

Terminals

256

(Any other components / sub-systems required for achieving the

desired functionality)

As appropriate

The quantity is an indication based on total available bus stops and buses, but

Bhopal Municipal Corporation (BMC) will reserve the rights to implement it

component by component in a phased manner in a period of 5 years time.

4. Bid Summary

Project Title Tender for “Automated Fare Collection and Surveillance Solution

For Intelligent Transport System (ITS) for Bhopal City Bus

Services”

 Name Of Agency Bhopal Municipal Corporation (BMC) , Bhopal, (M.P.)

Project Site Bhopal (M.P.)

Description Of Work  “Automated Fare Collection and Surveillance Solution

For  Intelligent Transport System (IT S)” work will

include design, development, Supply, installation Testing,

Commissioning, management & Maintenance of Software and

Hardware for automated fare collection, surveillance and

intelligent transport system for the period of five years for the

BRTS buses, Bus stops on BRTS corridor, feeder buses and for 

Bhopal City Bus Services.

There will be an agreement for 5 years with Bhopal City Link 

Limited (BCLL) and the Service Provider for maintenance of the above mentioned Software and Hardware solution after 

the completion of the project and handing over of the complete

solutions to Bhopal Municipal Corporation.

Contract Period for Supply, installationTesting, Commissioning with BMC

As mentioned in Annexure-B

Maintenance Contract Period with BCLL 5 years

Date of Issue Of RFP 04/04/2013

Authority and Place For Purchase o f 

RFP, submission and opening Of Bids and

contact details

The Chief Engineer, Bhopal Municipal Corporation

O/o Commissioner, Bhopal Municipal Corporation,

Harshwardhan Complex Phase-2, Mata Mandir, Bhopal, Phone

no. 0755 2701222, Fax no. 0755 2701223Bid Security Amount (EMD) Rs. 30,00,000.00 (Rs. Thirty lakh only)

Last Date and time For receipt of Bids 22/04/2013 at 15.00 HRS

Bid Validity 120 days from the last date of submission of RFP

Date And Time Of Opening Of Technical

Bid (including Envelope 1 and 2)

22/04/2013 at 16.00 HRS

Page 16 of 60

Page 17: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 17/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Date of presentation of the case To be intimated at a later stage by Bhopal Municipal

Corporation

Date And Time Of Opening Of Financial

Bid

To be intimated by Bhopal Municipal Corporation (BMC) at a

later date

Website htt p://w ww.bho palmuni ci pal .com

5. Instructions to Bidders

5.1 Due Diligence

The Bidder is expected to examine all instructions, forms, terms and specifications in the

RFP. The Bid should be precise, complete and in the prescribed format as per the

requirement(s) of the RFP. Failure to furnish all information required by the RFP or submission of a Bid not responsive to the RFP in every respect will be at the Bidder’s risk 

and may result in rejection of the Bid.

5.2 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its Bid and

Bhopal Municipal Corporation (BMC), will in no case be held responsible or be liable for thesecosts, regardless of the conduct or outcome of the Bidding Process.

5.3 Cost of Document

The RFP Document would cost Rs. 50,000/- (Rupees Fifty Thousand only) payable in the

form of a Demand Draft drawn in favour of Commissioner, Bhopal Municipal Corporation(BMC), payable at Bhopal. The Bidders who are downloading the RFP Document from

Website shall deposit (in the form of a Demand Draft) the said cost of the RFP Document

along with the Bid. In the event of failure to deposit the requisite cost by such Bidder, that Bid

shall not be processed further.

5.4 Amendment & Clarification to RFP Documents:

At any time prior to the Due Date for submission of bids, Bhopal Municipal Corporation

(BMC) may, for any reason, modify the RFP by amendment. Any amendments/modificationsto the tender, shall be through the issue of addendum(s) to the tender, which shall set forth the

said amendments/modifications thereto (hereinafter referred to as the “Addendum(s)”). All

 prospective bidders who have downloaded/purchased the RFP shall be informed of suchAddendum(s) through the BMC website-www.bhopalmunicipal.com and the contents, terms

and conditions of all such Addendums(s) shall be binding on all bidders. The Client may at its

discretion extend the deadline for the submission of Proposals

5.5 Eligibility Criteria

Bidders who include companies, partnerships, proprietary concerns, duly registered co-operativesocieties, consortium (lead partner + one) having the following experience:

Page 17 of 60

Page 18: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 18/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

a) Designed, deployed and maintained 3 automated fare collection system solution projects in

the last 3 years and one onboard bus mounted surveillance projects in the last five years. b) The onboard surveillance project should involve at least 50+ buses installed with any state

transport corporation in India.

c) The bidder should substantiate their experience above projects serving more than 10 bus

operating companies, more than 100 depots, 100 fare gate, more than 3,000 buses, and morethan 3,000 Bus Validator.

d) At least one of these projects should have been operational for a period of at least 5 years

and also at the day of submission of the bid.e) At least one of these projects should support more than 50,00,000 smart cards in operation.

f) At least one of the above projects had provided the Application Software for Central

Clearing House System. The value of the clearing house software component should be morethan INR 50,000,000 to the transport companies.

g) Prime Bidder should have an Average Annual Turnover of more than INR 200 crores for the

 past 2 consecutive years in the entity or in the parent company if in case of wholly ownedsubsidiary.

h) None of the bidder or any consortium member should not have been black-listed by anyCorporation/Board or State/Central Government as on the date of bid submission

nationally or internationally.

i) The prime bidder should be ISO9001 certified.

 j) The prime bidder should be a registered company in India and the additional member in theconsortium can be Indian / international company.

The required pre-qualification can be met by the JV unless specifically mentioned to be met by the prime bidder.

5.5 Bid Format

The Bidding is a two-stage process comprising the Technical and the Financial bid. The

 purpose of the technical bid is to ensure the technical and financial capability of the bidder tosupply the products and services as required. Financial Bids of only those Bidders qualifying

in the Technical Bid would be opened.

5.6 Bid Submission Format

The Bidders will submit the Bid in three envelopes, the details for which are specified below:

Envelope 1 Containing:

Proposal covering letter along with Bid Security in the form of a Demand Draft (EMD

details)

Envelope 2 containing:

Company Profile of Bidder and Consortium partner and Power of Attorney for Appointment

of Lead Member (where applicable)

Documents supporting prequalification compliance, Project Whitepapers, Technical Proposal

letter along with relevant attachments

Envelope 3 containing:

Financial Proposal letter along with relevant attachments

Page 18 of 60

Page 19: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 19/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

i. All the above envelopes viz. ‘1’, ‘2’ and ‘3’ along with the original bid documents

issued / downloaded (including all amendments and clarifications issued by BMC)

duly signed by authorized signatory on all pages shall then be sealed in one outer 

envelope.

ii. The inner and outer envelopes shall be addressed to BMC and marked as below:

“Tender for Automated Fare Collection and Surveillance Solution For

Intelligent Transport System(ITS) for Bhopal City Bus Services” To be

OPENED on 22 April, 2013 at 4.00 PM.

iii. The outer as well as inner envelopes shall indicate the name and address of the

Bidder to enable the Proposal to be returned unopened in case it is received late.

5.7 Bid Opening Process

On the day of bid opening, Envelope 1 would be opened first and the Bid Security DD (EMD

details) would be verified.

On successful verification of the Envelope 1, BMC will open the Envelop 2.

Further, the Bidder/s would, at a later date as specified by Bhopal Municipal Corporation (BMC),

should present the proposed solution.

Envelope 3 would be opened on the date and time specified by Bhopal Municipal Corporation

(BMC).

5.8 Bid Security

Bid submitted in response to the Tender Document shall be accompanied by a Bid Security of 

Rs. 30,00,000/- (Rs. Thirty lakh only) (herein after referred to as “Bid Security” or “EMD”) in theform of a demand draft drawn in favour of  “Commissioner, Bhopal Municipal Corporation

(BMC)” payable at Bhopal

5.9 Discharge of Bid Security of successful Bidder

The Successful Bidder shall be required to furnish a performance guarantee on or before the

date of signing the Concession Agreement. The Bid Security of a Successful Bidder shall be

discharged only after the Successful Bidder furnishes the performance guarantee as required.The Successful Bidder’s Bid Security shall not be adjusted against the Performance

Guarantee. The Bid Security of the unsuccessful Bidders shall be discharged only after the

execution of the agreement with the successful Bidder.

5.10 Performance Bank Guarantee

Within 30 (thirty) days of receipt of ‘Letter of Acceptance’ by the Successful Bidder, the bidder shall furnish a performance guarantee to “Commissioner, Bhopal Municipal

Corporation (BMC)” for an amount equal to 10% (Ten Percent) of the Purchase Order value

of the Successful Bidder. The amount will be payable in the form of a Bank Guarantee fromany Scheduled Bank approved by RBI or Demand Draft. The Bid Security submitted by the

Page 19 of 60

Page 20: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 20/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Successful Bidder shall not be adjusted against the Performance Guarantee. The Bid security

shall be returned back to the Concessionaire on the receipt of Performance Guarantee. ThePerformance Guarantee shall be kept valid for the entire Term of this Contract Agreement ie. for five

years. The general format of the bank guarantee for Performance Guarantee is set forth in this

Tender. Performance Guarantee in the form of a bank guarantee shall be irrevocable and

valid for the entire Concessionaire Period and an additional period of 90 (ninety) daysthereafter 

5.11 Evaluation Criteria

The two-stage evaluation is based on technical and financial evaluations for the bidders who

have qualified for all the prequalification conditions mentioned in the RFP. First, the

technical evaluation is scored as shown in Table below. Bidders with more than 70 points

will be shortlisted for financial bid opening. The lowest financial bid among the shortlisted bidders will be selected for the award of this tender.

