+ All Categories
Home > Documents > Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.-...

Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.-...

Date post: 02-Jan-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
140
Confidential and Proprietary RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System apts: One Stop-Shop Solution provider for e-Governance. Page: 1of of of of 140 Request for Proposals (RFP) for Selection of Service Provider for “Implementing AADHAR Enabled Public Distribution System (AePDS)” for Civil Supplies Department, GoAP July 2014 Prepared by A.P Technology Services Ltd., 4th floor, B-Block, BRKR Bhavan, Tank bund Road Hyderabad – 500 063.
Transcript
Page 1: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 1of of of of 140

Request for Proposals (RFP)

for

Selection of Service Provider for

“Implementing AADHAR Enabled Public

Distribution System (AePDS)”

for

Civil Supplies Department, GoAP

July 2014

Prepared by

A.P Technology Services Ltd.,

4th floor, B-Block, BRKR Bhavan, Tank bund Road

Hyderabad – 500 063.

Page 2: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 2of of of of 140

Disclaimer

No part of this document can be reproduced in any form or by any means, disclosed or

distributed to any person without the prior consent of APTS except to the extent required

for submitting bid and no more. The guidelines referred are indicative, the bidder is bound

by other appropriate guidelines related to the subject.

The information contained in this tender document (the “Tender Document”) or

subsequently provided to Bidder(s), whether verbally or in documentary or any other form

by or on behalf of the APTS or any of its employees or advisors, is provided to Bidder(s) on

the terms and conditions set out in this Tender Document and such other terms and

conditions subject to which such information is provided.

This Tender Document is not an agreement and is neither an offer nor invitation

by APTS to the prospective Bidders or any other person. The purpose of this

Tender Document is to provide interested parties with information that may be

useful to them in making their technical/ financial proposals (“Bid(s)”) pursuant to

this Tender Document.

Page 3: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 3of of of of 140

Contents

1. INVITATION FOR OCB TENDER ................................................................................................................. 7

1.1. RFP NOTICE ............................................................................................................................................. 7

1.2. TIME SCHEDULE OF VARIOUS TENDER RELATED EVENTS: ..................................................................................... 7

2. SCOPE OF WORK ..................................................................................................................................... 8

2.1. PUBLIC DISTRIBUTION SYSTEM IN ANDHRA PRADESH ........................................................................................ 8

2.1.1 Background ....................................................................................................................................... 8

2.1.2 Issues in the Conventional System .................................................................................................... 8

2.1.3 Devising Solution ............................................................................................................................... 8

2.2. BRIEF DESCRIPTION OF SCOPE OF WORK ...................................................................................................... 10

A. POS devices ......................................................................................................................................... 10

B. Client side software ............................................................................................................................. 12

C. Electronic Weighing Machine .............................................................................................................. 13

2.3. AADHAR ENABLED PUBLIC DISTRIBUTION SYSTEM (AEPDS) ........................................................................... 13

2.3.1. Overview ..................................................................................................................................... 13

2.3.2. AePDS process for issue of Commodities .................................................................................... 13

2.3.3. System Architecture .................................................................................................................... 14

2.4. FEATURES ............................................................................................................................................... 17

2.4.1. Exception Management process ................................................................................................ 17

2.4.2. POS device (in FPS/NR/KOD/MLS Point) loaded with Client Software:....................................... 17

2.5. ROLES AND RESPONSIBILITIES ..................................................................................................................... 19

2.5.1. UIDAI Responsibilities ................................................................................................................. 19

2.5.2. Consumer Affairs, Food & Civil Supplies Department’s Responsibilities ..................................... 19

2.5.3. Authentication Service Agency – BSNL ....................................................................................... 21

2.5.4. Resident (BPL Beneficiary) .......................................................................................................... 21

2.5.5. Service Provider .......................................................................................................................... 21

2.6. IMPLEMENTATION PLAN ............................................................................................................................ 24

2.6.1. AePDS Execution Steps ............................................................................................................... 24

2.6.2. Tentative timelines for project implementation ......................................................................... 24

2.7. WARRANTY, SUPPORT AND MAINTENANCE ................................................................................................... 25

2.7.1. Warranty .................................................................................................................................... 25

2.7.2. Annual Maintenance Contract (AMC) ........................................................................................ 25

2.7.3. Repairs/Replacements & Solving of Technical issues ................................................................. 25

2.7.4. Software Support and Change requests ..................................................................................... 25

2.7.5. Training ...................................................................................................................................... 26

2.7.6. Helpdesk Service Centre and Related Manpower (for Option II- Purchase Model) .................... 26

2.7.7. Supply, Installation and Commissioning ..................................................................................... 27

2.8. DELIVERABLES ......................................................................................................................................... 27

2.9. INTELLECTUAL PROPERTY RIGHTS ................................................................................................................. 28

2.10. USER LICENSE AND PATENT RIGHTS ............................................................................................................. 29

2.11. CONFIDENTIALITY ..................................................................................................................................... 30

2.12. USE OF DOCUMENTS AND INFORMATION ...................................................................................................... 31

2.13. PRIVACY & SECURITY SAFEGUARDS .............................................................................................................. 32

2.14. TERMS OF PAYMENT FOR COST OF AUDIT ..................................................................................................... 32

2.15. OBLIGATIONS .......................................................................................................................................... 32

2.16. SENSITIVE INFORMATION ........................................................................................................................... 32

3. PRE QUALIFICATION CRITERIA ............................................................................................................... 33

4. INSTRUCTIONS TO BIDDERS ................................................................................................................... 37

4.1. COMPLETENESS OF RESPONSE .................................................................................................................... 37

4.2. PROPOSAL PREPARATION COSTS & RELATED ISSUES ......................................................................................... 37

4.3. PRE-BID MEETING .................................................................................................................................... 37

Page 4: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 4of of of of 140

4.4. RESPONSES TO PRE-BID QUERIES AND ISSUE OF CORRIGENDUM ........................................................................ 38

4.5. RIGHT TO TERMINATE THE PROCESS ............................................................................................................. 38

4.6. TRANSFERABILITY ..................................................................................................................................... 38

4.7. PREPARATION OF PROPOSALS ..................................................................................................................... 38

4.8. SUBMISSION OF RESPONSES ....................................................................................................................... 39

4.9. BID SUBMISSION FORMAT ......................................................................................................................... 40

4.10. VENUE AND DEADLINE FOR SUBMISSION ....................................................................................................... 41

4.11. SHORT LISTING CRITERIA ............................................................................................................................ 41

4.12. OVERALL EVALUATION .............................................................................................................................. 41

4.13. THE TECHNICAL PROPOSAL SHALL COVER THE FOLLOWING: ............................................................................... 41

5. TECHNICAL EVALUATION CRITERIA ........................................................................................................ 43

6. AWARD OF CONTRACT .......................................................................................................................... 44

7. NOTIFICATION OF AWARD ..................................................................................................................... 44

8. CONTRACT PERIOD ................................................................................................................................ 44

9. PAYMENT MODEL .................................................................................................................................. 44

10. SERVICE LEVEL AGREEMENT/SLA ....................................................................................................... 47

11. STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID ......................................................... 50

12. GENERAL INSTRUCTIONS TO BIDDERS ............................................................................................... 52

12.1. DEFINITIONS ........................................................................................................................................... 52

12.2. APPLICATION ........................................................................................................................................... 52

12.3. STANDARDS ............................................................................................................................................ 52

12.4. GENERAL ELIGIBILITY ................................................................................................................................. 53

12.5. BID FORMS ............................................................................................................................................. 53

12.6. COST OF BIDDING ..................................................................................................................................... 53

12.7. CLARIFICATION OF BIDDING DOCUMENTS ...................................................................................................... 53

12.8. AMENDMENT OF BIDDING DOCUMENTS ........................................................................................................ 54

12.9. PERIOD OF VALIDITY OF BIDS ....................................................................................................................... 54

12.10. SUBMISSION OF BIDS ............................................................................................................................ 54

12.11. DEADLINE FOR SUBMISSION OF BIDS ........................................................................................................ 54

12.12. LATE BIDS ........................................................................................................................................... 54

12.13. MODIFICATION AND WITHDRAWAL OF BIDS ............................................................................................... 54

12.14. GENERAL BUSINESS INFORMATION .......................................................................................................... 55

12.15. BID SECURITY I.E. EARNEST MONEY DEPOSIT (EMD) ................................................................................... 55

12.16. PREPARATION OF PRE-QUALIFICATION BID ................................................................................................ 55

