Download as pdf or txt
Download as pdf or txt
You are on page 1of 31

Goa Tourism Development Corporation Ltd.

(GTDC)

Notice Inviting e-Tender

Notice Inviting e-Tender No. GTDC/PC/SE/2021-22/E-13

Dated: 01/10/2021

for

DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION,


IMPLEMENTATION, HOSTING AND MAINTENANCE OF
INTELLIGENT TRANSPORTATION MANAGEMENT SYSTEM
(ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND
SURROUNDING AREAS
DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

Contents
DISCLAIMER .................................................................................................................................... 2
GLOSSARY ....................................................................................................................................... 4
INVITATION FOR REQUEST FOR PROPOSAL ...................................................................................... 6
SCHEDULE OF BIDDING PROCESS ..................................................................................................... 8
VOLUME–I: PROJECT SUMMARY ...................................................................................................... 9
1. PROJECT BACKGROUND........................................................................................................ 10
2. PROPOSED PROJECT ............................................................................................................. 11
3. TERM OF AGREEMENT .......................................................................................................... 18
4. MINIMUM ELIGIBILITY EXPERIENCE ...................................................................................... 19
5. TECHNICAL EVALUATION ...................................................................................................... 23
6. FINANCIAL PROPOSAL .......................................................................................................... 25
7. OTHER GENERAL CONDITIONS .............................................................................................. 26
8. RIGHTS OF THE AUTHORITY .................................................................................................. 29
9. PROPOSED NEXT STEPS ........................................................................................................ 30

Volume-I: Project Summary 1


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

DISCLAIMER
1. The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to the Bidder(s), whether verbally or in documentary or any other form by or on behalf of
Goa Tourism Development Corporation Limited (“GTDC”) or Kadamba Transport Corporation Limited
(“KTCL”) or Imagine Panaji Smart City Development Ltd (“IPSCDL”) or any of its employees or
advisors, is provided to the Bidder(s) on the terms and conditions set out in this RFP and such other
terms and conditions subject to which such information is provided.
2. While information obtained from the public domain or external sources has not been verified for
authenticity, accuracy or completeness, we have obtained information, as far as possible, from
sources generally considered to be reliable, including the Revised City Development Plan for Panaji
2041, Comprehensive Mobility Plan for Goa 2020 and Charles Correa Foundation (CCF). We assume
no responsibility for such information. This RFP is not an agreement and is neither an offer nor
invitation by the Authority to the prospective Bidders or any other person. The purpose of this RFP is
to provide interested parties with information that may be useful to them in submitting their Technical
and Financial Proposals (together constituting the “Application”) pursuant to this RFP. This RFP
includes statements which reflect various assumptions and assessments arrived at by the Authority
in relation to the Project. Such assumptions, assessments and statements do not purport to contain
all the information that each Bidder may require. This RFP may not be appropriate for all persons,
and it is not possible for the Authority, its employees or advisors to consider the investment objectives,
financial situation and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in this RFP may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments, statements and information contained in this RFP and obtain independent advice from
appropriate sources.
3. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may
depend 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.
The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion
on law expressed herein.
4. The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, sufficiency, completeness or reliability of
this RFP and any assessment, assumption, statement or information contained therein or deemed to
form part of this RFP or arising in any way for participation in this Bidding Process.
5. The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Applicant upon the statements contained in this RFP.
6. The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.
7. The issue of this RFP does not imply in any way, that the Authority is bound to select an Applicant or
to appoint the successful bidder, as the case may be, for the Project and the Authority reserves the
right to reject all or any of the Applicants or Bids without assigning any reason whatsoever.
8. The Applicant shall bear all its costs associated with or relating to the preparation and submission of
its Application including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority or any
other costs incurred in connection with or relating to its Application. All such costs and expenses will
remain with the Applicant and the Authority shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by an Applicant in preparation or submission of the
Application, regardless of the conduct or outcome of the Bidding Process.

Volume-I: Project Summary 2


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

9. In particular, the Authority shall not be responsible / liable for any latent or evident defect of the site
or any other related aspects at the time of bidding, as applicable to the tender. Any character or
requirement of the site, which may be deemed to be necessary by the Applicant should be
independently established and verified by the Applicant.

Volume-I: Project Summary 3


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

GLOSSARY

Authority : Kadamba Transport Corporation Limited (“KTCL”), Goa.

Goa Tourism Development Corporation Ltd., which is acting on behalf


of Imagine Panaji Smart City Development Limited (“IPSCDL”) and
GTDC :
Kadamba Transport Corporation Limited (“KTCL”) Goa, for conducting
the bid process management for the said project.

Project : Design, Development, Supply, Installation, Implementation, Hosting


and Maintenance of Intelligent Transportation Management System
(ITMS) for Public Bus Transport in Panaji and Surrounding Areas

RFP : Request for Proposal.

Project Site : Bus Shelters, Bus Platforms, E-Buses, Bus Depot and Command and
Control Center in Panaji and Surrounding Areas

Project Assets : All Assets used installed at Bus Shelters, Bus Terminal/platforms, E-
Buses, Bus Depot and Command and Control Center in Panaji and
Surrounding Areas including:
• IT and Non-IT Infrastructure including Hardware, Software, System
software required for delivery of Services under the Project
• All data, documentation, reports, records, source code etc. created
during the course of the Project for the purpose of the Project
• All upgrades / enhancements and improvements to the above
Assets;

Project : Imagine Panaji Smart City Development Ltd, a wholly owned


Proponent Government Company and Special Purpose Vehicle (SPV), formed to
bring about the development of smart urban infrastructural
facilities/projects for Panaji City. IPSCDL will execute an MoU with the
Authority which shall enable it to participate in decision making process
with KTCL solely relating to change to ITMS implementation and
monitoring.