Sr.

No.

Criteria Score

1 Bidders Organization Profile with past financial performance (last

three years audited results)

 

15

2 Bidders past experiences in similar projects (this is in addition to thefirm meeting all the prequalification conditions)

20

3 Presentation (on a date to be specified by Bhopal MunicipalCorporation (BMC) clearly indicating a complete understanding of the

 project, along with a proposed work plan, methodology for 

implementation, operations etc. and concept demonstration.(a) Understanding of the architecture, process flow and feasibility of 

the Project plan(b) Ability to demonstrate a working ITS system to include

Vehicle Location System & Passenger Information System on and off the bus highlighting key features required by Bhopal Municipal

Corporation (BMC)

30

4 Project Approach and Methodology, Proposed staff, Hardware and

Maintenance of operations

10

5 References from Current and Past Clients 25

Total Technical Score 100

Evidence in the form of supporting documents and the presentation should be submittedalong with the Technical Tender 

5.12 Financial Bid Opening

After the evaluation of first round is completed, the Bhopal Municipal Corporation (BMC) shall

notify those Bidders, whose proposals did not meet the minimum qualifying mark or were

considered non- responsive to the Tender and scope. The client shall simultaneously notify bidders that have secured the minimum qualifying mark, indicating the date and time set for 

opening the financial proposals. The Price Proposal shall be opened in the presence of the

Page 20 of 60

Page 21: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 21/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

successful Bidder’s representatives who choose to attend. The name of the Bidder’s and the

 proposed price shall be read loudly and recorded when the financial proposal is opened.

The Evaluation committee will determine whether the financial proposal is complete and will

correct any computational error. The bidder’s qualified in the technical proposal and who

quotes the lowest in the financial proposal will be qualified as qualified Bidder.

5.13 Validity Period

Bids shall remain valid for a period of 180 days (One hundred and eighty days) from the last

date of submission of the RFP. The Bhopal Municipal Corporation (BMC) reserves the right to

reject a Bid as non- responsive if such Bid is valid for a period which is less than specifiedand Bhopal Municipal Corporation (BMC) shall not be liable to send an intimation of any such

rejection to such Bidder.

5.14 Extension of Period of Validity

In exceptional circumstances, Bhopal Municipal Corporation (BMC) may solicit the Bidder’sconsent for an extension of the period of Bid validity. Any such request by the Bhopal

Municipal Corporation (BMC) and the response thereto shall be made in writing and such

extension of Bid validity period by the Bidder should be unconditional. A Bidder may refuse

BMC’s request for such extension without forfeiting the Bid Security. A Bidder accepting therequest of Bhopal Municipal Corporation (BMC) shall not be permitted to modify its Bid.

5.15 Modification and Withdrawal of Bid

 No bid may be withdrawn in the interval between the deadline for submission of bid and the

expiration of the validity period.

5.16 Submission Document Checklist

Bidder should be required to submit the following documents. The formats for thesedocuments, where applicable, are placed in this RFP

Sr. Document Name Yes/No

1 Envelope One Bid covering letter in given format Bid security DD / Tender fee Power of Attorney for Appointment of Lead Member 

(where applicable)

2 Envelope Two Technical proposal covering letter  Appendix A: Bidders organization With last three years

financial reports Appendix B: Bidders Experience Appendix C: Approach paper and Methodology Appendix D: Proposed staff, hardware and operations Appendix E: References

Page 21 of 60

Page 22: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 22/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

3 Envelope Three Financial proposal covering letter  Appendix A: Financial Quote Appendix B: Pricing ITS Hardware& Manpower 

Page 22 of 60

Page 23: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 23/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

6. General Conditions of the Tender

6.1 Letter of Acceptance & Agreement

As the first step for the assignment, Bhopal Municipal Corporation (BMC) will issue

Bidder a Letter of Acceptance. This letter will refer to the proposal and confirm itsacceptance. The parties agree to enter into a Service Agreement in due course, which

shall consist of Project Terms and Conditions- as stipulated in this RFP and the

Technical Proposal provided by the Bidder. If any bidder wishes to lodge a complaintagainst the other bidder regarding the submission of FALSE document information,

etc. The bidder has to deposit Rs. 2,50,000/- in favour of “Commissioner, Bhopal

Municipal Corporation (BMC)”. The start of the operations shall not be later than one

month from the date of issue of Letter of Acceptance. The deposited DD will bereturned after screening the found to be true. However if the claim is found to be false,

the deposit will be forfeited.

6.2 Work Order

Work Order once placed cannot be cancelled or amended in normal circumstances. Butin case of any emergency situations it can be amended on mutual consent in writing.

6.3 Service Agreement Period

The Service Agreement period shall be five years.

6.4 Tax liability

The Prices mentioned in the proposal should include all taxes applicable as on the date

of submission of this proposal. The Bhopal Municipal Corporation (BMC) shall be entitled

to deduct tax at source as may be applicable. The TDS certificate(s) shall be submittedas per the due date specified in the Income Tax Act.

6.5 Proposal Disqualification Criteria

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

6.5.1 Proposal submitted in incomplete form.

6.5.2 Proposal is not accompanied by all requisite-supporting documents.

6.5.3 Information submitted in technical proposal is found to be misrepresented,

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

contract including the extension period if any.

6.5.4. Bidders may specifically note that while evaluating the proposals, if it comes to

BMC’s knowledge expressly or implied, that some Bidders may have

compounded in any manner whatsoever or otherwise joined to form an alliance

resulting in delaying the processing of proposal then the Bidders so involved areliable to be disqualified for this contract as well as for a further period of two

Page 23 of 60

Page 24: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 24/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

years from participation in any of the bids floated by Bhopal Municipal

Corporation (BMC). It is also clarified that if need arises Bhopal MunicipalCorporation (BMC) would go in for appointment of outside party(s) to undertake

the work under the captioned bid.

6.6 The Bhopal Municipal Corporation (BMC)  reserves the right to accept or reject any proposal and to annul the bidding process and reject all proposals at any time prior to

award of contract, without there by incurring any liability to the affected Bidder or 

Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bhopal Municipal Corporation (BMC)’s action.

6.7 Notification of Award

Prior to the expiration of the validity period Bhopal Municipal Corporation (BMC)  will

notify the successful Bidder in writing or by fax, to be confirmed in writing by issue of Letter of Acceptance stating that its proposal has been accepted. The notification of award

will constitute the formation and execution of the contract. Upon the successful Bidder’s

furnishing of performance security, Bhopal Municipal Corporation (BMC)  shall executethe contract agreement with the successful Bidder and issue the notice to proceed as well.

6.8 Signing of Contract

At the same time as Bhopal Municipal Corporation (BMC) notifies the successful Bidder 

that its proposal has been accepted, Bhopal Municipal Corporation (BMC) shall enter into

a Service Agreement with the ITS service provider after submission of the performancesecurity, on the lines indicated in Annexure ‘D’. The Service Provider will raise invoice

for CAPEX regarding “Automated Fare Collection and Surveillance Solution For

Intelligent Transport System (ITS)” work will include design, development, Supply,

installation Testing, Commissioning of Software and Hardware for automated farecollection, surveillance and intelligent transport system for the BRTS buses, Bus stops on

BRTS corridor, feeder buses and for Bhopal City Bus Services as per the terms and

conditions defined in the payment terms and conditions. The same shall be paid by BhopalMunicipal Corporation (BMC) as per terms and conditions finalized in service agreement.

6.9 There will be an agreement for 5 years with Bhopal City Link Limited (BCLL) for maintenance of the above mentioned Software and Hardware solution after the completion

of the project and handing over of the complete solutions to Bhopal Municipal Corporation

as per the details mentioned in the scope of work and the detailed bills of quantities. After the start of operations, the Service Provider will raise a monthly invoice for OPEX for 

Operations and Maintenance Cost for duration of the 5 years contract to Bhopal City Link Limited (BCLL).

Page 24 of 60

Page 25: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 25/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

7. Format for Proposal covering letter

To:

The Chief Engineer,

Bhopal Municipal Corporation (BMC)

Bhopal, Madhya Pradesh Date:

Dear Sir:

We, the undersigned, offer to provide the services for On-board surveillance and AFC

solution for Bhopal in accordance with your Request for Proposal dated [Insert Date].

We are hereby submitting our Technical Proposal, the Financial Proposal duly sealedunder separate envelopes.

We are submitting our Proposal in association with: [Insert a list with full name andaddress of each associated member] (where applicable)

We hereby declare that all the information and statements made in this Proposal aretrue and accept that any misinterpretation contained in it may lead to our 

disqualification.

- We undertake, if our Proposal is accepted, to initiate the services based on serviceagreement

- We understand you are not bound to accept any Proposal you receive. Yourssincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory:

 Name of Firm:

Address:

Page 25 of 60

Page 26: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 26/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

8. Formats for Technical Bid

8.1 Format for Technical Bid Covering Letter

To

The Chief Engineer,Bhopal Municipal Corporation (BMC)

Bhopal, Madhya Pradesh Date

Sir,

We, the undersigned, offer to provide the services for ITS Services for Bhopal in accordance

with your Request for Proposal dated [Insert Date]. We are hereby submitting our Technical

Proposal along with the following details

a. Organization Profile

 b. Past Experience in similar projectsc. Approach Paper and methodology

d. Proposed staff, hardware, Maintenance and operations

e. References

f. Suggestion for scope of work 

g. Any other document considered necessary and referred in this tender.