12.17. PREPARATION OF TECHNICAL BID ............................................................................................................ 56

12.18. PREPARATION OF FINANCIAL BID ............................................................................................................. 56

12.19. BID CURRENCY .................................................................................................................................... 56

12.20. TERM AND EXTENSION OF CONTRACT ...................................................................................................... 56

12.21. SUSPENSION OF WORK ......................................................................................................................... 57

12.22. FORCE MAJEURE .................................................................................................................................. 57

12.23. TERMINATE THE CONTRACT ................................................................................................................... 57

12.24. TERMINATION ..................................................................................................................................... 58

12.25. TERMINATION FOR INSOLVENCY .............................................................................................................. 58

12.26. TERMINATION FOR CONVENIENCE ........................................................................................................... 58

12.27. RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT ......................................................................... 59

12.28. RISK MANAGEMENT ............................................................................................................................. 59

12.29. PUBLICITY ........................................................................................................................................... 59

12.30. RESOLUTION OF DISPUTES ...................................................................................................................... 60

12.31. GOVERNING LANGUAGE ........................................................................................................................ 60

12.32. APPLICABLE LAW .................................................................................................................................. 60

12.33. NOTICES ............................................................................................................................................ 60

12.34. TAXES AND DUTIES ............................................................................................................................... 60

Page 5: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 5of of of of 140

12.35. ARBITRATION (AS PER THE STATE GOVERNMENT RULES) ............................................................................. 60

12.36. CONCESSIONS RELATED TO GOVERNMENT PROJECTS .................................................................................. 61

12.37. MANUALS AND DRAWINGS .................................................................................................................... 61

12.38. INSPECTION AND ACCEPTANCE TESTS ....................................................................................................... 61

12.39. ACCEPTANCE CERTIFICATES .................................................................................................................... 63

12.40. PACKING ............................................................................................................................................ 63

12.41. OWNERSHIP, GRANT, DELIVERY AND DOCUMENTS ...................................................................................... 63

12.42. INSURANCE ......................................................................................................................................... 63

12.43. TRANSPORTATION ................................................................................................................................ 64

12.44. HARDWARE & OS SOFTWARE INSTALLATION ............................................................................................ 64

12.45. INCIDENTAL SERVICES ........................................................................................................................... 65

12.46. SPARE PARTS ...................................................................................................................................... 65

12.47. PRICES ............................................................................................................................................... 65

12.48. CHANGE ORDERS ................................................................................................................................. 66

12.49. CONTRACT AMENDMENT ...................................................................................................................... 66

12.50. ASSIGNMENT ...................................................................................................................................... 66

12.51. GUARANTEES ...................................................................................................................................... 67

12.52. PERFORMANCE AND PRODUCTIVITY OF THE EQUIPMENT .............................................................................. 67

12.53. CORRUPT, FRAUDULENT AND UNETHICAL PRACTICES .................................................................................. 67

12.54. CHANGE IN OWNERSHIP/ CONTROL OF THE MANAGEMENT ........................................................................... 68

12.55. USER LICENSE AND PATENT RIGHTS ......................................................................................................... 68

12.56. CONCESSIONS RELATED TO GOVERNMENT PROJECTS .................................................................................. 68

12.57. RESOLUTION OF DISPUTES ..................................................................................................................... 68

12.58. JURISDICTION ...................................................................................................................................... 70

12.59. LICENSING CONSIDERATIONS .................................................................................................................. 70

12.60. DELIVERY ........................................................................................................................................... 71

**CONSORTIUM CRITERIA ...................................................................................................................................... 72

FORMAT OF APPLICATION FORM................................................................................................................... 73

BID LETTER FORM .......................................................................................................................................... 75

FORM OF CONTRACT AGREEMENT ................................................................................................................ 76

BID SECURITY (EMD) FORM ........................................................................................................................... 79

CHECK LIST ..................................................................................................................................................... 80

COMPLIANCE/ AGREED/ ENCLOSED/ DEVIATION STATEMENT ........................................................................................ 80

APPENDIX I .................................................................................................................................................... 81

PRE QUALIFICATION (PQ) PROPOSAL SUBMISSION FORMS ............................................................................ 81

FORM – PQ#1A (SINGLE BIDDER / PRIME BIDDER) ..................................................................................................... 82

GENERAL INFORMATION ......................................................................................................................................... 82

FORM – PQ#1B (CONSORTIUM BIDDER) .................................................................................................................. 83

GENERAL INFORMATION ......................................................................................................................................... 83

FORM - PQ#2 (SINGLE OR CONSORTIUM).................................................................................................................. 84

TURNOVER ........................................................................................................................................................... 84

FORM – PQ#3 (PRIME & CONSORTIUM)................................................................................................................... 85

PROJECT EXPERIENCE ............................................................................................................................................. 85

FORM – PQ#4 (PRIME / CONSORTIUM) .................................................................................................................... 87

QUALITY CERTIFICATION ......................................................................................................................................... 87

FORM – PQ#5 (SINGLE / CONSORTIUM) ................................................................................................................... 88

HARDWARE WARRANTY ......................................................................................................................................... 88

FORM – PQ#7 (SINGLE / CONSORTIUM) .................................................................................................................. 92

TECHNICAL SPECIFICATIONS OF E POS DEVICE AND CLIENT SOFTWARE .............................................................................. 92

FORM – PQ#8 (SINGLE / CONSORTIUM) .................................................................................................................. 97

TECHNICAL SPECIFICATIONS OF E WEIGHING MACHINE ................................................................................................. 97

FORM – PQ#9 (SINGLE / CONSORTIUM) .................................................................................................................. 99

Page 6: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution System

apts: One Stop-Shop Solution provider for e-Governance. Page: 6of of of of 140

HELP DESK SERVICE ............................................................................................................................................... 99

FORM – PQ#10 (SINGLE & CONSORTIUM BIDDERS) ................................................................................................. 100

LOCAL PRESENCE ................................................................................................................................................. 100

FORM – PQ#11 (PRIME & CONSORTIUM) .............................................................................................................. 101

DECLARATION REGARDING CLEAN TRACK RECORD ..................................................................................................... 101

FORM – PQ#12 (PRIME & CONSORTIUM) .............................................................................................................. 102

POWER OF ATTORNEY .......................................................................................................................................... 102

ANNEXURE 18: FORMAT FOR POWER OF ATTORNEY .................................................................................................. 102

FORM – PQ#13 (PRIME / CONSORTIUM) ................................................................................................................ 103

ACCEPTANCE OF TERMS FOR DELIVERY HAS BEEN FURNISHED ....................................................................................... 103

FORM – PQ#14 (PRIME / CONSORTIUM) ................................................................................................................ 104

INTELLECTUAL PROPERTY RIGHTS (IPR) ................................................................................................................... 104

APPENDIX II ................................................................................................................................................. 105

TECHNICAL (TQ) PROPOSAL SUBMISSION FORMS ...................................................................................... 105

FORM – TQ#1 ................................................................................................................................................... 108

UNDERSTANDING OF THE PROJECT .......................................................................................................................... 108

FORM – TQ#2 ................................................................................................................................................... 109

DETAILS OF SERVICE CENTRES IN THE PROJECT DISTRICTS ............................................................................................. 109

FORM – TQ#3 ................................................................................................................................................... 110

PROJECT IMPLEMENTATION PLAN ........................................................................................................................... 110

APPENDIX III ................................................................................................................................................ 111

COMMERCIAL PROPOSAL SUBMISSION FORMS ......................................................................................... 111

FORM C - COMMERCIAL PROPOSAL SUBMISSION FORM ............................................................................................. 112

COMMERCIAL FORM-C#1- (OPTION I) - HIRE MODEL ................................................................................................ 113

COMMERCIAL FORM-C#2- (OPTION II) - PURCHASE MODEL ....................................................................................... 113

ANNEXURES ................................................................................................................................................. 116

ANNEXURE 1: TECHNICAL SPECIFICATIONS FOR E POS DEVICE ...................................................................................... 116

ANNEXURE 2: TECHNICAL SPECIFICATIONS FOR E WEIGHING MACHINE .......................................................................... 121

ANNEXURE 3: PROCESS DIAGRAM OF AEPDS .......................................................................................................... 122

ANNEXURE 4 E-POS SYSTEM – HIGH LEVEL ARCHITECTURE DIAGRAM .......................................................................... 138

ACRONYMS AND ABBREVIATIONS ............................................................................................................... 139

Page 7: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 7ooooffff 140

1. Invitation for OCB Tender

Selection of Service Provider for “Implementing AADHAR Enabled Public

Distribution System (AePDS)” for Civil Supplies Dept.