Panaji and : Panaji ODP Area and Surrounding Villages of Taleigao, Bhatlem,
Surrounding Santa Cruz, Bambolim and Goa University Plateau.
Areas

Go-Live : The date as declared by the Authority on which the proposed solution
becomes operational after successful conclusion of all acceptance
tests to the satisfaction of the Authority.

Acceptance Testing of the proposed solution for the clearance by the ‘Third Party
Testing Assessment and Acceptance Agency’ deployed by the Authority.

Roll Out The day when the Service Provider completes the rollout of the new
system at Project Site and is ready for acceptance testing by the
Authority.

Volume-I: Project Summary 4


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

Successful : A technically qualified bidder quoting the lowest Consolidated Cost of


Bidder the Project.

EMD / Bid Earnest Money Deposit or a security paid through e-payment mode by
:
Security the bidders.

Performance : Security amount payable by the Service Provider as a guarantee


Security towards successful performance of duties under the project, to be
submitted to the Authority in the form of Bank Guarantee.

Service The SPV, incorporated by the Successful Bidder, for entering into an
:
Provider Agreement with the Authority for undertaking the project.

Volume-I: Project Summary 5


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

INVITATION FOR REQUEST FOR PROPOSAL


1) The Managing Director, GTDC, 3rd Floor, Paryatan Bhavan, Patto Plaza, Panaji, Goa – 403
001, for and on behalf of the Project Proponent and Authority, hereby invites e-tenders for
the Project - “Design, Development, Supply, Installation, Implementation, Hosting and
Maintenance of Intelligent Transportation Management System (ITMS) for Public Bus
Transport in Panaji and Surrounding Areas”. The Term of Agreement is 5 (Five) years.
The brief details are as follows:
Design, Development, Supply, Installation,
Implementation, Hosting and Maintenance of Intelligent
Name of the Project
Transportation Management System (ITMS) for Public
Bus Transport in Panaji and Surrounding Areas
INR 20,000/-
Tender Fees
(INR Twenty Thousand only)
(Non- refundable)
To be paid via e-tender website
INR 10,00,000 /-
EMD / Bid Security (INR Ten Lakh only)
To be paid online through e-payment mode.
3% of the quoted Hardware and Software Development
Cost (shall be released on completion of 90 days from the
date of Go-Live).

3% of the quoted Hosting and Maintenance Cost (Cloud


Hosting Cost, Software and Hardware Maintenance
Cost) for the Term of the Agreement (shall be released
Performance Security
on completion of 90 days from the end of the term of
agreement).

To be furnished to the Authority by the Successful Bidder


after the tender process in the form of a Bank Guarantee as
per Clause 9.2 and in the form provided at Appendix-B11 of
Volume-IV.
2) The entire RFP comprising of the disclaimer set forth hereinabove and four Volumes of
documents, whose details are as follows, are enclosed:
a) Volume-I: Schedule of bidding process, Project Summary comprising of background,
scope of the work, tenure, minimum eligibility, technical and financial experience, and
award of project.
b) Volume-II: Instructions to Bidders
c) Volume-III: Draft Agreement, which will be shared with the bidders at a later date
through Corrigenda.
d) Volume-IV: Application formats
e) Annexures, if applicable
3) The entire RFP may additionally include any Corrigenda or Addenda issued by the GTDC
or the Authority, for whatsoever reasons, at any time prior to the deadline for submission
of bid documents by the Bidder. Any Corrigenda or addendum issued shall be part of the
RFP Documents and shall be available on the website https://eprocure.goa.gov.in .
4) The Bidder is expected to examine all instructions, forms, terms, and specifications in the
RFP Document. Failure to furnish all information or documentation required by the RFP
Document may result in the rejection of the bid.

Volume-I: Project Summary 6


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

5) The proposals in prescribed format should be submitted online. The hard copy of technical
bids only has to be submitted at Goa Tourism Development Corporation Ltd., 3rd Floor,
Paryatan Bhavan, Patto Plaza, Panaji, Goa – 403 001 on or before the Proposal Due Date.
6) For further details contact:
Managing Director, GTDC
Paryatan Bhavan, 3rd Floor,
Patto Plaza, Panaji - 403001, India
Ph: (0832)2437132 / 2437728
e-mail: md@goa-tourism.com

For all queries, please write to: pmu@goa-tourism.com

Volume-I: Project Summary 7


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

SCHEDULE OF BIDDING PROCESS


The Authority shall endeavor to adhere to the following schedule:

S.No. Activity / Event Date

1 Date of Advertisement for tender notice to be issued by GTDC 01/10/2021

25/10/2021
2 Last date for Applying for the Tender
upto 5.30 pm

Last date and time for receipt of written queries for clarifications by 25/10/2021
3 email (No further queries will be addressed subsequent to this upto 5.30 pm
date)

Pre-Bid Conference (To address / provide clarifications for queries 01/11/2021 at


4
received till date provided at S.no 3) 11.30 am

08/11/2021
5 Upload of responses to Pre-Bid Queries
upto 5.30 pm

09/11/2021 to
Bid submission (Online submission of all documents and Hard
5 22/11/2021
Copies of technical bid documents only) (“Proposal Due Date”)
upto 3.30 pm

23/11/2021
6 Qualification Application opening date and time
upto 4.30 pm

07/12/2021
7 Announcement / Date of uploading list of Qualified Bidders
upto 4.30 pm

09/12/2021
8 Financial Proposal opening date and time
upto 4.30 pm

The date and time of aforesaid activities / events will be specified by the Authority vide issuance
of a Corrigendum.