We hereby declare that all the information and statements made in this Proposal are true and

accept that any misinterpretation contained in it may lead to our disqualification.

Yours sincerely,

Authorized Signature [In full and initials]:

and Title of Signatory:

 Name of Firm: Address:

ENCL:- Appendix A to E

Page 26 of 60

Page 27: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 27/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

8.2 Appendix ‘A’: Bidders’s Organization

[ Provide here a brief description of the background and organization of your firm/entity and each

associate for this assignment.]

8.3 Appendix ‘B’: Bidder’s past experience on similar projects

[Using the format below, provide information on each assignment for which your firm, and each associate

 for this assignment, was legally contracted either individually as a corporate entity or as one of the major 

companies within an association, for carrying out consulting services similar to the ones requested under 

this assignment.]

Format to be used separately for each assignment

Assignment name: Approx. Value of the contract (in currentRupees):

Country:

Location within country:

Duration of assignment (months):

 Name of Client: Total No of staff-months of the assignment:

Address: Approx. Value of the services provided by

your firm under the contract (in current

Rupees):

Start date (month/year):

Completion date (month/year):

 No of professional staff-months provided by

associated firm:

 Name of Key team Members, if any: Name of senior professional staff of your firm

involved and functions performed (indicatemost significant profiles such as Project

Director/Coordinator, Team Leader):

 Narrative description of Project:

Page 27 of 60

Page 28: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 28/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

8.4 Appendix ’C’: Approach and Methodology with Proposed Architecture (with

reasons)

8.5 Appendix ‘D’: Proposed Hardware, Software, Firmware

and Staffing details for Operations and maintenance:

[ Present and justify the proposed ITS system for the contract period. The maintenance operations contract 

amount in the financial bid must be a factor of the monthly staffing needs provided in this form]

Detailed BOQ Format for Hardware

Sr. NO Item Quantity Brief Specifications/Configuration of the

Item

InstallationLocation

Remark 

Manpower Deployment

Sr. NO Technical

Appointment

Location Qualifications Numbers Responsibilities

 NOTE: The detailed specifications with literatures on the Items must be attached to enable arrive at the

critically/ need viz a viz cost given in the financial quote. Similarly need for the manpower must also be justified.

8.6 Appendix ‘E’: Format for Providing References

Item Reference 1 Reference 2 Reference 3

 Name of the customer 

Organization

Country

Government/Nongovernmental

Geographical

Contact Details

Contact Person

 Name

DesignationPhone

Email

Website

Page 28 of 60

Page 29: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 29/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

9. Formats for Financial Proposal

9.1. Format for Financial Proposal Covering Letter

[ Location, Date]

The Chief Engineer,

Bhopal Municipal Corporation (BMC)

Bhopal, Madhya Pradesh

Dear Sir:

We, the undersigned, offer to provide the services for ITS Services for Bhopal in

accordance with your Request for Proposal dated [ Insert Date]. We are hereby submitting

our Financial Proposal along with following details

a. Financial Quote

 b. Cost Break Up

We hereby declare that all the information and statements made in this Proposal are true

and accept that any misinterpretation contained in it may lead to our disqualification.

Yours sincerely,

Authorized Signature [ In full and initials]:

 Name and Title of Signatory:

 Name of Firm:

Address:

Page 29 of 60

Page 30: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 30/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

9.2. Appendix ‘A’ to Financial bid covering letter: Format Financial Quote

The price bid should contain the cost of all components of the integrated solution in the following

format:Financial Format

Location Components of Solution Unit

Price

Qty (no.) Total

Price

BRTS Bus Stop -

Automated Fare

Gate

Automatic Fare Gate supporting RFID

tokens, Smart Card, pass and Barcoded paper ticket with 2 flap (each for entry &

exit).

82

Manual Tripod Fare Gate to be used in

other end of Bus stop & supporting RFID

tokens, Smart Card, pass and Barcoded

 paper ticket

82

Barricade Sensor Gate which will open

when the BRTS bus arrives at the bay -One for front door and other for rear door 

(for passengers boarding and alighting)

164

Automatic Ticket Vending Machine which

would accept coins & deliver RFID tokens

and Barcoded paper ticket which will beintegrated with Automatic Fare, GateTripod Fare Gate, ETVM & Bus validators

82

(The above should include all supporting peripherals including Gate Cabinet, Power 

Supply Unit, UPS 8hr. backup, Gate

Control, Info Display, Sensors, TokenContainer, Mechanism, etc)

Smart Card

Issue Terminal

Workstation 10

Card Initialization and PersonalizationDevice (CIPD)

10

Card Initialization Device 10

Card Personalization Device 10

Token Initialization Device 10

Printers 10

Page 30 of 60

Page 31: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 31/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Middle Ware + DB + Backup Storage 10

BRTS / Feeder

Bus

Bus-Validator for on-board fare collection

with one extension in rear entry and one inforward exit. (SIM card/communication

framework required to sync the

transactions to the data center.)

450

Camera from inside the bus facing front

door.

225

Camera from inside the bus facing rear 

door.

225

Mobile DVR to meet the functional

requirements.

225

Bus TerminalServers for storing video feed from theDVR's installed in the buses for 3 no.

depots

6

WiFi Hotspot framework for covering the bus terminal area.

3

UPS supporting the infrastructure to work 

for 8 hours.

3

Video Management Software Application 1

Data Center

Infrastructure

1

Servers for AFC / Revenue Management

Solution

4

Middleware + FTP Server 1

Gateway + CTH + DB Server 1

Revenue Management Software Suite 1

Automated Fare collection revenue suite 1

Fleet Management Interface Development 60

 Networking Components 1

Electronic Ticketing machineHand held Ticketing machine with printer 495

Control Room

Infrastructure

AFC – Team

Workstation Monitor, Keyboard + Optical

Mouse

5

Page 31 of 60

Page 32: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 32/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Video Surveillance Team

Workstation Monitor, Keyboard + Optical

Mouse

5

Fare Media

Type A contactless smart cards/pass 60,000

Plastic Ticket Coins RFID based 60,000Connectivity (One

Time Cost - Initial

Setup, Modems,

etc.)

 

Suitable connectivity for Video Surveillance

Clients to access video feed data from the Bus

Terminals.

 

3

 

Internet Leased Line at the server room to

support ticketing and fare collection.

 

1

 

SIM Connectivity wherever applicable

(Onboard Bus Validator / Electronic Ticketing

Machine - ETVM)

945

Internet Connection for Fare-gates, ATVM

and Point of Sale Terminals

256

(Any other components / sub-systems required

for achieving the desired functionality)

As appropriate

========================

Grand Total-“A”

All taxes, inclusive of the service taxes, prevailing duties and incidental costs, such as

transportation insurance should be included in the price quoted.

All the equipments are ensured to have insurance and to be safely protected for 5years. After 

five years the service provider has to hand over all the relevant ITS solutions to BMC/BCLL

Page 32 of 60

Page 33: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 33/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

9.3. Appendix ‘B’: Costing of ITS Solution:

Detailed Operations and Maintenance Cost for duration of the 5 years contract (AMC, etc)

Page 33 of 60

Item Resource Quantity/N

umber

Cost per

unit/Month

Total Cost (Incl of 

taxes etc.) for

duration of the

contract (5 years)

Connectivity

ChargesSuitable connectivity for Video

Surveillance Clients to access

video feed data from the Bus

Terminals.

3

Internet Leased Line at the

server room to support ticketing

and fare collection.

1

SIM Connectivity wherever 

applicable (Onboard Bus Validator 

/ Electronic Ticketing Machine -

ETVM)

945

Internet Connection for Fare-

gates, ATVM and Point of Sale

Terminals

256

Man PowerService Engineer 5

Operator for Smart Card Issue

Terminal (1 shifts)

10

AMC For maintaining, upgrading for the supplied

hardware.

AMCPercentage

applied on the

supplycomponents

Total cost (Incl. oftaxes) = Cost of

materials supplied x

AMC Rate %

I Year 

II Year 

III Year 

IV Year 

V Year 

Grand Total-“B”

Page 34: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 34/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

FINANCIAL QUOTE (in Rs.)

Grand Total-“A”

Grand Total-“B”

TOTAL FINANCIAL QUOTE(Grand Total-“A” + Grand Total-“B”)

The total price quoted by the bidder in Appendix A and B will be used for

determining the lowest bidder. All the prices quoted should include all taxes and

duties. All taxes, inclusive of the service taxes, prevailing duties and incidental

costs, such as transportation insurance should be included in the price quoted.

Page 34 of 60

Page 35: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 35/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Annexure ‘A’ - Technical Specification Requirements

BUS VALIDATOR 

The bus validator should support the following minimum features

- Display Panel

- 0 to 70 degree support

- 4 user defined function keys

- Support for 4 different SAM cards for different card use.

- Embedded ARM to support different card reader other than the one suggested by bidder.

- Wireless data transmission through WiFi

- Time and position synchronization from external NMEA GPS feed from existing GPS units.

FARE GATES

The requirement of validating smart cards, RFID coins and the paper tickets remains

common between tripod manual and automated fare gates. In addition to that the following

specification is for the automatic pedestrian retractable barrier gates.

BARRICADE GATES (GLASS DOOR)

Automatic sensor glass doors, which will unlock and allow opening only when the BRTS bus arrives at

the bay. The sensing should be based on RFID or wireless communication between the systems in the

 bus and the bus stand. This should be for a width as per the Bus stop and should support fast openingand closing.