1.1. RFP Notice

APTS on behalf of Civil Supplies Department, GoAP invites bids from eligible Service Providers

for “Implementing Aadhar Enabled Public Distribution System (AePDS)” for Consumer Affairs,

Food and Civil Supplies Department, GoAP.

1.2. Time schedule of various Tender related events:

Bid calling date 19/07/2014

Pre-bid Conference for Clarification 28/07/2014 at 12 noon at APTS, 4th floor

Hyderabad

Last date/time for clarification 28/07/2014 up to 5.00 PM

Bid closing date/time 08/08/2014 at 04.00 PM

Pre Qualification Bid opening date/time 08/08/2014 at 04.30 PM at APTS

Technical Bid Opening Date Will be communicated to the PQ qualified

bidders

Commercial Bid Opening Date Will be communicated to the TQ qualified

bidders

Bid Document Fee Rs.25,000/-

Tender Reference APTS/HWP1/AP/8013/AePDS/2014

Department Contact Person Director, AP Civil Supplies Dept

APTS Contact Person MD APTS

[email protected], [email protected],

[email protected]

For further details regarding detailed Tender Notification, specifications and digital certificate please

visit http://www.apts.gov.in andwww.eprocurement.gov.in .

Managing Director,

A.P. Technology Services Ltd.

Page 8: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 8ooooffff 140

2. Scope of Work

2.1. Public Distribution System in Andhra Pradesh

2.1.1 Background

Consumer Affairs, Food and Civil Supplies Department manages the Public Distribution System

(PDS) through which subsidized food grains, sugar and kerosene and other essential commodities

are delivered to eligible beneficiaries in rural and urban areas of Andhra Pradesh every month.

Food grains, mainly rice, wheat, sugar and kerosene are supplied to the eligible families holding

ration cards at subsidized rates through the fair price shops (FPS) authorized by the Department,

spread all over the state. As per Departmental figures, there are about 1.34 Crore families holding

ration cards and about 27,226 FPS in Andhra Pradesh. About 10,000 (Ten Thousand) POS devices

initially along with electronic weighing machines are proposed for procurement / on hire basis

under this RFP.

2.1.2 Issues in the Conventional System

A number of issues have been noticed in the implementation of this system over the years. A

majority of these originate in the interface between the Fair Price Shop dealers and the Ration

Card (RC) Holders. The common problems being faced by a beneficiary at FPS are listed below.

� Refusal/reluctance in the opening of FPS/NR when the beneficiary wishes to draw the

commodities

� Un-authorised diversion of commodities that are not drawn by the beneficiaries.

� Declaration of non-availability of stock even when the FPS has sufficient stocks

� Non furnishing of actual closing balances by FPS

� Lack of accessibility to RC data for drawal of ration anywhere and at anytime

� No workflow base for mutations/deletions/new application/new entitlement.

� At present, the accounts in respect of the subsidized food grains, sugar and kerosene

distributed or sold to card holders at the FPS (the point of sale) are maintained manually and

there is no fool proof arrangement to ensure that the eligible quantity of commodities are

issued to the card holders at the prescribed rates and to the right beneficiaries.

2.1.3 Devising Solution

To address the above listed issues, there is a need to conceptualize a system that would

effectively become an end-to-end solution that manages the entire system. To deliver such an

elaborate system, there is a need to have a database that houses the stocks in FPS and records the

transactions that take place there against the RC Holder who transacts. On the other hand, there is

Page 9: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 9ooooffff 140

a need to establish all this against the identity of the beneficiary to ensure that the benefits accrue

only to the targeted beneficiaries.

Use of biometrics to determine the identity has been acknowledged a success. The determination

of identity of a Ration Card Holder could also be efficiently established with the help of

biometrics. This data along with the personal data of card holders and their families including

details like name, age, gender, caste, category of beneficiary etc are captured by the Unique

Identification Authority of India (UIDAI). These have largely been digitised and are available for

use.

Therefore, there is a felt need to devise a solution with the following project objectives:

� To ensure that only a genuine cardholder or his/her family member whose name is listed in

the ration card can draw the commodities with the help of Aadhar technology platform, thus

aiming to eliminate withdrawal of commodities by others.

� To record all FPS and Mandal Level Storage transactions electronically, which enables real

time MIS on opening stock, daily sales and closing stock etc and thus aids informed decision

making.

� To facilitate monthly allotment of Stock to FPSs based on real time MIS of stock position

availability.

� To facilitate monitoring and detection of any fraudulent transactions.

� To establish a communication channel with beneficiaries (by way of sending SMS on arrival of

goods & on purchase of goods), which promotes transparency as well as savings in time &

money on account of unproductive trips to FPS by beneficiaries, for finding out stock arrival.

� To ensure that the cardholder receives exact quantities of essential commodities as per

his/her entitlement.

� To cover all excluded beneficiaries for inclusive growth

� To project savings and ensure optimum utilization of scarce resources

� To implement portability for drawing Ration anywhere.

� To provide On–demand Ration card to all the eligible beneficiaries

� To help bring in transparency and accountability in the overall Public Distribution System

Government of Andhra Pradesh has already initiated the project, Aadhar Enabled Public

Distribution System (AePDS), with a view to provide such a platform as discussed above. AePDS

has been envisioned to eliminate all the issues in the conventional system faced by a beneficiary

at FPS/NR by allowing issue of goods to the family members of Ration Card, only with beneficiary

authentication with UIDAI servers, while assisting the Government in plugging all leakages.

Page 10: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 10ooooffff 140

2.2. Brief Description of Scope of Work The following is the scope of work of the selected Vendor:

A. POS devices

i. Number of Devices and Locations

• The selected bidder/s will have to supply, install and commission, approx 10,000 initially

and subsequently for all the shops in State of AP, handheld e-POS devices initially with

pre-loaded client side software and electronic weighing machine. The balance e-PoS

devices should be kept ready for deployment as and when asked by the dept. The total

FPS shops in Andhra Pradesh are around 27,226.

• It is envisaged to have 2 options for selecting the successful bidders i.e. either ‘Hire Model’

or ‘Purchase Model’ based on the competitive price received .

• The L1 bidders (max 3 i.e. L1, L2, L3 willing to match the L1 rate) will be empanelled with

APTS on Rate Contract Basis for a period of 2 years to supply the PoS devices to any

districts/ departments in the allotted group as requested by the GoAP.

• The L1 bidder will be awarded 50% of the total work as an incentive.

• The region wise grouping of districts is as below:

Group – I – 9070 FP Shops –Anantapur(2715), YSR Kadapa(1471), Kurnool(2292),

Chittoor(2592) Dists

Group- II –8466 FP Shops—Krishna(2043), Guntur(2617), Prakasam(1960), Nellore

(1846) dists

Group- III – 9690 FP Shops -- East Godavari(2465), West Godavari(2006),

Vishakapatnam(1950), Vizianagaram(1327) & Srikakulam(1942)

• The allotment of the Groups to the selected bidders will made by Commissioner Civil

Supplies. The district wise requirement of the devices will be given to the selected bidder.

• The Department desires to obtain 2 commercial quotes as options to Government to

obtain and estimate the best offer of obtaining the service. The bidder has to mandatorily

submit the proposal for the below 2 options:

a. OPTION – I: Hire Model – The Total solution(including H/w, S/w, Connectivity)

will be hired by the Government for the contract period and the payment will be

paid on quarterly basis in terms of No. of transactions per quarter per machine.

The estimated transactions per PoS machine per quarter are approx. 3000. The

Page 11: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 11ooooffff 140

bidders shall quote the per transaction charge including all the components in

the Commercial proposal.

b. OPTION – II: Purchase Model- The bidder shall quote the prices for H/w & S/w,

warranty cost per PoS machine and Annual Maintenance Cost per device post

warranty for 3rd, 4th, & 5th year.

The Financial bid should be prepared using the attached Standard Form given in the RFP

and it should include all costs associated with the assignment for supply, set up of the PoS

units in any district.

The Evaluation Committee shall access the quotes obtained in both the options and

choose the best option to be adopted by the GoAP. The L1 bidders will be accordingly

announced from the ‘Best Option’ chosen by the Evaluation Committee.

• The devices are required to be compliant with the technical specifications laid down in

Annexure 1&Annexure 2.

• It shall be noted by the bidder that the requirement of GoAP may vary by 50%(+/-) i.e. the

procurement will be done as per the availability of the budget and the total number of

POS devices .