Volume-I: Project Summary 8


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

VOLUME–I: PROJECT SUMMARY

Volume-I: Project Summary 9


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

1. PROJECT BACKGROUND
1.1. Goa, located on the west coast of India, is its smallest state by area (3702 Sq. Km.) and
the fourth smallest by population (1,457,723 - Source: Census 2011). Goa is one of the popular
tourist destinations in India.
1.2. Panaji is one of the smallest Municipal Corporations in India with an estimated resident
population of 70,991 people (Source - Revised City Development Plan for Panaji, 2041). The city
receives a significant population on a daily basis that visits Panaji for work and services,
estimated at approx. 70% of its resident population. A portion of the shifting population
lives within the proximity of Panaji City in suburban locations like Taleigao, Santa Cruz,
Panelim, Bambolim and Merces. Being a popular tourist destination, the city also attracts
approx. 4,000 tourists every day (Source: Revised City Development Plan for Panaji, 2041).
1.3. According to the Census 2011, Goa has the highest per-capita vehicle ownership among
states in India. The growth in number of private vehicles registered in Panaji has also
shown a northward trend in the last 10 years. This sends strong signals about lack of
dependency on public transportation; issues identified include limited operational routes/
timings, poor frequency, limited reliability and quality of buses plying. The situation with
the tourists visiting the City is similar, as they prefer to use their private vehicles in
comparison to using Public Transport. These issues are leading to heavy congestion in
the city during the peak hours. This situation is further aggravated with Panaji being
located en route between tourism hotspots in North Goa and the Airport and railway
stations in South Goa.
1.4. Panaji has been selected among the 100 Smart Cities under the Central Government’s
flagship program Smart City Mission. The Government of Goa has designated Imagine
Panaji Smart City Development Limited (IPSCDL), as the State Level Nodal Agency and
the State Mission Management Unit for Smart Cities Mission. The objective of IPSCDL is
to bring about the development of smart urban infrastructural facilities / projects for Panaji
City; and “development of Smart Transport and Eco Mobility through effective use of latest
technology” is one of the priority areas for IPSCDL.
1.5. It is vital to strengthen the public transportation system in the city, particularly to reduce
the use of private transport towards inclusive, sustainable and planned development of
Goa. To facilitate a state-of-the-art public transportation system and fulfil growing
passenger requirements, it is essential not only to provide clean transportation but also
safe and connected transport networks.
1.6. In line with these objectives, IPSCDL (Project Proponent) is desirous of introducing
Intelligent Transport Infrastructure in Panaji and Surrounding Areas which would be
implemented and monitored through KTCL. The project comprises the following
components.
• Procurement of e-Vehicles along with charging infrastructure.
• Development of Smart Bus Shelters and Platforms.
• Development of Intelligent Transport Management System (ITMS) and Smart
hardware at various bus stops / platforms.
1.7. On procurement of necessary infrastructure by IPSCDL, the entire Intelligent Transport
Infrastructure will be operated and managed by various private operators under the overall
supervision of Kadamba Transport Corporation Ltd (“Authority”).

Volume-I: Project Summary 10


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

2. PROPOSED PROJECT
2.1. To promote smart public transport in Goa, IPSCDL desires to introduce an Intelligent
Transport Management System (ITMS), which shall integrate the Smart Platforms at
Panaji KTCL Bus Terminal, Smart Bus Shelters and E-Buses plied on various routes
identified by the Authority in Panaji and Surrounding Areas through an IT solution and
provide an end to end solution to commuters.
2.2. While the proposed ITMS solution is initially planned for Panaji and surrounding areas with
the following interventions, the Service Provider is required to design the ITMS solution
that shall be scalable to cater to transportation requirements of the entire State. It is
expected to cover the following elements.
Particulars Specifications Details
E-vehicles • Standard (12 m. of ~37+D) – 5 nos 41 e-Vehicles
• Midi (9 m. of ~27+D) – 16 nos Operational for
• Mini (5 m.) / E-Buggy (of ~14+D) – 20 approx. 12-15 hrs
per day
nos
Bus Bus shelter components: Type 1 - 18 Bus
Stops/Shelters Type 1: Shelters
• Public Information Display – LED (1
no.) Type 2 – 18 Bus
• Ticketing kiosk (1 no.) Shelters
• CCTVs (1 no.)
• NVR Recorder (1 no.)
• Wi-Fi router (1 no.)

Type 2:
• Public Information Display – LED (1
no.)
• CCTVs (1 no.)
• NVR Recorder (1 no.)
• Wi-Fi router (1 no.)
Bus Platforms at Bus Platform components: 2 Bus Platforms
KTCL Bus • Public Information Display – LED (1
Terminal, Panaji no.)
• Ticketing kiosk (1 no.)
• CCTVs (1 no.)
• NVR Recorder (1 no.)
• Interactive journey planner (1 no.)
• Wi-Fi router (1 no.)
Command Control At a suitable location decided by the Integration and
Center Authority, either at KTCL Bus stand, Panaji support at 5
or IT Hub at Altinho, Panaji workstations and
support IT
hardware as
specified in
Annexure G of Vol
IV
2.3. The said ITMS system is expected to meet the following key objectives:

Volume-I: Project Summary 11


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

a) Providing real time information to commuters and Bus Operator.