AUTO FARE GATE SPECIFICATION

Page 35 of 60

Page 36: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 36/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Motor Drive Torque

Voltage V 110-240

Frequency Hz 50-60

Power consumption W max. 1000

Power consumption W typical 420

Gate open/close times Typical 0.5

Obstacle height mm 1200, 1500, 1800

Weight kg Approx. 100

Length mm 2000/2300

Protection IP 32 or 44

Throughput per minute Up to 60

Operating Temperature °C 55

Passage width mm 550

SMART CARD SPECIFICATION

Page 36 of 60

Page 37: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 37/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

- Smart cards shall adhere to applicable and generally adopted industry standards

including ISO 14443 Type A or Type B and ISO 7816.

- The cards shall be compliant with ISO10373 (resistant to alcohol, fuel, sweat, etc).

- The cards shall be in accordance with ISO 7810 ID-1 physical standards.

-Smart cards shall have a physical life and be durable for at least 5 years under regular 

usage conditions (e.g. stiff plastic).

- "Smart card should have sufficient memory to meet the all the system requirement and

should be at least 4K memory"

- The cards shall be contactless having an operating range of 0cm to 5 cm.

- The card serial number shall be printed on the face or back of the card to support

customer inquiries. This number shall correspond to an identical number electronically

stored on the card.

- All the printing shall be with laser marking or similar latest technology as the cards

shall be used over extended period of time.

-At a minimum the print on the smart card should last for 5 years without visibledegradation in the quality of print.

- The card shall be printed with content to be provided by Purchaser which may include

 but not limited to:

1. Standard graphics or images developed by Purchaser (e.g. logos, promotions, etc)

2. Standard text developed by Purchaser (e.g. Terms of use)

- The card shall support unlimited read operations, 100,000 write operations, and data

retention capability for at least 10 years.

- The Bidder shall provide factory test info on cards (i.e. proof of durability).

CAMERA SPECIFICATION

The Video Surveillance Camera will be a high-resolution, feature-rich digital camera designed for 

superior performance in a wide variety of environments. The camera should integrate with the DVR for 

storing (1280 x 720) video at 30 frames per second, offering efficient network utilization, while providing

high-quality video. Contact closures and two-way audio will allow integration with microphones,

speakers, and access control systems.

Image Specification

Imaging Device

1/3-in. complementary metal oxide semiconductor (CMOS) with

wide dynamic range

Page 37 of 60

Page 38: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 38/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Image Control Automatic white balance (AWB), automatic back lighting,automatic gain control (AGC), auto/manual iris, sharpness, image

quality, time stamp, and camera ID

Dynamic Range 65 dB maximum

Minimum Illumination Color: 1.5Lux (Slow frame: 0.4Lux), B/W : 0Lux (IR LED ON)

Signal-to-Noise Ratio (SNR) >53 dB

Lens Selection Accepts manual or DC auto iris lens

Lens Mount CS mount

Shutter Speed • Electronic Rolling Shutter (ERS)

• Global Reset (GR)

Video Compression H.264 (Either on-board or offboard on DVR)

Audio Compression G.711 A-Law, G.711 U-Law, G.726

Resolution and Frame Rate ● N1920 x 1080 @ 30 fps (1080p)• 1280 x 720 @ 60 fps (720p)• 720 x 480/576 @ 30/25 fps (D1)

• 704 x 480/576 @ 30/25 fps (4CIF)

• 352 x 240/288 @ 30/25 fps (CIF)

Video Streaming Single-stream H.264 up to 1080p (1920 x 1080) @ 30 fps

• Dual-stream H.264 and MJPEG• H.264: Primary stream programmable up to 1280 x 720 @ 25/20

fps

• MJPEG: Secondary stream programmable up to 720 x 576 @

25/20 fps

Memory 64 MB flash, 128 MB SDRAM

Protocols Dynamic Host Control Protocol (DHCP), Hypertext Transfer  

Protocol (HTTP), Secure HTTP (HTTPS), Network TimeProtocol (NTP), Real-Time Transport Protocol (RTP), Real-

Time Streaming Protocol (RTSP), Simple Mail Transfer Protocol

(SMTP), Secure Sockets Layer/Transport Layer Security(SSL/TLS), Transmission Control Protocol/Internet Protocol

(TCP/IP), Secure Real-time Transport Protocol (SRTP), Cisco

Discovery Protocol, Bonjour, Simple Network Management

Protocol (SNMP), and Secure Shell (SSH)

The bidder if free to choose a IP camera or analog camera interfaced with DVR to suitably

convert and store the video frames to the above specification.

DIGITAL VIDEO RECORDER SPECIFICATION

Page 38 of 60

Page 39: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 39/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

Parameter Minimum Technical Specification

Operating System Embedded OS

Video Compression H.264 main profile

Video Systems NTSC/PAL

Total Resource 2Ch D1 full frame

Max FPS 2 Ch D1 at 30FPS

ResolutionPAL: D1 (720*576), HD1(720*288), CIF(360*288)NTSC: D1

(720*480), HD1(720*240), CIF(360*240) Audio Compression

Video Input 4 channels

Video Output DIN-JACK connector X 1; RCA X 1

Recording Mode General/Timer/Alarm/Ignition/Shutdown delay

Event Sensor trigger, Speed, Acceleration, Temperature, Video Loss

Pre-recording 1~15mins before event happens

Post-recording 1~30mins after event happens

Sensors 2 Inputs, 1 Output

USB USB 2.0 X 1

LAN RJ45 cable supporting TCP/IP protocol

WiFi Support 802.11 b/g

Storage32G SD tested and SanDisk and Kingston brands arerecommended (class 4) Power Input

Power Output 12V max 2A; 5V max 1A

Power 

Consumption12W (without cameras and any accessories)

Weight 1.8Kg

Operating

Temperature

-20°C ~+ 55°C Relatively Operating Humidity

Humidity 20% - 95% Vibration Resistance

VibrationResistance

< 2 Grams Shock Resistance

VIDEO MANAGEMENT SYSTEM

The proposed solution shall provide an enterprise solution for viewing video, and other 

sensor technologies to automatically detect, classify, provide alarms, and track potential

threats. It shall empower users to see the total picture, understand real-time surveillance

information, and act preemptively to stop or contain emerging threats.

Key Features Expected

Live View at the Control Room

o Support up to 16CH monitoring from the stored data from the cameras

o Automatic camera IP discovery

Page 39 of 60

Page 40: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 40/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

o Easy mapping display units by mouth drag and Auto mapping function

o Support up to 11 types of screen modes

o Create and manage screen pages

o Optimize PC performance by using 'decode visible channels only' function

o Access and Read remote camera setupo Support Secondary monitor  

o On-Screen PTZ and PTZ Preset/Tour functions

o Automatic video encoding setting according to various screen modes

o Support two way audio communication

o Play Wave files to camera function

Recording at the Bus Terminal Server Infrastructure

o Support up to 16CH Recording

o Support external storages connectiono Manual setting of recording files size & duration

o Support Continuous, Event-based and Manual Recording mode.

o Pre & post event recording ; Motion, Sensor, Alarm, Video loss, Serial event

o Recording based manually combined events and schedule

o Recording based external events from other cameras

o Support Record mode

Search & Play Back at Control Room

o Support up to 16CH simultaneous playback 

o Search by date, time and events

o Easy playback control interface

o Playback of individual storage file

o Support remote search and playback for remote clients

o AVI file back up

o Support format storage files generated by VMS

o Support Snapshot

o Bookmark function

INTEGRATION SPECIFICATION

The bidder should work on integrating with existing AVLS system, PIS and PAS system

installed in the bus, by interfacing with it to obtain GPS location. For the sake of estimation,

 bidders are requested to account for 5 software engineers for 12 months equating to 60 man

months of integration effort in their proposal. The integration points and use of these man

hours will be prescribed by the department from time to time.

Page 40 of 60

Page 41: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 41/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

WORKSTATION SPECIFICATION

• Operating system: Window 7 or 8

• CPU: Intel i5 2 Ghz or higher  

• RAM: 4 GB or larger  

• Network: Ethernet 100Mbps or larger 

• Graphics:- Graphics memory: 512MB or larger 

- Direct X 9.0 installed

- Screen resolution: 1024 x 768 or larger 

SERVER SPECIFICATION

-Server hardware: Intel Xeon Quad Core 2GHz or more, 8MB RAM, 500 GB HDD and other 

compatible hardware as per standard server architecture. In addition a similar backup server 

shall be available and Real time load balancing, fail safe switchover and data mirroring

should be setup between the two servers and RAID.

- Server Software: Operating, Database server and other standard software for security and

stable operations of the server as may be required for both main server and backup server.

- Server Installation & Maintenance: Servers shall be installed and maintained in the internet

data centre by the supplier. Supplier can propose data centre on their own and provide both

onetime setup cost and yearly recurring cost for the same. Servers must have bandwidth of 

100Mbps at data centre with high uptime.

- In case of servers for Video Storage in the Terminals, the storage capacity to be enhanced to

store the videos for the last 30 days.