• The decision of the Evaluation Committee regarding the conformity of the e-POS devices

with specification stipulated under Annexure shall be final and binding. The technical

specifications for e POS devices are based on those issued by Standardization Testing and

Quality Certification (STQC) Directorate for PoS devices certification standards (version 6)

(http://www.stqc.gov.in/sites/upload_files/stqc/files/POS-Device-Certification-ver-

0.6.pdf)and along with the Department’s learnings on the requirement of enhanced

specifications from the pilot phases held in Hyderabad and East Godavari districts of Andhra

Pradesh.

• In addition to the stipulated supply, an additional five percentage of the total devices

loaded with client software and e-weighing machines are to be kept ready in spare for

immediate replacement as and when requested by the GoAP.

• The Civil Supplies Department shall setup a PMU to monitor and prepare the day-to-day

analytical reports.

Page 12: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 12ooooffff 140

ii. OS Compatibility

POS device should be compatible with any operating system with Graphic User Interface, Java

Virtual Machine or equivalent support and should be accompanied by software development kit

for third party application development.

iii. Ruggedness

POS device should be rugged enough to be handled under roughest conditions as mentioned in

Annexure 1. The device should be robust enough to run in a rough industry environment for a

long period of time; should be built in a tamper proof rugged body to make it more secure and

rodent proof; device must be strong enough to sustain shock/drops from table heights etc.

iv. Connectivity Support

POS device should support all connectivity options as specified in Annexure I and shall support

services provided by Telecom Service Providers (BSNL, Idea, Reliance, Airtel, Tata Docomo,

Aircel, Vodafone etc) and other operators operating in Andhra Pradesh.

The Selected bidder shall supply &borne the connectivity charges (fixed & recurring) for the

duration of the contract period.

B. Client side software

The client side software needs to conform to the following:

i. Technical Specifications of Client software

The pre-loaded client software in the POS devices shall be developed by the vendor as per the

tentative use cases, work-flow and architecture is given in the Annexure 3 and Annexure 4. The

software should duly factor in:

� The device Connectivity with server with multiple channels combination [GPRS(dual

SIM), Broadband, PSTN, WiFi, EDGE, 3G] connectivity,

� Device should access only the provided web services of epos server

� Client software should be able to transfer fingerprints to UIDAI Server for authentication

response and perform PDS transaction.

ii. User Interface Language

Client software should be available in Telugu and English Interface with Unicode Font support.

The device should be able to readout the specifics of the transaction in both the languages. The

Successful bidder will ensure that PoS devices continue to operate through upgrades and new

releases of software. The Successful bidder will further ensure minimum interruption during

upgrades to such software.

Page 13: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 13ooooffff 140

iii. Response Time

Each authentication response time should not exceed 6 seconds

C. Electronic Weighing Machine (e-Weighing Machine)

Vendor will have to provide electronic weighing machine compatible with the afore mentioned e-

pos devices. The weighing machines must conform to the specifications mentioned under the

Annexure 2.

The GoAP is intending to obtain the different quotes from bidders which is inclusive & exclusive of e-

Weighing Machine in both the models (Hire & Purchase). The Right to choose the required Option &

Model is reserved with GoAP/ Civil Supplies department.

2.3. AADHAR Enabled Public Distribution System (AePDS)

2.3.1. Overview

AePDS with POS devices is recognized as one of the best technical solutions to solve most of the

problems associated with PDS while improving its efficiency. It ensures that only the eligible

family members of Ration Card holders draw the PDS commodities. Each MLS Point/FPS/NR will

have a Handheld Device (POS device) with connectivity to the e-POS server of the CA,F&CS

Department. Government of Andhra Pradesh has already completed digitizing the entire Ration

Card Database and seeding of AADHAR number into it. This enables the beneficiaries of the

FPSs/NRs to draw their commodities after duly authenticating their identity with UIDAI

fingerprints.

AADHAR enabled PDS (AePDS) with PoS devices for automation of FPS has been taken up as pilot

project in 100 shops in East Godavari and 45 shops in Hyderabad districts.

2.3.2. AePDS process for issue of Commodities

i. MLS Point In-charge lifts commodities from FCI, receives DDs from MROs/ASOs and issues

commodities to various FP Shops using authentication in e-POS device and recording the

quantity.

ii. Beneficiaries get an SMS (if mobile number is seeded to their ration card) intimating arrival of

goods at their ration shop in local language and in English.

iii. FPS dealer enters the Ration Card Number (RC No.) into POS device (Handheld device), PoS

device (which is connected to e-POS server) receives data (RC No.) from the central e-POS

server, details of Name, Aadhaar Number, Enrolment ID, Mobile Number of all family

members are displayed on the POS device.

iv. If the beneficiaries’ Aadhaar number has been seeded into the Ration Card database, it is

displayed against their name. Fingerprint is captured on sensor, Aadhaar number and

fingerprint are sent to UIDAI server for authentication. On successful authentication received

Page 14: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 14ooooffff 140

from UIDAI, the commodities screen is displayed. Beneficiary needs to give all fingerprints for

identification of Best Finger Detection when the beneficiary comes for the first time. BFD is a

process to ascertain the best finger of the beneficiary for authentication.

v. If the beneficiary has Enrolment ID (EID) but is yet to get the Aadhaar number, System

prompts to seed the EID (if not seeded) and mobile number. After seeding EID and mobile

number, system sends One Time Password (OTP) to the mobile number seeded, the

beneficiary needs to enter the OTP into the POS device for authentication. On successful

authentication, Commodities screen will be displayed. In case, the Beneficiary has EID but

does not have Mobile Phone, the system will prompt for finger print of authorised functionary

like Checking Inspector/VRA/VRO etc for authenticating the beneficiary. Beneficiaries

without EID encouraged to get enrolled themselves for Aadhaar and come with EID for

drawing the Ration.

vi. Seeding of EID and Mobile number is one time and exception cases will have to be monitored

closely and necessary guidelines are to be in place to facilitate close monitoring of exceptional

cases by the concerned authorities.

vii. In case of False Rejections, the system prompts for fingerprint of authorised functionary like

Checking Inspector/VRA/VRO etc., for authenticating the beneficiary.

viii. Once beneficiary is authenticated, available balance commodity details are shown in the POS

device against each beneficiary.

ix. FPS dealer enters commodities being issued and then confirms to the server

x. The quantities issued will be recorded in the Central e-POS transaction database and success

report is given to POS device, POS Device then generates a print/receipt showing the items,

quantity, rate, date, time and total amount to be paid for further processing.

xi. SMS is given to the registered mobile (if any) with the card with the transaction details.

xii. FPSs in e-POS will be periodically replenished by the commodities sold in that period as per

the system alerts to the concerned officers including Joint Collector. This event gets triggered

whenever the available balance reaches to a minimum balance level. The minimum available

balance quantity requires be fixing and informing to the respective stakeholders for

periodical replenishment.

2.3.3. System Architecture

The system architecture is depicted below:

Page 15: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

RFP- CA,F&CS Dept. –Selection of

apts: One Stop-Shop Solution provider

i. AUA Server

Any Agency/ Organization, which wishes to provide Aadhaar enabled services using

Authentication services provided by UIDAI, has to become an AUA (Authentication User

following a mandated set of processes. AP F& CS Dept has become AUA for piloting AePDS. AUA

services are developed and maintained by the IT

This AUA,

a) Takes requests from e

and

b) Receives response from ASA and communicates the same to e

www.uidai.gov.in for APIs (Application Programming Interface).

ii. ASA Server

As per the norms prescribe

through an approved ASA (Authentication

BSNL’s ASA services for authentication purpose. ASA is an entity that provides secured and

compliant network connectivity to UIDAI and AUA for enabling Aadhaar authentication services.

iii. Authentication services by UIDAI:

Actual authentication will be performed on UIDAI servers. The UIDAI authentication server

accepts the requests from ASA and after verification, communicates the response to ASA server

duly assigning a unique transaction ID.

Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System

ider for e-Governance. Page

ation, which wishes to provide Aadhaar enabled services using

Authentication services provided by UIDAI, has to become an AUA (Authentication User

following a mandated set of processes. AP F& CS Dept has become AUA for piloting AePDS. AUA

services are developed and maintained by the IT-Wing of O/o Commissioner of Civil Supplies

requests from e-POS server and sends to ASA (Authentication Service Agency) server

response from ASA and communicates the same to e

for APIs (Application Programming Interface).