b) Real time Monitoring, Tracking and Managing Bus service to adhere to desired
performance outcome.
c) Increase convenience and safety of commuters and crew.
d) Improve efficiency and optimise overall operational costs of the Authority.
e) Optimize utilization of manpower, bus fleet and other allied resources.
2.4. Role of the Authority and support provided
During the Term of the agreement, the Authority shall offer the following support to the
Service Provider:
a) Shall make available necessary space/ infrastructure for setting up of the Command
Control Center as specified herein.
b) Facilitate the Service Provider in securing the necessary statutory permissions, NOCs,
and clearances for the Project from respective / various statutory authorities.
c) On receipt of ownership of the Project Assets, the Authority will deploy its own
competent personnel for ITMS operations which includes but not limited to scheduling
of routes and vehicles, fare determination and monitoring of collections, issuance of
smart cards, generation and usage of business reports for overall business strategy.
The Service Provider during the Term of the Agreement is required to provide user
support and maintenance of ITMS.
d) The nominated representative of the Authority shall act as the nodal point for
implementation of the Project and for issuing necessary instructions, approvals,
commissioning, acceptance certificates, payments etc. to the Service Provider, subject
to approval of competent Authority.
e) The Authority shall provide requisite approvals to the Service Provider from time to
time, which may include approval of Project plans, implementation methodology,
design documents, specifications, or any other document necessary in fulfillment of the
Project.
f) Reasonable access, to the Authority’s locations for as much time as deemed necessary
for delivery of Services along with access to office equipment as mutually agreed and
other related support services in such location shall be provided. Service provider shall
submit detailed timeline for the same well in advance and shall take necessary prior
approval from authority in charge for each milestone-based activity. While authority
shall support in availing timely approval, however service provider to keep sufficient
buffer for formal approval process and delay on account of such process compliance
shall not be accounted for any time extension or cost variation.
g) Facilitate access and necessary infrastructure such as electricity, to the bus shelters,
platforms, e-buses, charging station and depot to install ITMS components. The
Service Provider shall be responsible for arranging infrastructure related to broadband
internet connectivity.
2.5. Scope of Work of the Service Provider
During the Term of agreement, the Service Provider is required to undertake the following
scope of work. Refer to Annexure D in Volume-IV for Minimum Service Expectations or
Service Level Expectations (SLA’s) and Annexure E in Volume-IV for indicative ITMS
Implementation Guide. The Annexure E is indicative in nature, and provides a description

Volume-I: Project Summary 12


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

of expected ITMS outcomes, the bidder is expected to conduct an independent study of on


ground infrastructure and related requirements which is to be submitted to the Authority as
part of their Detailed Project Report.
If any Services, functions or responsibilities not specifically described in the Scope of Work
are an inherent, necessary or customary part of the Services or are required for proper
performance or provision of the Services, they shall be deemed to be included within the
scope of the work to be delivered for the charges, as if such Services, functions or
responsibilities were specifically described.
The Authority reserves the right to modify (add / delete) the scope of work or amend / delete
/ add any of the terms and conditions in relation to the scope of work and may issue any
such directions which are not necessarily stipulated therein if it deems necessary for the
fulfillment of the scope of work. Any changes to the scope of work will be governed by the
Change Control Schedule.
The Service Provider shall allocate a Project Manager who would be a single-point contact
for the Authority for monitoring day-to-day progress on the Project. The Project Manager
would be required to interact regularly with the Authority’s nominated single point of contact
(SPOC) to address issues or provide updates on the Project progress.
1. Development, Installation and Implementation of ITMS
a) Conducting a baseline study and mapping of requirements
i. The Service Provider shall perform ‘Baseline cum Business Requirements Study’
for each function of the Authority’s system from the perspective of ITMS and
prepare a detailed “as-is’ and ‘to-be’ processes of each of these functions.
ii. While undertaking the baseline study, the Service Provider is required to take into
consideration the following aspects and offer grounded solutions for overcoming
the same:
• Bandwidth / Infrastructure limitations in internet leased Lines
• Blind Spots for GPRS/ wireless Internet Connectivity
• Low adoption of Technology
The Service Provider shall discuss in detail and agree with the Authority or its
representatives, the detailed design of the ITMS and fine tune the requirements as per
the requirements of the Authority.
b) Submission of Detailed Project Report
i. The Service Provider shall prepare a Master Schedule of Work and submit a
Detailed Project Report to the Authority, which shall identify the type, delivery
mechanism including solutions to any on-ground implementation issues and
installation of equipment (Software and Hardware), training programs, test
procedures, and delivery of documentation. The Project Report shall also highlight
any third-party responsibilities and activities involved in the Project.
ii. The Service Provider shall provide location-wise Bill of Material (BoM) with detailed
specifications planned to be procured and installed as part of the Project. The
service provider shall avail approval of the list of makes of all the items to be
procured well in advance from authority in charge.
iii. The entire Detailed Project Report shall be evaluated and monitored by an
‘Independent Assessment and Acceptance Agency’ as appointed by the Authority.

Volume-I: Project Summary 13


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

The cost of such Independent Assessment and Acceptance Agency shall be borne
between the Service Provider and the Authority on 50:50 basis.
c) Procurement of necessary equipment for implementing the Project
i. The Service Provider shall procure and provide the minimum quantity of all the
hardware, software etc. as mentioned in BoM and setup all these items at the
project site.
ii. The list of items & quantities mentioned at Annexure F in Volume-IV is the minimum
required for this project. The proposed quantity is indicative in nature The Service
Provider is required to perform the appropriate sizing of all required items to make
this project successful and meet the SLA requirements. Bidders are requested to
note that in no circumstances the price quoted for the items shall qualify for any
price variation for the quantity variation within the range of +/- 20% of quoted
quantity in tender. Any price variation for the quantity beyond +/-20% quantity
variation shall be subject to prior approval of the Authority only.
d) Project Implementation
i. The Service Provider shall procure, supply, install, commission all the necessary
hardware and Software on Bus Shelters, Bus Platforms, Depot, existing Command
and Control Centre (in IT hub, Altinho) to implement the ITMS such as, but not
limited to, Electronic Ticket Machine, Public Information Display/LED Board,
Interactive Journey Planner, Servers, CCTV, WiFi, etc. The Service Provider shall
undertake software integration of the ITMS with existing IT hardware on board the
E-Vehicles of the Authority and the existing hardware at the Command and Control
Centre (refer Annexure G in Volume-IV) in IT hub, Altinho as provided by the
Authority.
ii. The Service Provider will ensure that an updated location-wise list of all assets
deployed and cloud space being used by the Service Provider for the purpose of
the Project is available to the Authority at all times.
iii. The software/ programs to be developed/implemented by the Service Provider
shall include but not be limited to
a) Fleet Tracking and Monitoring
Provide optimized solution for Fleet Monitoring, Vehicle Route Scheduling,
Automatic Data Capture and Storage, Retrieval of Vehicle Status Information,
Monitoring and Control of entire fleet operation, and two-way communications
between Control Room and Bus Driver.
b) Automatic Fare Collection System (AFCS)
A system which will support the Authority’s Fare Collection Rules and work as
an automatic fare collection system having centralized data source and which
can offer paper less ticketing through credit/debit card, UPI, QR code, etc.
AFCS will serve Authority’s purpose like; Central Clearing House, Automatic
Fare Collection, Smart Card Based Ticketing, POS, etc. The system should be
compatible to accept EMV / Rupay based cards (as per latest NCMC
guidelines) and all necessary support will have to be provided in that regard by
the Service Provider.
c) Route planner, Scheduling and Dispatch system
• Dynamic routing and scheduling of vehicles