ANNEXURE – B

S.No Mile Stone/ Activity Deadline Time from

Contract Award

Liquidated Damages

Mile-stone

1 Contract Award T ---

2 Stage 1 (50% commissioning) T+ 1.5 months No

3 Stage 2 (Remaining) T+ 2.5 months No

Page 41 of 60

Page 42: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 42/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

4 Training & Handover T+ 4months No

Annexure ‘C’ Performance Security (Bank Guarantee)

To: _________________________ 

 ____________________________ 

WHEREAS _________________________________[name and address of Contractor/Service

Provider]

(Hereinafter called “the Contractor”) has undertaken, in pursuance of Contract

 No.______________ dated ____________ to execute ___________________________ [Name of 

Contract and brief description of Works] (Hereinafter called “the Contract”); AND WHEREAS it

has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank 

Guarantee by a NATIONLALISED / SCHEDULED bank for the sum specified therein as security

for compliance with his obligations in accordance with Contract; AND WHEREAS we have

agreed to give Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we

are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of 

 ___________________ [amount of Guarantee]___________________________ [in words] such

sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake in which the Contract Price is payable, and we undertake to pay you,

upon your first written demand and without cavil or argument, any sum or sums within the limits

of _________________________ [amount of Guarantee] as aforesaid without your needing to

 prove or to show grounds or reasons for your demand for the sum specified therein. We hereby

waive the necessity of your demanding the said debt from Contractor before presenting us with the

demand.

We further agree that no change or addition to or other modification of the terms of the Contract or 

of the Works to be performed there under or of any of the Contract documents which may be made

 between you and the Contractor shall in any way release us from any liability under this guarantee,

and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the date……………………………………..

Signature and of the guarantor: ____________________________________________ 

Page 42 of 60

Page 43: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 43/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

 Name of Bank: _______________________________________________________ 

Address: ___________________________________________________________ 

Date: __________________________ 

3An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price

specified in the Contract, and denominated either in the currency of the Contract.

Annexure ‘D’Intelligent Transport System Service Agreement

This agreement is made and executed at ____ on this [____________] of [_______________], in the year 

Two Thousand and ____ by and

Between

Bhopal Municipal Corporation ( BMC), incorporated under The Companies Act 1956, acting through

its ______ having its registered office at [_________] (hereinafter referred to as “Bhopal Municipal

Corporation ( BMC)”, which expression shall, unless it is excluded by or repugnant to the context,

include its successors and permitted assigns), OF THE ONE PART

AND

[____________], a [______] incorporated under The Companies Act 1956, acting through [ ________]

having its registered office at [ ________] (hereinafter referred to as “ the Service Provider”, which

expression shall, unless it is excluded by or repugnant to the context, include its successors and permitted

assigns), OF THE OTHER PART;

WHEREAS

1. The Bhopal Municipal Corporation (BMC)  invited proposals on through an open competitive

 bidding basis for providing ITS solutions for Public Transport System for Bhopal City on Built,

Own Operate and Transfer Basis.

2. The Service Provider submitted its proposal, amongst others, to the Bhopal Municipal Corporation

(BMC) containing the commercial bid which was evaluated by the BMC. 

3. The Bhopal Municipal Corporation (BMC) evaluated the proposals submitted to it and informed

the Service Provider regarding acceptance of their proposal vide its letter of Acceptance No

 ____________________ dated _________________ 

Page 43 of 60

Page 44: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 44/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

4. Now, the Bhopal Municipal Corporation (BMC) and the Service Provider are desirous of entering

into this Service Agreement

 NOW, THEREFORE, in consideration of the premises and mutual covenants and conditions set forth

herein, it is hereby agreed by and between the parties hereto as follows:TERMS AND CONDITIONS

ARTICLE 1 - DEFINITION

1. “Affiliate” means in relation to any Party, a person that controls, is controlled by, or is under common

control with such Party. The term “control” herein means, with respect to a person that is a corporation,

the ownership, directly or indirectly, of more than or equal to fifty percent (50%) of the voting securities

of such person, and, with respect to a person that is not a corporation, the power to direct the

management or policies of such person, whether by operation of law, by contract or otherwise

2. "Agreement" means this Build, Own, Operate and Transfer Agreement, as the same may be amended,supplemented or modified from time to time in accordance with terms and conditions hereof.

3. “Applicable Law” means all the laws, acts, ordinances, rules, regulations, notifications, guidelines

or bye-laws, in force and effect, as of the date hereof and which may be promulgated or brought into

force and effect hereinafter in India, including judgments, decrees, injunctions, writs or orders of any

court of record, as may be in force and effect during the subsistence of this Agreement and applicable to

the Project.

4. “Appointed Date” means the date of this Agreement.

5. “BMC” shall mean Bhopal Municipal Corporation.

6. “Commercial Operations Date” COD means the date mutually agreed upon by parties for 

commencement of ITS Services

7. “Due Date of Payment” means 30 Days from the date Bhopal Municipal Corporation (BMC)

receives an Invoice from the Service Provider 

8. “Event of Default” shall have the same meaning as provided in this Agreement

9. “Force Majeure” or “Force Majeure Event” means circumstances or situations that are unusual

occurrences which tend to disrupt normal activities and which are beyond the control of the Partyaffected by them (“Affected Party”) which is not attributable to the other Party and include, but not be

limited to the following:

a. earthquake, flood, inundation and landslide;

 b. storm, tempest, hurricane, cyclone, lightning, thunder or other extreme atmosphere

disturbances;

Page 44 of 60

Page 45: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 45/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

c. fire caused by reasons not attributable to the Affected Party or any of the employees,

representatives or agents appointed by the Affected Party

d. acts of terrorism;

e. strikes, labour disruptions or any other industrial disturbances not arising on account of the actsor omissions of the Affected Party;

f. national emergency or declaration of police emergency; and

g. war, hostilities (whether declared or not) invasion act of foreign enemy, rebellion, riots, weapon

conflict or military actions, civil war, ionising radiation, contamination by radioactivity from

nuclear fuel, any nuclear waste, radioactive toxic explosion, volcanic eruptions.

10. “Material Adverse Effect” means a material adverse effect on (a) the ability of the either Party to

 perform/discharge any of its duties/obligations under and in accordance with the provisions of this

Agreement for no reason attributable to the other Party and/or (b) the legality, validity, binding nature or enforceability of this Agreement

11. “Material Breach” means a breach by either Party of any of its obligations under the this Agreement

which has or is likely to have a Material Adverse Effect on the continued ITS services on the Buses or 

implementation of the Project, and which such Party has failed to cure.

12. “Parties” means the parties to this Agreement and “Party” means either of them, as the context may

admit or require.

13. “Performance Guarantee” shall have the same meaning as provided in Clause of this

Agreement.

14. “Person” means any individual, corporation, partnership, joint venture, trust, unincorporated

organization, government or governmental authority or Service Provider or any other legal entity.

15. “Project” means the project of providing Intelligent Transport Solutions (ITS) solutions, in

accordance with the terms and conditions of this Agreement.

16. “RFP” means the Request for Proposal document issued by Bhopal Municipal Corporation (BMC)

for “Automated Fare Collection and Surveillance Solution For Intelligent Transport System

(ITS)” and the work will include design, development, Supply, installation Testing, Commissioning,

management & Maintenance of Software and Hardware for automated fare collection, surveillance and

intelligent transport system for the period of five years for the BRTS buses, Bus stops on BRTS corridor,

feeder buses and as well as for the Bhopal City Bus Services.

Page 45 of 60

Page 46: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 46/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

17. “Service Agreement” means this agreement including, without limitation, any and all Schedules

hereto which will be entered into between Bhopal Municipal Corporation (BMC)  and the Successful

Bidder through which rights will be granted to the Successful Bidder to provide ITS services for city bus

services in Bhopal.

18. “Service Provider” means, selected through competitive bidding process for providing ITS services.

19. “Successful Bidder” means the service provider who has been selected by Bhopal Municipal

Corporation (BMC)  pursuant to competitive bidding process pursuant to the RFP.

20. “Taxes and Duties” means all taxes, duties, fees etc. payable under the Applicable Laws in

connection with the project.

21. “Term” shall have the same meaning as provided in Clause 3 of this Agreement.

22. “Termination” means the early termination of this Agreement pursuant to Termination Notice or 

otherwise in accordance with the provisions of this Agreement but shall not, unless the context otherwiserequires, include expiry of this Agreement from the Appointed Date due to efflux of time in the normal

course.

23. “Termination Date” means the date specified in the Termination Notice as the date on which

Termination occurs.

24. “Termination Notice” means the notice of Termination by either Party to the other Party, in

accordance with the Advertisement Agreement.

25. “Third Party” means any Person other than Bhopal Municipal Corporation (BMC) and the Service

Provider 

26. “BCLL” shall mean Bhopal City Link Limited.

ARTICLE 2 - INTERPRETATIONS

In this Agreement, unless the context otherwise requires:

1. In the singular include the plural and vice-versa

2. Words importing the masculine gender shall be taken to include the feminine gender and words

importing persons shall include any Bhopal Municipal Corporation (BMC)  or association or body of individuals, whether incorporated or not.

3. The heading of these conditions shall not affect the interpretation or construction thereof of the

Clause.

4. Wherever date and period are specified in the Agreement for completing some formalities/

tasks/ documentations etc, the commencement of the period prescribed for the said completion shall be

Page 46 of 60

Page 47: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 47/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

reckoned from the date of dispatch of the communication by Bhopal Municipal Corporation (BMC),

even if mentioned otherwise anywhere else.

5. Reference to any legislation or law or to any provision thereof shall include references to any

such law as it may, after the date of this Agreement, from time to time be amended, supplemented or re-

enacted.

6. References to the word "include" or "including" shall be construed without limitation.

7. References to this Agreement or to any other agreement or deed or other instrument shall be

construed as a reference to such agreement, deed, or other instrument as the same may from time to time

 be amended, varied, supplemented or novated.