As per the norms prescribed by UIDAI, AUA communicates with Aadhaar authentication services

through an approved ASA (Authentication Service Agency). AP F& CS Dept

BSNL’s ASA services for authentication purpose. ASA is an entity that provides secured and

network connectivity to UIDAI and AUA for enabling Aadhaar authentication services.

Authentication services by UIDAI:

Actual authentication will be performed on UIDAI servers. The UIDAI authentication server

accepts the requests from ASA and after verification, communicates the response to ASA server

duly assigning a unique transaction ID.

Confidential and Proprietary

Implementing Aadhar Enabled Public Distribution System”

Page: 15ooooffff 140

ation, which wishes to provide Aadhaar enabled services using

Authentication services provided by UIDAI, has to become an AUA (Authentication User Agency)

following a mandated set of processes. AP F& CS Dept has become AUA for piloting AePDS. AUA

Wing of O/o Commissioner of Civil Supplies.

hentication Service Agency) server

response from ASA and communicates the same to e-POS server (visit

d by UIDAI, AUA communicates with Aadhaar authentication services

Service Agency). AP F& CS Dept is presently using

BSNL’s ASA services for authentication purpose. ASA is an entity that provides secured and

network connectivity to UIDAI and AUA for enabling Aadhaar authentication services.

Actual authentication will be performed on UIDAI servers. The UIDAI authentication server

accepts the requests from ASA and after verification, communicates the response to ASA server

Page 16: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 16ooooffff 140

iv. e-POS device (in FPS/NR) loaded with e-POS client Software

The e-POS device (Handheld device loaded with client side application software) located in FPS

communicates with e-POS server duly using the web-services provided by e-POS server. Each e-

POS device will have a unique device ID which will be mapped to a FPS in the e-POS Transaction

Database.

v. e-POS Server Software

This forms the core component in the entire architecture, which maintains all transactions

related to FPS, allows the department functionaries to add card holders’ entitlements every

month as per norms and allows beneficiary to draw his/her entitlements from assigned FPS. The

e-POS server:

(i) Retrieves sales data of current month from the e-POS transaction database for all or

specific FPS,

(ii) Records the goods received at MLS Point and supplied to the FP Shop,

(iii) Records the goods supplied to FPS dealer after authentication of Route Officer/Checking

Inspector and FPS dealer finger print from the Aadhaar Servers.

(iv) Sends SMS to all registered RC Holders of stock arrival in their preferred FPS.

(v) Fetches the Ration Card Data from the Ration Card database,

(vi) Generates and sends OTP to beneficiaries with EID and Mobile number,

(vii) Authenticates OTP,

(viii) Sends Aadhaar number and finger print(s) to the AUA server for Authentication/Best

Finger Detection,

(ix) Records the response from AUA server,

(x) Records the transactions in the e-POS transaction database

(xi) Provides web services for generating MIS reports viz. Daily Transaction Report, Monthly

transaction report, goods received report, available balance report

The process map of interaction between different components of the entire AePDS process is

given below:

Page 17: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

RFP- CA,F&CS Dept. –Selection of

apts: One Stop-Shop Solution provider

2.4. Features AePDS has been envisioned with a set of

from systemic deficiencies and software malfunctioning to ensure that best possible service is

provided to all the target citizens.

2.4.1. Exception Management process

Exception Management process

Dept implemented federated authentication model that relies on the alternative systemic

procedures for authentication where UIDAI authentication is not possible. Here, the OTP gets

Tahsildar authentication, FPS Owner Authentication (last resort) for exceptional handling for the

beneficiaries (for beneficiaries who have not received and cases where UID is rejected). This

ensures covering of all the

This local OTP authentication is integrated with

with standards and specifications issued by UIDAI from time to time. EID is made mandatory for

Exception Handling and Enrollment facility is provided to obtain EID. Exception handling

mechanism has to be monitored by concerned Tahsildars/ASOs/DSOs on regular basis to ze

down the exceptions over a period of time.

2.4.2. POS device (in FPS/NR/KOD/MLS Point) loaded with Client Software:

The e-POS device (Handheld device loaded with client side application software) communicates

with e-POS server duly using the web services provi

have a unique device ID which will be mapped to a FPS in the e

Beneficiary needs to authenticate himself, for drawing ration, considering following possible

Scenarios;

Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System

ider for e-Governance. Page

AePDS has been envisioned with a set of specialized features to deal with contingencies arising

from systemic deficiencies and software malfunctioning to ensure that best possible service is

provided to all the target citizens.

Exception Management process

Exception Management process is in place to cover all the beneficiaries for issue of ration. F&CS

Dept implemented federated authentication model that relies on the alternative systemic

procedures for authentication where UIDAI authentication is not possible. Here, the OTP gets

dar authentication, FPS Owner Authentication (last resort) for exceptional handling for the

beneficiaries (for beneficiaries who have not received and cases where UID is rejected). This

ensures covering of all the beneficiaries transactions of the respective FP Shop.

This local OTP authentication is integrated with AADHAR authentication system in compliance

and specifications issued by UIDAI from time to time. EID is made mandatory for

Exception Handling and Enrollment facility is provided to obtain EID. Exception handling

mechanism has to be monitored by concerned Tahsildars/ASOs/DSOs on regular basis to ze

down the exceptions over a period of time.

POS device (in FPS/NR/KOD/MLS Point) loaded with Client Software:

POS device (Handheld device loaded with client side application software) communicates

POS server duly using the web services provided by e-POS server. Each e

have a unique device ID which will be mapped to a FPS in the e-POS Transaction Database.

Beneficiary needs to authenticate himself, for drawing ration, considering following possible

Confidential and Proprietary

Implementing Aadhar Enabled Public Distribution System”

Page: 17ooooffff 140

features to deal with contingencies arising

from systemic deficiencies and software malfunctioning to ensure that best possible service is

is in place to cover all the beneficiaries for issue of ration. F&CS

Dept implemented federated authentication model that relies on the alternative systemic

procedures for authentication where UIDAI authentication is not possible. Here, the OTP gets

dar authentication, FPS Owner Authentication (last resort) for exceptional handling for the

beneficiaries (for beneficiaries who have not received and cases where UID is rejected). This

ve FP Shop.

authentication system in compliance

and specifications issued by UIDAI from time to time. EID is made mandatory for

Exception Handling and Enrollment facility is provided to obtain EID. Exception handling

mechanism has to be monitored by concerned Tahsildars/ASOs/DSOs on regular basis to zero

POS device (in FPS/NR/KOD/MLS Point) loaded with Client Software:

POS device (Handheld device loaded with client side application software) communicates

POS server. Each e-POS device will

POS Transaction Database.

Beneficiary needs to authenticate himself, for drawing ration, considering following possible

Page 18: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 18ooooffff 140

� Has UID Number

If Beneficiary has UID Number, he needs to give all fingerprints, only once, for ‘Best Finger

Detection (BFD)’. BFD is a process to ascertain the best fingers of the beneficiary. Best Finger

increases chances of successful authentication. If the beneficiary’s Aadhaar number has been

seeded into the Ration Card database, it is displayed against their name.

Beneficiary’s fingerprint is captured from the sensor available on e-PoS, for authentication of

beneficiary.

Aadhaar number and fingerprint are sent to UIDAI server for authentication. On successful

authentication received from UIDAI, the commodities screen is displayed.

Incase of authentication failure by a deemed real beneficiary, the system will prompt for OTP or

fingerprint of authorized functionary like Checking Inspector/VRA/VRO or OTP, for

authenticating the beneficiary.

� Does not have UID but only has EID Number

If the beneficiary has Enrolment ID (EID) but is yet to get the Aadhaar number, System prompts

to seed the EID and mobile number (if not entered already). After seeding EID and mobile

number, system sends One Time Password (OTP) to the mobile number seeded. Beneficiary

needs to enter the OTP into the POS device for authentication. On successful authentication

Commodities screen will be displayed.

In case, the Beneficiary has EID but does not have Mobile Phone, the system will prompt for

fingerprint of authorized functionary like Checking Inspector/VRA/VRO etc for authenticating the

beneficiary.

Beneficiaries without an EID are encouraged to get enrolled for UID and come with EID No. for

drawing the Ration. Once beneficiary is authenticated, available balance commodity details are

shown in the POS device against each beneficiary. FPS dealer then enters commodities being

issued and then confirms to the server.

The quantities issued will be recorded in the Central ePOS transaction database and success

report is given to POS device. POS Device then generates a receipt showing the items, quantity,

rate, date, time and total amount to be paid for further processing. This is followed by an SMS to

the registered mobile (if any with the card) with the transaction details. Cumulative calculations

of the transactions that take place during a given time enable the sizing up of remaining

commodities in concerned FPS.