Volume-I: Project Summary 14


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

• Facilitate Real time Transport Operations


d) Incident & Call Management System
• Efficient and coordinated management of incident which reduces their
adverse impact on public safety, traffic conditions and the local economy.
• Reduced vehicle delays and enhanced safety to motorists through
reduction of incident frequency and improved response and clearance
times.
e) Passenger Information System
• Facilitate Commuters by providing updates of Expected Arrival and
Departure time of buses at Authority’s Bus Terminals/platforms and Bus
Stops/Shelters
• Display Real time information of routes and estimated time of arrival bus
• Automatic internal voice and visual announcements of next stop locations
• Automatic external voice announcements of route name, direction and
destination
f) Mobile Application and Web Portal
• Facilitate Passenger to plan a transit trip, purchase ticket/passes, check
where a route goes, get information about a transit provider and vehicle
schedules and provide Estimated Time of Arrival (ETA).
• If passengers are not familiar with where they want to go, interactive map
can help find their destinations.
g) Bus Terminal / Platform Management System
• Bus terminal is a designated place where a bus may start or end its
scheduled route and pick and drop passengers.
• Bus Terminal Management system shall receive data from the bus devices
and transmit the same to the central Command and Control Centre,
Altinho.
h) Management Information System
• Management Information System is a single window dashboard for higher
management. The dashboard is designed considering typical requirement
of Decision Support Tool for Higher Management. It can be used for
navigation to various reports and other functionalities as well.
• The dashboard may be used as an effective tool available to authorities of
Public Transit System for various comparison and Decision Analysis.
i) Inventory and Maintenance Management System
• Stock keeping at depot
• Inventory Transaction Recording and Reports preparation
• Automatic Maintenance Scheduling and Schedule Adherence
j) Financial Management System
• The Financial Management system shall be standard corporate financial
management system including Profit and Loss and Balance sheet
management. System shall consist of central Accounting including
receipts/payments module, Daily Receipts and payments etc.
k) Business Intelligence (BI) System

Volume-I: Project Summary 15


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

• BI platform shall be able to build reports from operations data to perform


multidimensional analysis.
iv. The Service Provider shall ensure that all hardware & software procured for
implementation of ITMS should be from authorized original equipment
manufacturers (OEMs) with genuine license, support and warranty.
v. The Service Provider shall perform the data conversion, digitization, cleansing and
migration from manual and/or the existing legacy systems to the ITMS.
vi. The Service Provider shall maintain standard forms of comprehensive insurance
including insurance for the Assets, data, software, etc. in the joint name of the
Authority and the Service Provider, where the Authority shall be designated as the
‘loss payee’ in such insurance policies.
vii. The Service Provider shall provide a Tier III certified Data Centre (DC) and Disaster
Recovery Centre (DRC) which should be located at any suitable, secured
Physical/Cloud based Data Center in India. The DC & DRC should be located in
different seismic zones. The Authority shall not provide area for physical DC/DRC
at existing Command and Control Centre.
viii. The ITMS application and deployment architecture should be modular in nature
and shall provide for Scale-Up and Scale-out on the various functionalities and
components of the solution in future.
e) Transfer of Assets to Authority on Go-live date
i. The Service Provider shall transfer the ownership of the Assets (which shall include
the perpetual software license with software assurance and solution including the
source code and associated documentation which is the work product of the
development efforts involved in the Project) to the Authority at the Go-Live date,
without any additional cost of transfer.
ii. The Service Provider shall provide training to the employees of the Authority on
application related operations, reports generation etc. The Service Provider shall
conduct all trainings at the Authority’s Premises. Training should be conducted
based on a requisite mix of theory and practical operational sessions. The trainings
should be conducted in Hindi and English.
2. User Support and Maintenance of ITMS Hardware and Software
a) User Support of ITMS Hardware
i. The Service Provider shall deploy well trained, efficient and effective support staff
(Support Engineer) during Term of the Agreement. Any fault originating at any
location where the ITMS is installed shall be addressed by the Support Engineer
in the least time possible. The dedicated senior project manager shall be available
in Goa for minimum of 7 days per month.
ii. The Service Provider shall bear the communication costs (Internet charges,
telephone charges, GPRS connectivity charges) and any other incidental charges
related to user support and maintenance of ITMS.
b) Maintenance of ITMS Hardware and Software
i. The Service Provider is required to submit detailed maintenance plan for the ITMS
at least one week before Go-Live.
ii. The Service Provider shall conduct preventive maintenance of the ITMS Hardware
and Software in a scheduled manner and during off-peak hours.

Volume-I: Project Summary 16


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

iii. The Service Provider shall conduct corrective maintenance of the ITMS Hardware
and Software within stipulated time period as defined in Service Level Agreement
(SLA).
iv. The Service Provider shall monitor the health of the system to ensure minimum
downtime of each of the component/equipment.
v. The Service Provider shall keep sufficient reserve stock of hardware devices
deployed on E-Buses, Bus Shelters, Bus Terminal/Platform, Command Control
Center and Depot incase a need arises for replacement of any Hardware as per
SLA mentioned in Annexure D of Volume-IV.
2.6. Terms of Reference
The indicative steps to be undertaken by the Successful Bidder on successful selection by the
Authority are as follows:
a) Incorporate a new Company (Special Purpose Vehicle): The Successful Bidder is
required to incorporate a Private Limited Company under the Companies Act 2013 in
order to undertake the entire scope of work specified in Clause 2.5, Volume-I, through
such Special Purpose Vehicle (SPV) only.
b) Nomination of Authorized Representative: The SPV must nominate a single point of
contact for any communication with the Authority.