8. The Schedules to this Agreement form part of this Agreement and will be in full force and effect

as though they were expressly set out in the body of this Agreement

9. The reference to Rupee is to be interpreted as Indian Rupee

ARTICLE 3.APPOINTMENT OF THE ITS SERVICE PROVIDER 

1. Subject to the Service Provider making the payment of an amount of Rupees [ ] (Rs. /-) as

Performance Guarantee at the time of execution of this Agreement and undertaking to provide ITS

Services in accordance with the terms and conditions of this Agreement, Bhopal Municipal Corporation

(BMC)  hereby appoints (on non-exclusive and non transferable basis) the Service Provider and the

Service Provider hereby accepts (on non-exclusive and non transferable basis) its appointment in

accordance with the terms of this Agreement and subject to Applicable Laws.

ARTICLE 4 - TERM OF AGREEMENT

1. The Term of the ITS Services will be for a time period commencing from the Commercial

Operations Date and extending till the expiry of 5 (Five) years/60 months or in the event this Agreement

is terminated earlier in accordance with the provisions of this Agreement, the Term shall come to an end

on the Termination Date.

2. There shall be no automatic renewal of this Agreement after expiration of the Term.

However, both Parties may mutually decide to renew this Agreement as the Parties may agree at such

time.

ARTICLE 5 - CONDITION PRECEDENT

1. The Service Provider’s Condition Precedent

The obligation of the ITS service provider are conditional to completion of the responsibility of Bhopal

Municipal Corporation (BMC)  towards arrangement of buses, buildings and other civil and electrical

infrastructure as specified in the responsibility matrix mentioned in the schedule

Page 47 of 60

Page 48: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 48/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

2. The Bhopal Municipal Corporation (BMC)’s Condition Precedent

The obligation of Bhopal Municipal Corporation (BMC)  are conditional to satisfactory

commencement of the ITS services on Commercial Operations Date

ARTICLE 6 - ROLES AND RESPONSIBILITIES OF SERVICE PROVIDER 

The service provider agrees to follow roles and responsibilities

1. Maintain uptime of minimum 96% in the long term horizon.

2. Initiate and undertake operation and maintenance of AFC solution and Surveillance solution. The

device should ensure data transfer to the command centre server.

3. Incorporate monitoring infrastructure in the command centre at Bhopal for monitoring of the Buses

camera data and AFC solution as per the BOQ provided in the technical bid.

4. Provide qualified staff for management of the command center during the period of bus operations as

mentioned in the technical bid.

5. Maintain the hardware and software systems for the maintenance contract period (5 years) with

minimum downtime. Downtime for critical components should be less than 30 minutes (average)

6. Responsible for carrying out training of the Bhopal Municipal Corporation (BMC) staff for the period

of 5 years before handing over the system.

7. Service provider is responsible to take insurance of all the tangible and intangible assets being

 procured by him for the project.

8. Service provider is responsible for timely completion of the project.

9. Service Provider is responsible to generate and submit regular MIS reports from the ITS System to

Bhopal Municipal Corporation (BMC).

10. The service provider shall repair, replace and maintain all the equipments during the term of 

agreement.

11. The service provider shall transfer the project facilities allotted to them by Bhopal Municipal

Corporation (BMC) on completion of the term of agreement.

12. All the equipments to be provided for implementation of the Project should have ISO certification as

 per industry norms

13. All applications, operating systems, etc shall be authorized license products

14. Maintain Data Back up and provide disaster recovery mechanism for the entire duration of the

Page 48 of 60

Page 49: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 49/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

maintenance contract period (5 years)

ARTICLE 7 - (A) ROLES AND RESPONSIBILITIES OF BHOPAL MUNICIPAL

CORPORATION (BMC)

The Bhopal Municipal Corporation (BMC) agrees to following roles and responsibilities:

1. Provide timely payments to the service provider based on the invoices raised

2. Arrange for the buses, fitted with GPS instruments for ITS

3. Arrange for the bus stops for commissioning the infrastructure

4. Provide all the information required by the service provider for implementation of the project viz,

 bus stop locations, terminal locations etc

5. Provide staff for training as per the training program submitted by service provider 

6. Take over all the assets and facilities under own charge on completion of the term of agreement

(B) ROLES AND RESPONSIBILITIES OF BHOPAL CITY LINK LIMITED (BCLL)

The Bhopal City Link Limited (BCLL) agrees to following roles and responsibilities:

1. Provide and maintain the control centre with electricity connection during the maintenance

contract period (5 years).

2. Provide timely payments to the service provider based on the invoices raised during the

maintenance contract period (5 years).

3. Arrange the availability of the buses, fitted with GPS instruments for ITS during the maintenance

contract period (5 years).

4. Coordinate with the agency responsible for the maintenance of bus stops for regular maintenance

of the hardware and software systems by the service provider during maintenance contract period

(5 years).

5. Provide all the information required by the service provider for implementation of the project viz,

 bus stop locations, terminal locations etc

6. Provide staff for training as per the training program submitted by service provider during

maintenance contract period (5 years).

7. Take over all the assets and facilities under own charge on completion of the maintenancecontract period (5 years) as per the term of agreement.

ARTICLE 8-PAYMENT TERMS

1. Based on the priced bid accepted by the Bhopal Municipal Corporation (BMC), the payments would

 be done by Bhopal Municipal Corporation (BMC) for the “Automated Fare Collection and Surveillance

Solution For Intelligent Transport System (ITS)”  work, which includes design, development,

Page 49 of 60

Page 50: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 50/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

installation, testing and commissioning of Software and Hardware for intelligent transport system for 

the feeder buses as well as BRTS buses for the Bhopal City Bus Services. The Service Provider will

raise invoice for CAPEX regarding “Automated Fare Collection and Surveillance Solution For

Intelligent Transport System (ITS)” work will include design, development, Supply, installation

Testing, Commissioning of Software and Hardware for automated fare collection, surveillance and

intelligent transport system for the BRTS buses, Bus stops on BRTS corridor, feeder buses and for 

Bhopal City Bus Services as per the terms and conditions defined in the BOQ. The same shall be paid by

Bhopal Municipal Corporation (BMC) as per terms and conditions finalized in service agreement as

 below:

Bhopal Municipal Corporation (BMC) would release 60% upon supply of materials to BMC, 20 % on

installation, Testing & commissioning and 20% after ONE year of successful operation.

2. The payments would be subject to receipt of invoice and shall be cleared at the earliest. Further 

 payment will be subject to deduction on account of imposition of penalties by Bhopal Municipal

Corporation (BMC). The Bhopal Municipal Corporation (BMC) shall be entitled to deduct tax at sourceas may be applicable. The TDS certificate(s) shall be submitted as per the due date specified in the

Income Tax Act.

3. There will be an agreement for Five years with Bhopal City Link Limited (BCLL) for Operations and

maintenance of the above mentioned Software and Hardware solution after the completion of the projectand handing over of the complete solutions to Bhopal Municipal Corporation as per the details mentioned

in the scope of work and the detailed bills of quantities.

4. After the start of operations, the Service Provider will raise a monthly invoice for OPEX for Operations

and Maintenance Cost for duration of the 5 years contract to Bhopal City Link Limited (BCLL). Based on

the OPEX priced bid accepted by the Bhopal Municipal Corporation (BMC), the payments would be done

 by Bhopal City Link Limited (BCLL) for Operations and maintenance of the “Automated Fare Collectionand Surveillance Solution For Intelligent Transport System (ITS)”   for the feeder buses as well as BRTS

 buses for the Bhopal City Bus Services.

5. The Bhopal City Link Limited (BCLL) shall be entitled to deduct tax at source as may be applicable.

The TDS certificate(s) shall be submitted as per the due date specified in the Income Tax Act.

ARTICLE 9 - PENALTIES

Bhopal Municipal Corporation (BMC)  may verify compliance of all parameters, requirements,

obligations and responsibilities enforceable against the Service Provider by virtue of the provisions of 

this Agreement. The Service Provider shall allow Bhopal Municipal Corporation (BMC) representatives,

 personnel and contractors of Bhopal Municipal Corporation (BMC), complete access to the facilities(including equipment, material and personnel) to enable Bhopal Municipal Corporation (BMC)  to

inspect, audit and monitor the performance. For any default, Bhopal Municipal Corporation (BMC)  may

impose penalties.For any default, BCLL may impose penalties which shall be as per formula given below:

• Amount equivalent to 10% daily penalty of the monthly OPEX charges shall be deducted for the

default period. Maximum penalty shall be limited to the monthly OPEX charges.

Page 50 of 60

Page 51: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 51/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

• Default period shall begin after 24 hours from the time the Video Surveillance Solution for

all buses & Electronic Ticketing Vending Machine (ETVM) made available to Service

Provider for repair/ replacement.

• Default period will begin after 24 Hours from the time Off-Board Fare & On-Board Fare

Collection Solution is reported to be out of order on particular Buses & bus stops.

• Default period will begin after 24 Hours from the time Management Information System

(MIS) & Automated fare collection, Revenue Management System Point of sale

and Point of sale is reported to be not working properly

ARTICLE 10 - PERFORMANCE GUARANTEE

1. For due and complete performance of its obligations, the service provider shall deliver to Bhopal

Municipal Corporation (BMC), simultaneously with the execution of this Agreement, an irrevocable and

unconditional bank guarantee from a scheduled bank acceptable to Bhopal Municipal Corporation

(BMC)  for a sum of Rs [ ( only) equivalent to 10% (Ten) of the PO value (hereinafter referredto as the “Performance Guarantee”), in the form set forth in this Agreement.