FPSs registered in the e-POS server will be periodically replenished by the commodities sold in

that period.

Page 19: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 19ooooffff 140

� Does not have either UID or EID number

Beneficiaries without an EID are encouraged to get enrolled for UID and come with EID No. for

drawing the Ration. Once beneficiary is authenticated, available balance commodity details are

shown in the POS device against each beneficiary. FPS dealer then enters commodities being

issued and then confirms to the server.

If the beneficiary insists on continuing with the conventional system he or she may do so.

2.5. Roles and Responsibilities

There are a number of agencies/stakeholders involved as part of different steps of the process.

The following sections discuss in detail the responsibilities and the functions required to be

carried out by each one of these actors.

2.5.1. UIDAI Responsibilities

i. Conducts periodic audits of all key actors in the authentication ecosystem including ASA and

AUA – either by itself or through UIDAI-appointed/ approved independent audit agencies to

examine compliance to its standards and specifications. As part of these audits, UIDAI/audit

agency could inspect the premises, operations and systems, infrastructure, security, etc. of the

audited entity.

ii. Retains the right to take appropriate action against parties not complying with UIDAI’s

specifications including disqualification to use Aadhaar authentication system / termination

of contract with UIDAI after appropriate grace period for remedial action.

iii. UIDAI does the needful in putting in place a Dispute Resolution Mechanism for the Aadhaar

authentication ecosystem.

iv. Certifying fingerprint and extractor pairs that will be incorporated in authentication devices.

Successful bidders of biometric devices are responsible for using only certified component

applications in their devices. It is the responsibility of successful bidders of such devices to get

their products certified by UIDAI.

v. In case of any investigations around authentication related fraud(s) or dispute (s), the Service

Provider shall extend full cooperation to UIDAI/F&CS Dept and/or any agency

appointed/authorized by it and/or any other authorized investigation agency, including, but

not limited to, providing access to their premises, records, personnel and any other relevant

resource / information, etc. of or pertaining to its Authentication Device.

2.5.2. Consumer Affairs, Food & Civil Supplies Department’s Responsibilities

F&CS Dept has already developed AUA application and AePDS server side application (server side

software for validation of eligible beneficiary and for receiving transactions data) based on the

Page 20: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 20ooooffff 140

requirements related to service delivery, authentication interface, hand held devices etc. and has

successfully implemented in 100 FP Shops in East Godavari, AP and 45 FP Shops in Hyderabad,

Telangana. Further, for the current scope of work the department will:

i. Set up infrastructure at the state level, provides AUA application software and records FP

Shop/MLSP/NR transactions.

ii. Facilitate FP Shops/MLSP/NR in implementing online authentication for sale of commodities

in collaboration with UIDAI through implementation Partner.

iii. Ensure that the applications driving the e-POS devices are duly registered with/approved/

certified by UIDAI.

iv. Put in place the standby/redundant Servers with software for processing authentication and

recording commodity transactions (processing incoming transactions from the devices,

forming auth XML, invoking Aadhar authentication, auditing metadata along with response)

for ensuring high availability.

v. Ensure secured end to end dedicated connectivity from devices to AUA/ASA server. Data

contained within encrypted “Pid” block must not be stored. But, metadata related to

authentication (transaction id, authentication response, auth code, timestamp, etc.) Can be

stored for audit and MIS purposes.

vi. Record the authentication (for cash/Non-Cash transfer) details, sale of commodity

transactions in the civil supplies posD/B server instantaneously and to establish a facility to

store transaction data of three months in the database and transfer the older data to tapes to

retain the data for 3 years.

vii. Deploy as part of its systems, a Fraud Analytics module that is capable of analyzing

authentication related transactions to identify fraud cases and patterns. If the AUA is a victim

of a fraud or identifies a fraud pattern through its fraud analytics system, it shall share all

necessary details of the fraud with UIDAI and other auasfor the overall benefit for the

Aadhaar authentication ecosystem.

viii. Implement Local OTP as a factor of authentication for exceptions handling. It is expected that

OTP will be delivered within a reasonable time. OTP validity duration is specified within the

message, currently it is kept at 30 min.

ix. Monitor the operations and activities, Authentication Devices of Service Provider for checking

compliance with the terms and conditions of UIDAI from time to time.

Page 21: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 21ooooffff 140

2.5.3. Authentication Service Agency – BSNL

UIDAI empanelled Authentication Service Agency for providing Authentication User Agencies

through secured network connectivity to the CIDR in compliance with the standards laid down by

UIDAI from time to time. ASA has to provide Infrastructure Readiness for connectivity between

AUA and CIDR.

F&CS Dept engaged BSNL for ASA services for secured end-to-end connectivity from BSNL.

Department has entered into an agreement with BSNL for procuring ASA Services.

BSNL to establish redundant leased line from ASA to CIDR to discourage buffer authentication

2.5.4. Resident (BPL Beneficiary)

Recognized beneficiary is required to provide Household Card number and Aadhaar number and

to participate in biometric authentication at time of acceptance of ration/benefit.

2.5.5. Service Provider

The selected Service Provideris required to be completely involved in the rollout of the project

and in commencement of operations at specified locations, which include:

a. Deployment of Devices with client side application software for Authentication fusion finger

Authentication, Registered FPS owner and Representatives Authentication, Seeding, BFD,

Buffered Authentication, Exception Handling and Allocation Modules, Transaction quantities

data capturing.

b. Commissioning & Maintenance of the devices for a period of 5 years (2year warranty) & 3

years AMC.

c. Supply of required consumables, spares & support infrastructure.

d. It is the responsibility of the eservice provider to test & synchronize the PoS devices with the

department software/third party software.

e. Responsible for providing training and handholding of FP Shop owners, Kerosene Dealers,

MLSP Operators, Tahsildars, ASOs, Route Officers and DSOs in operation of Authentication

Devices.

f. Supply of devices along with initialization and maintenance. The devices components shall

comply with specifications and standards prescribed by UIDAI from time to time.

g. Device must be capable of collecting relevant information from Aadhaar holders, prepare

authentication data packets (PID block), perform hygiene checks on data, packets if required,

transmit data packets and receive authentication results along with instructions, if any.

Collection of Aadhaar information by the authentication devices shall be carried out in

Page 22: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 22ooooffff 140

compliance with UIDAI specifications.

h. Department has envisaged and implemented federated authentication system including

global Aadhaar identity information as well as the local OTP information, the devices must be

capable of collecting both sets and perform necessary processing.

i. The Service Providerhas to capture exception-handling mechanisms indicated by the F&CS

Dept for federated authentication and back-up identity authentication mechanisms when

Aadhaar-based authentication fails. Authentication failures could occur due to process

failures, infrastructure failures (including power, IT infrastructure, authentication devices,

network connectivity) or biometric failures (where Aadhaar holder’s biometric cannot be

acquired or used for some reason).

j. Authentication devices must be deployed such that they cannot retain Aadhaar holders’ PID

collected for the purposes of authentication during a transaction.

k. Authentication Devices on the field for capturing resident data on the devices must adhere to

technical specifications including formatting, security, and validations. Devices must have

specified Battery Backup to meet power shortage.

l. Biometric record should not be padded. Also, it is preferable to keep the data size small

instead of padding it to fixed size.

m. Client Software on POS devices has to collect data from the resident using some set of screens.

When it is required to collect fingerprint, host application needs to interact with biometric

sensor/extractor APIs using their SDKs and obtain minutiae.

n. Then application program forms the PID XML, computes SHA-256 hash of the PID XML,

generates AES-256 random session key, encrypts the PID XML with the session key. Then

session key is encrypted using UIDAI’s 2048-bit public key. Encrypted PID XML, encrypted

session key, and PID Hash (hmac) is sent to AUA server. Based on the protocol between

devices and AUA server, data elements need to be sent appropriately.

o. Devices need to host the applications for authentication, BFD, seeding EID/UID, Exception

Handling, recording transactions, Allocation Module, Transaction Module

p. The Service Provider shall implement all the Instructions, standards and Guidelines

prescribed by UIDAI time to time for authentication, transactions and for audit purpose.

q. Implement the F&CS Dept change requirements, if any, for executing the federated

authentication system to offer uninterrupted services, as this is first of its kind in bulk rollout.

r. Participate and facilitate the UIDAI certification process of the devices and applications that

will be used by AUAs as supplied by the Service Provider in enabling their Aadhaar

Page 23: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 23ooooffff 140

authentication operations. This would include:

(i) Certification (by itself or through approved independent certification agencies) of

applications (such as applications driving the authentication systems and

applications in the AUAs’ systems) that will be used by AUAs and other

participants in their Aadhaar authentication systems.