Volume-I: Project Summary 17


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

3. TERM OF AGREEMENT
3.1. The Service Provider shall be granted the Right to conduct the project for a period of 5
(Five) years (“Term”) from date of Go-Live.
3.2. The Authority would eventually decide on one of the following options for managing the
Project beyond the Contract Period.
a. Transfer - The Service Provider will transfer the Project including all Assets to the
Authority and the Authority will manage the operations on its own.
b. Replace – Appoint a different agency for undertaking system maintenance beyond
the Term of the Agreement through a fresh tender.

3.3. In the eventuality that no such alternate arrangements are in place for managing the
Project at the end of the Term of the Agreement, the Service Providers will be required
to continue delivering services as required under this Project, at the same terms and
conditions, even beyond the Term of the Agreement (such period not exceeding 1 year)
till alternate arrangement is done by the Authority to manage the operations. The decision
to extend the Term of the Agreement with the Service Provider (if applicable) will be
communicated to the Service Provider at least 3 months before the expiry of the Term of
the Agreement.
3.4. The Service Provider is required to fulfill the following Conditions Precedent within 270
days from the date of signing of the agreement.
a. Develop the ITMS applications
b. Deploy the ITMS hardware
c. Integrate ITMS hardware and application with E-Buses, Bus Shelters, Platforms
and existing Command and Control Centre

3.5. On the date of Go-live of ITMS, the aforesaid Term of the Project will initiate during which
the Service Provider will offer User Support and Maintenance of ITMS solution.
3.6. On expiry of the Term of Agreement, the Service Provider is required to transfer project
facilities to the Authority in workable condition.

Volume-I: Project Summary 18


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

4. MINIMUM ELIGIBILITY EXPERIENCE


4.1. The Applicant who fulfills the following minimum eligibility experience (“Eligible Bidder”)
shall be considered by the Authority for technical evaluation of their bids.
In compliance with Ministry of Finance OM No. F20/2/2014-PPD(Pt.) dated 20.09.2016,
a Startup, as prescribed under G.S.R. notification 127 (E) and recognized by Department
for Promotion of Industry and Internal Trade (DPIIT), shall be exempted from meeting the
minimum eligibility criteria as provided below, subject to meeting of quality and technical
specifications in accordance with the relevant provisions of GFR 2017.
a) The Bidder should be a registered Legal Entity:
Mandatory documents to be
Bidder Type Minimum Eligibility submitted by the Bidder (in support
of their minimum eligibility)
Single Entity • Independent private legal entity • Certificate of Incorporation; and
incorporated / registered in India • GST Registration certificate issued
such as proprietorship firm, by GSTN authorities; and
partnership firm, Limited Liability • PAN Card.
Partnership (LLP), private • Board Resolution (only in the case of
limited company registered Company) allowing the Company to
under Companies Act 2013, participate in the tender and
public limited company nominating an authorized signatory.
registered under Companies Act The Board Resolution is not
2013 including Joint Ventures, mandatory in case of Proprietorship
government-owned entities. firms.
• In case of foreign companies /
proprietorship firms as part of the
consortium the applicant should
provide KYC documents such as
International Passport etc. and
documentary proof of the
company/proprietorship firm such as
certificate of incorporation, articles of
incorporation etc. in English or
apostilled as applicable. GST
certificates for these foreign
companies / proprietorship firms is
not mandatory.
Consortium1 • A group of entities (the • Certificate of Incorporation of all the
“Consortium”), a combination of members.
the above legal entities, with a • GST Registration certificate issued
formal intent to enter into a by GSTN authorities of all the
Consortium agreement subject members.
to maximum of 3 members. • PAN Card of all the members.
• Board Resolution (only in the case of
Companies) for signing a consortium
agreement for participating in the

1
Refer to Clause 3.1.1 of Volume-II for number of participants of consortium, and other terms and conditions etc.

Volume-I: Project Summary 19


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

tender and nominating an authorized


signatory.
• Consortium agreement.
• In case of foreign companies /
proprietorship firms as part of the
consortium the applicant should
provide KYC documents such as
International Passport etc. and
documentary proof of the
company/proprietorship firm such as
certificate of incorporation, articles of
incorporation etc. in English or
apostilled as applicable. GST
certificates for these foreign
companies / proprietorship firms is
not mandatory.

b) The Applicant should have prior relevant technical experience:

Mandatory documents to be
Bidder Type Minimum Eligibility submitted by the Bidder (in support
of their minimum eligibility)

Single Entity • The entity should have • The details of all eligible projects
experience in an IT/ ITeS project should be provided as per the
in India in last 3 (three) years formats provided in Volume-IV
AND should have satisfactorily Annexure B1, B2 and B3.
implemented at least one project
• All experience certificates must be
with the following components:
certified by Chartered Accountant.
o GPS based Automatic
Vehicle Locator (AVL) project
for bus transport with a fleet
of at least 50 buses.
OR
o Passenger Information
System (PIS) project for Bus
based public transport with at
least 50 PIS Display Units in
Bus Shelters/Stations.

Consortium* • Any member of the consortium


should have experience in an IT/
ITeS project in India in last 3
(three) years AND should have
satisfactorily implemented at
least one project with the
following components:

Volume-I: Project Summary 20


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

o GPS based AVL project for


bus transport with a fleet of at
least 50 buses.
OR
o Passenger Information
System project for Bus based
public transport with at least
50 PIS Display Units in Bus
Shelters/Stations.