2. The Performance Guarantee shall be kept valid for the entire Term of this Contract Agreement ie. for 

five years. The Performance Guarantee shall be appropriated and encashed by Bhopal MunicipalCorporation (BMC)  in the event of any loss, damage or claim suffered by Bhopal Municipal

Corporation (BMC) due to breach of terms and conditions of this Agreement by the Service Provider,

including Material Breach of this Agreement being committed by the Service Provider.3. The Performance Guarantee shall be returned to the Service Provider after a maximum of 6 (six)

months following the expiration of the Term, post satisfactory transfer of entire facility and assets to

Bhopal Municipal Corporation (BMC)  and pursuant to adjustment of any damages, losses or claims

suffered by Bhopal Municipal Corporation (BMC), if any.

ARTICLE 11- FORCE MAJEURE

1. Notice of Force Majeure Event

(a) A soon as practicable and in any case within seven (7) days of the date of occurrence of a ForceMajeure Event or the date of knowledge thereof, the Affected Party shall notify the other Party of the

same setting out, inter alia, the following in reasonable detail:

(i) the nature and extent of the Force Majeure Event;(ii) the estimated duration of the Force Majeure Event;

(iii) the nature of and the extent to which, performance or any of its obligations under this

Agreement is affected by the Force Majeure Event;

(iv) the measures which the affected Party has taken or proposes to take to alleviate / mitigate theimpact of the Force Majeure Event and to resume performances of such of its obligations affected

thereby; and(v) any other relevant information concerning the Force Majeure Event, and / or the rights andobligations of the Parties under this Agreement.

(b) As soon as practicable and in any case within five (5) days of notification by the affected party in

accordance with the preceding Sub-Clause (a), the Parties shall meet, hold discussions in good faithand where necessary conduct physical inspection / survey in order to:

(i) assess the impact of the underlying Force Majeure Even;

(ii) to determine the likely duration of Force Majeure period; and

Page 51 of 60

Page 52: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 52/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

(iii) to formulate damage mitigation measures and steps to be undertaken by the Parties for 

resumption of obligations the performance of which shall have been affected by the underlyingForce Majeure Event.

(c) The affected party shall during the Force Majeure period provide to the other Party regular (not

less than weekly) reports concerning the matters set out in the preceding Sub-Clause (b) as also any

information, details or document, which the other Party may reasonably require.

2. Performance of Obligations

If the affected party is wholly or partially unable to perform any of its obligations under this Agreement

 because of a Force Majeure Event, it shall be excused from performance of such obligation to the extent

it is unable to perform the same on account of such Force Majeure Event provided that:(a) due notice of the Force Majeure Event has been given

(b) the excuse from performance shall be of no greater scope and of no longer duration than is

necessitated by the Force Majeure Event;(c) the Affected Party has taken all reasonable efforts to avoid, prevent, mitigate and limit damage,

if any, cause or is likely to be caused to ITS Services as a result of the Force Majeure Event andto restore the ITS Services to their original state (normal wear and tear excepted);

(d) when the affected party is able to resume performance of its obligations under this Agreement, itshall give to the other Party written notice to that effect and shall promptly resume performance

of its obligations hereunder the non-issue of such notice being no excuse for any delay for 

resuming such performance;(e) the affected party shall continue to perform such of its obligations which are not affected by the

Force Majeure Event and which are capable of being performed in accordance with the

Agreement;

3. Termination due to Force Majeure Event

(a) If a Force Majeure Event continues or is in the reasonable judgment of the Parties likely to

continue beyond a period of 120 consecutive days, the Parties may mutually decide to terminate

this Agreement. If the Parties are unable to reach an agreement in this regard, either Party shall

after the expiry of the said period of 120 consecutive days, be entitled to terminate thisAgreement by giving written notice to the other Party.

(b) If the Party having the right to do so decides to terminate this Agreement, it shall issueTermination Notice setting out:

(i) in sufficient detail the underlying Force Majeure Event;

(ii) the Termination Date which shall be a date occurring not earlier than 60 days from the date of 

Termination Notice;

(iii) Any other relevant information.

ARTICLE 12 - EVENT OF DEFAULT AND RELATED ASPECTS

Page 52 of 60

Page 53: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 53/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

12.1 The Service Provider Event of Default means any of the following events unless such an event

has occurred as a consequence of a Force Majeure Event (“Service Provider Event of Default”):

(i) The Service Provider is in/commits a Material Breach,

(ii) Any representation made or warranties given by the Service Provider under the Bus ServiceProvider s Agreement, is found to be false or misleading,

(iii) The Service Provider repudiates this Agreement

12.2 Bhopal Municipal Corporation (BMC)  Event of Default means any of the following events

unless such an event has occurred as a consequence of a Force Majeure Event (“Bhopal Municipal

Corporation (BMC)  Event of Default”):

(i) Bhopal Municipal Corporation (BMC) is in Material Breach of its obligations

(ii) Any representation made Bhopal Municipal Corporation (BMC) under the Bus Service Provider s Agreement is found to be false or misleading.

12.3 Consultation Notice

Either Party shall first issue to the other Party a notice in writing specifying in reasonable detail the

underlying Event of Default(s) and proposing consultation amongst the Parties to consider possible

measures of curing or otherwise dealing with the underlying Event of Default (“Consultation

 Notice”). The Party committing the Event of Default that gives rise to the Consultation Notice can cure

the relevant Event of Default within 90 days of receiving Consultation Notice.

12.4 Remedial Process

Following the issue of Consultation Notice by either Party, within a period not exceeding 90 days or 

such extended period as they may agree the Parties shall endeavor to arrive at an agreement as to the

manner of rectifying or remedying the underlying Event of Default (“Remedial Period”). The

Parties shall endeavour to arrive at an agreement.

12.5 Obligations during Remedial Period

During the Remedial Period, the Parties shall continue to perform their respective obligations

12.6 Revocation of Consultation Notice

If during the Remedial Period the underlying Event of Default is cured or waived the

Consultation Notice shall be withdrawn by the Party who has issued the same and the Event of Default

shall not lead to Termination of this Agreement.

12.7 Termination Due to Events of Default

Page 53 of 60

Page 54: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 54/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

If after the expiry of the Remedial Period, the underlying Event of Default is neither cured nor waived

nor the Parties have not agreed upon any of the measures, the Party who has issued the Consultation

 Notice shall have the right to terminate the Agreement, in which event, the provisions of Clause

13 shall, to the extent expressly made applicable, apply.

ARTICLE 13 - TERMINATION AND EXPIRY OF AGREEMENT

1. Event of Default by Service Provider (other than FORCE MAJEURE)

If Service provider commits any event of default before commercial operations date, Bhopal Municipal

Corporation (BMC) may forfeit the performance guarantee submitted. If the service provider commits

any event of default after commercial operations date, Bhopal Municipal Corporation (BMC) may serve

a termination notice of 75 days and will be liable to take over entire project assets and invoke

 performance guarantee.

2. Event of Default by Bhopal Municipal Corporation (BMC) (other than FORCE MAJEURE)

If Bhopal Municipal Corporation (BMC) commits any event of default before commercial operations

date, the service provider will be liable to compensation amount equivalent to performance guarantee

and return of the amount of performance guarantee net of any dues to the service provider.

3. Continuing Performance / Payment Obligation:

Upon a Termination Notice being issued by either of the parties hereto, they shall not be relieved of any

of its obligations hereunder, including without limitation, the liability to perform the services and the

liability for payment of the amounts thereof 

4. Consequence of Expiry:

Upon expiry of the term of this Agreement pursuant to this Article, the service provider shall transfer, at

no cost to Bhopal Municipal Corporation (BMC), all its assets, rights, title, license etc. and interest in the

Project free and clear of all liens, charges and encumbrances to Bhopal Municipal Corporation (BMC)

and thereafter this Agreement shall stand terminated. If Bhopal Municipal Corporation (BMC)  desires to

have the agreement extended beyond the validity period of this agreement and if the service provider 

also agrees to such request from Bhopal Municipal Corporation (BMC)  for renewal, the transfer of 

assets shall not materialize and the service provider shall quote a suitable monthly fixed charge and on

acceptance of the same a separate contract shall be extended with such terms and conditions as may be

mutually agreed to.

5. The provisions of this Article shall survive the cancellation, expiration or termination of this

Agreement.

ARTICLE 14 - INDEMNITY

1. Indemnity by the Service Provider 

Page 54 of 60

Page 55: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 55/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

The Service Provider shall indemnify and hold Bhopal Municipal Corporation (BMC) harmless,

from any and all claims, liabilities, costs, damages and expenses of every kind and nature in respect of 

the sickness, injury or death of any person employed directly or indirectly by the Service Provider or any

subcontractor and their respective employees and damage to or destruction of any property or equipment

of the Service Provider or its subcontractors and their respective employees arising during or as a result

of the performances or non-performance of this Agreement from any cause whatsoever provided that

this clause shall not apply to injury, death, damage or destruction to the extent caused by the negligence,

default or omission of Bhopal Municipal Corporation (BMC) or its employees.

2. General Indemnity

Subject to the exclusions and limitations of liability in this clause, the Service Provider shall indemnify

and hold Bhopal Municipal Corporation (BMC) harmless for and against any and all claims, liabilities,

costs, damages and expenses of whatsoever nature howsoever incurred by Bhopal Municipal

Corporation (BMC)  arising whether directly or indirectly as a result of the breach by the Service

Provider of any of the Service Provider's obligations under this Agreement save to the extent such

claims, liabilities, costs, damages and expenses were caused by the negligence, default or omission of 

Bhopal Municipal Corporation (BMC) or its employees and/or agents.

ARTICLE 15 - AMICABLE DISPUTE RESOLUTION

(a) All disputes arising in connection with this Agreement shall, to the extent possible, be settled

amicably by prompt good faith negotiations between the representatives of the Parties. Save where

expressly stated otherwise in this Agreement, any dispute, difference or controversy of whatever 

nature howsoever arising under, out of or in relation to this Agreement including non completionof the Project between the Parties and so notified in writing by either Party to the other (the

"Dispute") in the first instance shall be attempted to be resolved amicably by the Parties and failing

such resolution of the same, in accordance with the procedure set forth in sub article (b) below.