(ii) Prohibited from storing any PID in their database or in any storage device of any

nature whatsoever including Authentication Device or in any machine, device or

instrument of any kind whatsoever, removable storage devices or in physical

form, at point in time.

s. In order to ensure that the authentication service is friendly to the resident Aadhaar holder it

is important that the Service Provider provide an efficient application to maintain end-user

latency under 4 seconds. It should consider round trip network latency from their devices to

UIDAI data center and back while planning service roll-out in the field. Depending on the

choice of network and bandwidth, on-field performance may vary. It is important that for a

good resident experience, Service Provider should try to keep the full round trip service time

to be less than 4-6 seconds on an average.

t. The Service Provider also needs to set up the Infrastructure at all the proposed KODs/NRs to

enable the online authentication for cash transfer for subsidized Kerosene allotment and MIS

reporting.

The following table gives the roles of various actors at a glance:

S.No Task Stake Holder

1 PoS Terminal with client Software Implementation Partner

2

Handholding and Training to all FP Shop

dealers/MLSP Operator/ NR /Tahsildar/

ASOs/DSO of East Godavari District

Implementation Partner

3

End to End Connectivity

1. From Devices to AUA,

2. AUA to ASA

3. ASA to CIDR

Implementation Partner

1. As indicated in Technical

Specifications

2. Redundant Leased line from

BSNL

3. Redundant Leased line from

BSNL

4 ASA & SMS Gateway Service provider in collaboration

with BSNL

5 ePoS Application Software(AUA, ePoS App

Server, Integration with ICFS)

F&CS IT team

6 MIS Reports F&CS IT Team

7 ASA and AUA services UIDAI

8 Planning and Implementation JCs and concerned District officials

Page 24: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 24ooooffff 140

2.6. Implementation Plan

2.6.1. AePDS Execution Steps

The following steps have to be followed by the Service Provider while working in close

collaboration with the Department. Study of the e x i s t i n g A e P D S P i l o t Process

i. Understanding and mapping indicative work flow

ii. Requirement Analysis, including MIS requirements, Data Collection through web

services

iii. Preparation of SRS and FRS.

iv. Client Software Development processes.

v. Preparation of Test Plan and Test Cases.

vi. Testing and acceptance f software

vii. Training plan and Strategy in consultation with the department and Conduct Workshops

and Training to department officials and end users

viii. Providing manpower support for training, hand holding, help desk

ix. Implementation Plan

x. Implementation Support

xi. After implementation Reviews

xii. Project Handover strategy.

2.6.2. Tentative timelines for project implementation

S.No Milestone Timeline

1 Date of Signing of Agreement T

2 Designating Project Manager by selected Service Provider T+1st Week

3 Submission of Detailed Project Plan & Escalation Matrix T+1st Week

4 Study of Process Flows & approval T+2nd Week

5 Development of PoS client Software, Integration & Testing T+ 4th Week

6 Completion of User Acceptance Test on various PoS devices and Go-Live

decision

T+4th Week

7 Delivery, installation and operationalisation of Devices at respective FPS

as indicated by the dept.

T+5th Week

8 Preparation and Submission of Training Manuals & User Manuals and

Conducting Workshops, TOT Trainings

T+5th Week

9 Operationalization of Helpdesk at respective District Head Quarter T+6th Week

* CCS reserves the right to modify the above indicative timelines.

Page 25: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 25ooooffff 140

2.7. Warranty, Support and Maintenance

2.7.1. Warranty

The Vendor(s) shall provide on-site warranty for a period of 24 months from the date of issuance

of Acceptance Certificates at no additional costs. This shall cover all the items, i.e., system

software, onsite service, resolving of network/connectivity issues, hardware (e-PoS+EWM+

related accessories like wires etc), battery, including updation/up gradation of the Operating

System etc. This warranty shall cover all items provided by the bidder irrespective of the fact

whether the Bidder(s) have manufactured them or not.

The warranty shall include new enhancements of client side software as per the guidelines given

by the department, at no additional costs.

2.7.2. Annual Maintenance Contract (AMC)

The successful bidder must provide onsite maintenance under Annual Maintenance Contract

(AMC) for the complete solution for a period of 3 years after completion of the 24 month

warranty period.

The AMC shall include new enhancements of client side software as per the guidelines given by

the department, at no additional costs.

2.7.3. Repairs/Replacements& Solving of Technical issues

a. For Hire Model

All the costs related to any repairs and replacements should be borne by the bidder. Any

Technical issues reported should be sorted out ensuring undisrupted working of the machines.

b. For Purchase Model

During the warranty period, any faulty device is required to be repaired or replaced, with no

additional costs, within the SLA to ensure compliance and for smooth running of system.

2.7.4. Software Support and Change requests

The scope of software support services shall include comprehensive preventive and corrective

warranty/maintenance and cover installation, on-site diagnosis and resolution of software faults

in response to the reported problems. Vendor will also resolve all the software problems detected

during routine operational support activities and will ensure that the problems are resolved by

repair or appropriate replacement as and when required.

Vendor shall be responsible for modification/customization of the accepted software during the

warranty period with no additional costs.

Page 26: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 26ooooffff 140

Change Request is applicable only for development of new module. For all change requests,

Vendor will estimate the man-month effort, time required etc and put up to department for

approval. Vendor is expected to undertake only approved change requests. If required, for such

development of a new module change request procedure will be intimated to the successful

bidder.

2.7.5. Training

The selected vendor is expected to train the FPS dealers, Departmental Officials and other

stakeholders identified by the Department on use and operation of devices. The training should

ideally cover the maintenance and operational aspects of devices. Such training needs to be

completed within 5 weeks from the signing of the contract. It is the responsibility of the vendor

to ensure that the operators are familiar with new versions of software updated in the device and

its allied services. In each of these training programmes, the bidder would ensure the distribution

of the requisite manuals as detailed in the RFP.

The training and registration of the devices will be conducted at the Mandal Level in districts of

Andhra Pradesh. The department will provide space for training.

2.7.6. Helpdesk Service Centre and Related Manpower (for Option II- Purchase Model)

The successful bidder shall ensure that a help desk service centre comprising of qualified

Technical persons at the district HQ allotted.

Service Provide should ensure Timely Resolution of issues related to Hardware & Software etc.,

within 24 hrs. based on criticality of issue. All the issues should be noted, informed to the Dept.

Nominated Officials and updated the status of the issues.

The specified call centre shall be a web based Helpdesk (for Devices trouble shooting, client

software issues resolution etc.) with adequate infrastructure and manpower. It will be

established and operated through the course of the project, for a minimum period of 2 years by

the successful bidder. The successful bidder shall also provide for all necessary computer

systems, UPS, Printers, related accessories, furniture and LAN network. A licensed call helpdesk

software shall also be deployed and maintained during the contract period. The help desk

facilities will be available from 8.00 am to 8.00 pm. The complaints received from FPS owners and

CA,F&CS staff to help desk have to be registered with time stamp by classifying the complaints as

minor, medium and major based on the nature of complaint. A log of all the complaints registered

by the concerned stakeholders shall be made and shall be available to CCS to review. The vendor

is required to comply with the response time and service levels fixed for resolution of complaints.

The Help Desk Service Centre shall be manned by at-least four support engineers. In addition, the

bidder/s shall nominate a Project Manager for every district allotted, who shall be the single point

Page 27: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 27ooooffff 140

of contact (SPOC) for the department. He/she shall be responsible for, inter-alia, regular liaison

with the Joint Collectors in the districts assigned and must ensure smooth implementation of the

project at the district level.

The specified service centers will ensure effective and efficient overall maintenance of devices

supplied and installed in` the FPS and for carrying out repairs, replacement of parts etc.. The

service personnel shall respond to any request or complaint within a timeframe as specified in

the SLA. The vendor shall provide telephones separately for service centre operations along with

mobile telephones to the service personnel.

All bidders not having such facility, while submitting their proposal must furnish an undertaking

to open a Centralized Help Desk in State HQ &, Service centre in the allotted district at the

district head quarters to us within 15 days of signing of contract.

2.7.7. Supply, Installation and Commissioning

The Vendor(s) shall deliver required number of devices and accompanying infrastructure to all

the respective districts within 5 weeks from the signing of the contract.