* For evaluation, the Consortium member exhibiting the highest relevant technical experience will be
considered.

c) The Applicant should have a minimum financial strength:

Mandatory documents to be
Bidder Type Minimum Eligibility submitted by the Bidder (in support of
their minimum eligibility)

Single Entity • Average Turnover in the last 3 • Turnover of the Bidder / members of
(three) financial years i.e. FY consortium should be provided as
2017-18, 2018-19, 2019-20 per the format provided in Annexure
should be at least INR B4 and certified by a Chartered
2,50,00,000/- (INR Two crore Accountant (CA).
Fifty Lakh only).
• Positive Net Worth as on 31
March 2020.

Consortium • Combined Average Turnover in


the last 3 (three) financial years
i.e. FY 2017-18, 2018-19, 2019-
20 should be at least INR
2,50,00,000/- (INR Two crore
Fifty Lakh only).
• Combined Positive Net Worth as
on 31 March 2020.

d) The Applicant should not have any pending litigations, conflict of interest or
blacklisting as on bid due date:

Mandatory documents to be
Bidder Type Minimum Eligibility submitted by the Bidder (in support
of their minimum eligibility)

Single Entity The Bidder (single entity / any • Certificate from the authorized
member of the Consortium): signatory of the Bidder as per the
Consortium format B1 mentioned at Qualification
application.

Volume-I: Project Summary 21


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

1) Should not be involved in


any major litigation such as
fraud, FEMA violations.
2) Should not be involved in
any conflict of interest
situation.
3) Should not have been
blacklisted by any Central
Government / State
Government / PSU in India.

Volume-I: Project Summary 22


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

5. TECHNICAL EVALUATION
5.1. The technical qualification experience of all the Eligible Applicants will be evaluated and
marks will be assigned (“Technical Experience Score”) based on the following
parameters:
(A detailed power point presentation will have to be made by the bidders before the
Authority on the basis of which marks will be awarded)
Max. Marks
Parameter
Obtained
1. Approach and Methodology:
• Assessment of implementation issues – 10 marks
• Conceptual Design, Hardware & software solution
architecture – 10 marks
• Integration architecture & mechanism - 10 marks 60
• Demo of the solution - 10 marks
• Products & software selection criteria - 10 marks
• Quality assurance Plan and Security mechanism &
architecture - 10 marks
2. Number of IT skilled resources working with the
organization as on 31st August 2021:

Resources Marks Assigned


Up to 25 pax 5 15
> 25 –50 pax 10
> 50 pax 15

3. Experience in multiple projects of Intelligent


Transportation Management System having AVLS and
PIS components (Per project = 3 marks).
Each project should necessarily fulfill either of the following
criteria:
o GPS based AVL project for bus transport with a fleet of 15
at least 50 buses.
OR
o Passenger Information System project for Bus based
public transport with at least 50 PIS Display Units in
Bus Shelters/Stations.

4. Average turnover of the bidder in the last three


financial years:
Average Turnover Marks Assigned 10
> INR 2.5 crore – 5 Crore 3
> INR 5 – 7.5 Crore 5
> INR 7.5 Crore 10

Volume-I: Project Summary 23


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

Total Marks 100

Minimum Technical Experience Score to be obtained by the


60
Bidder
5.2. In compliance with Ministry of Finance OM No. F20/2/2014-PPD(Pt.) dated 20.09.2016,
a Startup, as prescribed under G.S.R. notification 127 (E) and recognized by Department
for Promotion of Industry and Internal Trade (DPIIT), shall be exempted from meeting the
criteria for prior experience and turnover. However, such startup needs to present their
approach and methodology and number of IT skilled resources working with the
organization.
5.3. Tender Evaluation Committee constituted for the purpose of bid evaluation and related
matters shall evaluated the Approach and Methodology (A&M) and technical presentation
of all bidders as per marking scheme provided at clause 5.1. The proposed A&M and
maintenance schedule shall be considered as the preliminary planning by the bidder
which shall be elaborated in the Detailed Project Report as specified at Clause 2.5.
5.4. All applicants scoring not less than the Minimum Technical Experience Score will be
qualified (“Qualified Bidders”). In case of less than 2 Eligible Bidders, the Authority
reserves the right to lower the minimum technical experience score.

Volume-I: Project Summary 24


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

6. FINANCIAL PROPOSAL
6.1. The Bidders are requested to quote the price bid as per the format uploaded online, for
preparing their price quote (Refer Annexure C in Volume-IV).
6.2. The Bidders are required to quote Consolidated Cost, which shall be exclusive of all the
taxes, duties and levies in consideration of right to execute the proposed project.
6.3. The Consolidated Cost shall include implementation cost (Design and Development cost
of Software, and Supply and Installation Cost of Hardware) and User Support and
Maintenance cost (Software, Hardware and Cloud Hosting & Maintenance Cost for a
period of 5 years from date of Go-Live).
6.4. The Qualified Bidder quoting the lowest Consolidated Cost of the Project shall be
declared as the “SUCCESSFUL BIDDER”. Please refer to Clause 3.26 of Volume-II for
evaluation of the financial proposals and other terms and conditions.

Volume-I: Project Summary 25


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

7. OTHER GENERAL CONDITIONS


7.1. The price quote of the Successful Bidder shall be valid for a period of 3 years from date
of issuance of LOA.
7.2. The Service Provider shall raise an invoice for successful delivery of Services on a
milestone basis till Go-live and on a quarterly basis after Go-live. The penalties, if any
shall be imposed on the Service Provider as per the SLA criteria specified in Annexure
D in Volume-IV. In case penalties are incurred by the Service Provider, the same shall
be adjusted in the payment towards invoices.
7.3. Payments shall be made to the Service Provider as per the following Model and
Schedule:
Hardware Cost Payment
S.No Milestone Payment Timeline
proportions
(Hardware Cost)
1 Procurement of Hardware 30% T+6 months
2 Installation and Testing and Go-live 70% T+7 months
of entire ITMS system.