(b) Either Party may require the Dispute to be referred to Commissioner, BMC for amicable

settlement. Upon such reference, both the Parties and the Commissioner or his nominee (who can

 be an employee of BMC dealing the project or otherwise) shall meet at the earliest mutual

convenience and in any event within 60 days of such reference to discuss and attempt to amicably

resolve the Dispute. If the Dispute or difference or claim, as the case may be, is not amicably

resolved within 60 (sixty) days of such meeting, the same shall be brought to the notice of 

Commissioner, Urban Administration and Development Department, Government of 

Madhya Pradesh, whose decision in this regard shall be final and binding on both the Parties. The

decision taken by Commissioner, UADD shall be final and binding upon the Parties without any

Page 55 of 60

Page 56: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 56/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

right of appeal or review on any grounds whether in law or equity before any judicial or any

government body. Any such proceeding shall be held at Bhopal. The existence of any dispute or 

reference of the same for redressal in any forum shall not absolve the Service Provider to perform

its obligations hereunder to provide the Services and BMC shall continue to pay all amounts due

hereunder as stipulated in the Agreement.

ARTICLE 16 - GOVERNING LAW & JURISDICTION

1. This Agreement shall be construed and interpreted in accordance with and governed by the laws of 

India, only the courts in Bhopal shall have jurisdiction to try all disputes and matters arising out of an

under this Agreement.

2. SCHEDULES

All schedules and other explanatory details attached to this Agreement shall be deemed to be a part of 

this Agreement.

3. NOTICES

Unless otherwise stated, notices to be given under this Agreement including but not limited to a notice

of waiver of Term, breach of any term of this Agreement and termination of this Agreement,

shall be in writing and shall be given by hand delivery/recognized international courier, mail, telex or 

facsimile and delivered or transmitted to the parties at their respective addresses set forth below:

To Bhopal Municipal Corporation (BMC):

The Chief Engineer, Bhopal Municipal Corporation (BMC)O/o Commissioner, Municipal Corporation, Bhopal

Harshwardhan Complex Phase- 1,

Mata Mandir, Bhopal- 462003Ph: 2701222, Fax: 2701223

To the Service Provider:

ADDRESS

or at such address, telex number, or facsimile number as may be duly notified by the respective Parties

from time to time.

All notices under this Agreement shall be in English.

4. COUNTERPARTS

This Agreement may be executed in two counterparts, each of which when executed and delivered shall

constitute an original of this Agreement but shall together constitute one and only one Agreement.

Page 56 of 60

Page 57: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 57/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

5. ASSIGNMENT

 Neither Party shall assign any of its rights or obligations under this Agreement to any third party without

the prior written consent of the other Party; provided however that no such written consent will be

required in the case of an assignment by a Party to an Affiliate of the Party for the purposes of an

amalgamation or reconstruction of such Party. Notwithstanding the foregoing, for the purpose of 

obtaining financing for the Project, the Bhopal Municipal Corporation (BMC)  may assign or create

security over its rights and interests under or pursuant to this Agreement. The Bhopal Municipal

Corporation (BMC)  shall execute all such consents to assignment and/or acknowledgements of any

security created and shall deliver such opinions of counsel regarding the same as may be reasonably

requested by the Service Provider 

6. NO PARTNERSHIP

 Nothing herein contained shall be construed to constitute a partnership between Bhopal Municipal

Corporation (BMC)  and Service Provider, or to constitute either party as the agent of the other andneither party shall hold itself out as such.

7. SEVERABILITY

(a) If for any reason whatever any provision of this Agreement is or becomes invalid, illegal or 

unenforceable or is declared by any court of competent jurisdiction or any other instrumentality

to be invalid, illegal or unenforceable, such invalidity, illegality or unenforceability shall not

 prejudice or affect the remaining provisions of this Agreement which shall continue in full force and

effect.

(b) The Parties will negotiate in good faith with a view to agreeing upon one or more provisions whichmay be substituted, as nearly as is practicable, to such invalid, illegal and unenforceable provision.

Provided failure to agree upon any such provisions shall not be subject to the dispute resolution

 procedure under this Agreement or otherwise.

8. REPRESENTATION AND WARRANTIES

Representation and Warranties of Bhopal Municipal Corporation (BMC)

Bhopal Municipal Corporation (BMC)  hereby represents, assures, confirms and undertakes to the

Service Provider as follows:

(a) That it is duly incorporated under the laws of India and has the power to conduct its business as

 presently conducted and to enter into this Agreement;

(b) That it has full power, capacity to execute, deliver and perform this Agreement and has taken all

necessary Applicable Clearances and followed all the procedure required to authorise the execution,

delivery and performance of this Agreement;

Page 57 of 60

Page 58: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 58/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

(c) Nothing in this Agreement conflicts with its constitutional mandate, or any law or any other 

agreement, understanding or arrangement or any judgment, decree or order or any statute, rule or 

regulation applicable to it; and

Representation and Warranties of Service Provider 

Service Provider hereby represents, assures, confirms and undertakes to Bhopal Municipal Corporation

(BMC) as follows:

(a) That it is duly incorporated under the laws of India and has the power to conduct its business as

 presently conducted and to enter into this Agreement;

(b) That it has full power, capacity to execute, deliver and perform this Agreement and has taken all

necessary Applicable Clearances (corporate, statutory or otherwise) to authorize the execution, delivery

and performance of this Agreement;

(c) The each of its employees, workmen, personnel and staff (including sub-contractor) assigned to perform services as enshrined in this Agreement shall have proper skill, training and background for 

his/her level of competence so as to be able to perform and fulfill his/her responsibilities in a competent

and professional manner. Further, all remuneration, salary, costs and expenses of such employees,

workmen, personnel and staff shall be borne solely by the Service Provider;

(d) Nothing in this Agreement conflicts with its memorandum and articles of association or any

other agreement, understanding or arrangement or any judgment, decree or order or any statute, rule or 

regulation applicable to it; and

This Agreement will be valid, legal and binding against it under the Indian Law.

ARTICLE 17 - LIABILITIES OF PARTIES

1. Liability of Parties

The service provider and Bhopal Municipal Corporation (BMC)  each assume full responsibility and

liability for the maintenance and operation of their respective properties involved in the performance of 

this Agreement.

2. Limited-Recourse Nature of Liability:

Anything herein to the contrary notwithstanding, the obligations of the Service provider under this

Agreement do not constitute a debt or obligation of and no recourse shall be had with respect to such

obligations to any shareholder, partner, officer, agent, employee, director or Affiliate of the Service

 provider. No judgement for any personal liability or deficiency in connection with the obligations of 

the service provider under this Agreement shall be obtainable by anyone against any shareholder,

 partner, officer, agent, employee, director or Affiliate of the Service provider.

Page 58 of 60

Page 59: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 59/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

3. Limitation of Liability:

 Notwithstanding anything to the contrary in this Agreement, neither Party nor its affiliates or 

 partners, nor the officers, elected officials, directors, agents, employees or representatives of any of them

shall in any event be liable to the other party or its officers, elected officials, directors, agents,

employees and representatives for claims for incidental, special, consequential or indirect damages to

 persons or property, whether arising in tort, contract or otherwise, connected with or resulting from

 performance under this Agreement

ARTICLE 18 - MISCELLANEOUS

1. Amendments

 No amendment or modification or waiver of any provision of this Agreement, nor consent to any

departure by any of the Parties there from, shall in any event be valid and effective unless the same is in

writing and signed by the Parties or their duly authorized representative especially empowered in this

 behalf and then such waiver or consent shall be effective only in the specific instance and for the specific

 purpose for which it is given.

2. Language

The language of this Agreement is English. All notices, correspondence, Project Agreements,

documentation, Specifications and Standards, data, test reports, certificates and information in respect of 

this Agreement shall be in the English language. All other written and printed matter, communications,

documentation, proceedings and notices etc. pursuant or relevant to this Agreement shall be in the

English language.

3. Exclusion of Implied Warranties etc.

This Agreement expressly excludes any warranty, condition or other undertaking implied at law or by

custom or otherwise arising out of any other agreement between the Parties or any representation by any

Party not contained in a binding legal agreement executed by the Parties.

4. Further Assurances

At all times after the date hereof the Parties shall execute all such documents and do such acts, deeds and

things as may reasonably be required for the purpose of giving full effect to this Agreement.

IN WITNESS WHEREOF the Parties have executed and delivered this Agreement by their duly

authorised representative on the date first above written:

Page 59 of 60

Page 60: t Nd 0010260000000000000 Mp 11904

7/29/2019 t Nd 0010260000000000000 Mp 11904

http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 60/60

“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013

BHOPAL MUNICIPAL CORPORATION

SIGNED ON BEHALF OF BHOPAL

MUNICIPAL CORPORATION (BMC)

 _______________________(Signature)

 _________________________(Name)

 _____________________(Designation)

SIGNED ON BEHALF OF

Service Provider by the hand of its

authorized representative

 ____________(Signature)

 ______________(Name)

 __________________(Designation)

SCHEDULES

The schedules would include

1. BOQ2. Technical Specifications

3. Details of Manpower

4. Network Connectivity/communication details

5. Reports/Charts/ Graph details including their periodicity

6. Other Project Details

7. Financial Quote provided by service provider

8. Responsibility Matrix

9. Any other relevant document/ details