Software Cost Payment Schedule (T = signing of contract)


S.No Milestone Payment proportion Timeline
(Software Payment)
1 Development of ITMS Solution
1) Completion of Functional System 5% T+2 months
Requirement Specifications
2) Completion of System 5% T+2 months
Requirement Specifications
3) Development and Deployment of 30% T+6 months
ITMS Application and Mobile
Application
2 Software development
completion and Successfully
Running of ITMS solution:
User Acceptance and Testing 40% T+9 months
Training
Go-Live
Total 80%
Note: The balance 20% of the Software Cost would be paid to the Service Provider
proportionately over the duration of the contract (5 years) on Quarterly basis, post
Go-Live.

Hosting and Maintenance Cost payment


The billing period of Hosting & Maintenance Cost would begin after Go-Live (includes
product upgrades and maintenance, hosting support and dedicated manpower support
for a period of 5 years. The maintenance period would commence Post- Go-Live.)

S.No Item Deliverable


milestone
1 Application Maintenance Support for five years Quarterly Progress
post Go-Live Report

2 Hardware Maintenance Support for five years Quarterly Progress


post Go-Live Report

Volume-I: Project Summary 26


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

2 Cloud Hosting Support for five years post Go- Quarterly Progress
Live Report

Quarterly Guaranteed Fees for balance 20% of the Software Cost.


Type of Payment Amount (Rs.)
Total Quarterly Guaranteed fees for the
Quarter (A)

Other Fees
Activity Description of Fees Other Fees (Rs.) (Only
applicable to the
concerned month)
Fees attributable to
Change requests
Total Other Fees for The Month (B)

IT related penalties
Service Level Requirements Penalty Criteria Penalty (Rs.)
Infrastructure and Application
Availability & Performance
Handholding Support:
Application Support
Helpdesk Availability
TOTAL IT RELATED PENALTIES FOR THE QUARTER (C)
Penalty will be levied based on support documents and / or measurements.
In the event of a disaster, when the DRC site is operational, the SLA parameters for
the application will be applicable as mentioned in Annexure D in in Volume-IV.
During the stabilization period of first three months in operations, no IT related
penalty would be levied on the vendor.

Quarterly payment shall be calculated on acceptance of invoices submitted by vendor


on Quarterly basis.
a. Calculation of Quarterly Guaranteed Payment (A)
b. Calculation of other fees (B)
c. Calculation of IT related penalties (C)
Total Quarterly Payment Post Go-Live= A + B – C

7.4. Final testing and certification


The Project shall be governed by the mechanism of final Acceptance testing and certification
to be put into place by the Authority, guided by the following principles:
a) The Authority reserves the right to nominate a technically competent agency (“Third
Party Assessment / Acceptance Agency”) for conducting final Acceptance testing and
certification at its own cost.
b) Such Third Party Assessment / Acceptance Agency will lay down a set of guidelines
following internationally accepted norms and standards for testing and certification for
all aspects of Project development and implementation covering software, hardware
and networking including the processes relating to the design of solution
architecture, design of systems and sub-systems, coding, testing, business process
description, documentation, version control, change management, security, service
oriented architecture, performance in relation to compliance with SLA metrics,

Volume-I: Project Summary 27


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

interoperability, scalability, availability and compliance with all the technical and
functional requirements of the RFP;
c) The testing will be done in the form of Assessment and Acceptance of city-wide rollout.
Once the System has been rolled out, the Service Provider will notify the Authority so
that the system may be assessed by the Authority’s Third-Party Assessment /
Acceptance Agency.
d) The Authority may get the solution assessed periodically through a Third-Party
Assessment / Acceptance Agency even after declaration of ‘Go-live’ in order to ensure
continued success of the Project.
e) The Service Provider shall provide all the requisite support and cooperation to the
Authority and the Third-Party Assessment / Acceptance Agency for the completion of
this assessment.

Volume-I: Project Summary 28


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

8. RIGHTS OF THE AUTHORITY


8.1. The Authority reserves to annul the bidding process at any time without any reasons
whatsoever.
8.2. If the information provided by the Bidder is found to be (1) incomplete or (2) vague i.e.
the submission of tender documents or explanation given by the Bidder thereof is unclear
or ambiguous, or (3) unsatisfactory i.e. the information provided by the Bidder is
unrealistic or the Authority opines that the explanation provided by the Bidder is either
misleading or not up to the satisfaction of the Authority, as the case may be, at any time
during the bidding process, the Authority reserves the right to reject the same and the
decision of the Authority will be final.

Volume-I: Project Summary 29


DESIGN, DEVELOPMENT, SUPPLY, INSTALLATION, IMPLEMENTATION, HOSTING
AND MAINTENANCE OF INTELLIGENT TRANSPORTATION MANAGEMENT
SYSTEM (ITMS) FOR PUBLIC BUS TRANSPORT IN PANAJI AND SURROUNDING
AREAS

9. PROPOSED NEXT STEPS


9.1. The Authority will issue a Letter of Award (“LOA”) and sign the Agreement with the SPV.
9.2. The Successful Bidder shall be required to satisfy the following conditions, which will
enable the Authority to enter into an Agreement with the Successful Bidder:
No. of Days for
compliance from
Sr. No Particulars the date of
issuance of the
LOA

A Sign and return a duplicate copy of LOA to the Authority 15 Days

Form the Special Purpose Vehicle / new legal entity and


submit the incorporation documents to the Authority before
B 45 Days
entering into the Agreement (Refer Clause 3.1.3 of Volume-
II).

Submit the Performance Security in the form of Bank


C Guarantee, adhering to the terms and conditions as 45 Days
stipulated in the Agreement.

D Any other condition as may be prescribed in the LOA. As per LOA

««« END OF VOLUME-I: PROJECT SUMMARY »»»

Signature Not Verified


Digitally signed by MURUGAMPALAYAM
Volume-I: Project Summary PONNAMALEI BALAN 30
Date: 2021.10.01 18:32:34 IST
Location: Goa

You might also like