After the installation of the software and the issuance of acceptance certificate the vendor shall

finish installing the required number of devices in the respective districts within 9 weeks from

the signing of the contract.

The bidder(s) is responsible for installation and up keeping of system software such as Operating

System, Firmware and Management Software etc.

The installation, commissioning and support during two years warranty period shall be done at

the risk and cost of the Vendor(s) without any additional costs to the department.

The Vendor(s) shall only use licensed software and shall be held liable for any consequent

action arising out of patent/intellectual property right violation. Purchaser shall not be liable for

any liabilities or damages arising thereof. All licenses shall be directly procured in the name of the

entity nominated by CA, F & CS. Vendor will prepare Bill of Material for “Acceptance Certificate”

and submit it to the purchaser.

2.8. Deliverables

The r e q u i r e d list of deliverables from the s e l e c t e d b i d d e r shall include:

i. Master Level Reports – PMU

ii. Error Log

iii. Test Plans and Test cases(including Unit Test Plan, System/Integration Test Plan, User

Acceptance Test Plan, Security Test Plan, Load Test Plan).

Page 28: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 28ooooffff 140

iv. Software Testing Documentation(including details of defects/bugs/errors and their

resolution)

v. User manual & Training Manual in Telugu and English and various manuals including Systems

Administration Manuals, Installation Manuals, Operational Manuals and Maintenance

Manuals

vi. Periodic Status and Review Reports

vii. Exit Management Plan

viii. Internal Review and testing documents of the System Integrator

ix. Software Source Code for the software specifically developed by the successful bidder for

this Project.

x. Supplying, Installing and Commissioning the requisite ePOS devices with client software and

electronic weighing machines as per specifications mentioned in this RFP at the locations

identified by the department and keeping in spare, an additional five percentage devices

xi. Training the FPS dealers, department officials and other stakeholders on the use of devices

and software

xii. Resolving effectively and within the stipulated time frame, all complaints related to the

functioning of the devices/software through a well managed call centre and service centre at

the district head quarter level (for the selected districts).

2.9. Intellectual Property rights

i. Purchaser shall own all intellectual property rights in all software and other materials

produced exclusively for Purchaser by the Successful bidder pursuant to the project including

any adaptations, translations, derivative works and improvements that are developed by the

Successful bidder for Purchaser, whether protectable as a copyright, trademark, patent, trade

secret, design or otherwise. The ownership of all intellectual property rights in any

information or materials provided to the Successful bidder by Purchaser shall remain vested

in Purchaser.

ii. If a third party's claim endangers or disrupts use of the software provided or procured by the

Successful bidder, the Successful bidder shall, at the department ’s option and at no charge to

the department:

a. obtain a license so that the department may continue the use of the software;

b. Modify the software without affecting the functionality of the software in any manner so

as to avoid the infringement;

c. Replace the software with a compatible, functionally equivalent and non-infringing

product;

d. Or if the above options are, in the opinion of the department, commercially

unreasonable, refund to the department, the amount paid for the software and bear the

incremental costs of procuring a functionally equivalent software from a third party.

Page 29: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 29ooooffff 140

e. The successful bidder recognizes that the remedies contained herein are in addition to

any other remedies and / or claims which may be available to the department

hereunder or under the law.

f. Further the vendor/vendor/s agrees and acknowledges that client side POS application

software will be developed by it solely pursuant to this rfp and in course of fulfilling its

obligations under rfp and further acknowledges that all intellectual property rights in

such client side pos application software, in the pos devices shall belong to

[commissioner of civil supplies/ ca,f&cs], and the vendors/vendors shall not be entitled

to claim any right or interest of whatsoever nature in respect of such intellectual

property rights or any part thereof. Any invention, improvement, design, process,

information, copyright work, computer program, trade mark, trade name, work or other

output made, created or discovered by the vendors/vendors in relation to the client side

pos application software, shall, to the fullest extent permitted by applicable law, be

deemed “work made for hire” and belong to and be the absolute property of ca,f&cs, and

the vendors/vendors hereby assigns to ca,f&cs with full title guarantee and by way of

present assignment of future rights, all such intellectual property capable of assignment

by way of present assignment of future rights, absolutely for the full term of those

rights, and further shall execute all such documents and writings as may be required to

be vested and/or assigned, with full right, title and interest, all such intellectual

property right in and/or in favour of CA,F&CS.

g. The vendor has to handover the complete source code for all components of the client

side PoS application, including all related documents, manuals, CD’s, logic flowcharts,

etc. To CA,F&CS dept. Department should be kept informed of new changes in the client

software.

h. Updated versions of the client software should be pushed to the pos device

automatically, without any additional costs or expenses. It should be maintained in

central server for updating the client software with single click.

i. The vendors/vendors shall indemnify, defend and hold harmless CA, F & CS Dept., its

officers, directors, nominees and all users, against all claims, losses, costs, damages,

expenses, action, suits and other proceedings, resulting from infringement of any patent,

trademarks, copyrights etc or such other infringements under any laws including the

copyright act, 1957 or information technology act 2000 in respect of all the client side

pos application, the pos devices, and all related hardware, software and equipments or

other systems or software supplied by vendors/vendors to CA, F & CS Dept from

whatsoever source.

2.10. User License and Patent Rights

i. The Bidder shall provide licenses for all software products and hardware products (where

necessary), whether developed by it or acquired from others. In the event of any claim

asserted by a third party for software piracy, the bidder shall act expeditiously to extinguish

such claim. If the bidder fails to comply and the purchaser is required to pay compensation

Page 30: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 30ooooffff 140

to a third party resulting from such software piracy, the bidder shall be responsible for

compensation including all expenses, court costs and lawyer fees. The purchaser will give

notice to the bidder of such claim, if it is made, without delay.

ii. The Bidder shall indemnify the purchases against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the goods,

software package or any part thereof.

2.11. Confidentiality

i. The successful bidder must maintain absolute confidentiality of the documents/ maps/ tools

collected in any form including electronic media and any other data/information provided to

him for the execution of the work.

ii. The bidder should not use the Project data for any purpose other than the scope of work

specified in the document and added/ amended before signing the contract.

iii. The Bidder must remove/ destroy the entire data from his custody after completion of the

contract period. If at any stage it is found that the bidder is using the data provided by the

client any time during the contract execution or after completion of the contract for any other

purposes, stringent legal action will be initiated as per applicable law of land and the contract

will be terminated without assigning any reasons.

iv. Bidder shall not disclose to any one, any information marked as confidential and

communicated or made available or accessible by the firm during execution of the work.

v. For purposes of this contract, “confidential information” shall include, without limitation:

� any and all books, notes, memoranda, records, correspondence, documents,

computer and other discs and tapes, data listings, codes, designs, drawings and

other documents and materials (whether made or created by the Bidder or

otherwise coming into the Bidder’s possession) relating to the department or any of

its agencies or in relation to the beneficiaries;

� any information or document pertaining to financial, marketing, technical or

business information or trade secrets of the department , including without

limitation, concepts, techniques, know-how, processes, methods, systems, designs,

clients, cost data, computer programs, formulae, development or experimental

work, work in progress, business plans, strategies, customers and suppliers as well

as software for business and professional use application programs, operating

systems, internet websites or e-commerce solutions, books, discs, hardware and

information for the microcomputer and internet marketplace used by Bidder in the

course of this contract;

� any other non-public information gained in the course of this contract;

� terms and conditions of this contract;

� details of the project contemplated by this contract; and

� any information pertaining to the beneficiaries, or fair price shops.

Page 31: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 31ooooffff 140

vi. This RFP contains information proprietary to the department. Each recipient is entrusted to

maintain its confidentiality. It should be disclosed only to those employees involved in

preparing the requested responses on a ‘need to know’ basis. The information contained in

the RFP may not be reproduced in whole or in part without the express permission of the

department. Disclosure of any such sensitive information to parties not involved in the supply

of contracted services will be treated as breach of trust and could invite legal action.

vii. Responses received become the property of the department and cannot be returned.

Information provided by each Successful bidder will be held in confidence, and will be used

for the sole purpose of evaluating a potential business relationship with the Successful bidder.

viii. The Bidder shall not use or disclose to any third party, except for the purpose of the

observance of these terms and conditions, any confidential information of purchaser.

ix. The Bidder acknowledges and understands that it will have access to confidential information

solely as a byproduct of its performance of the terms of this contract. The Bidder shall not, in

any manner whatsoever, represent and/or claim that he/she has any interest by way of

ownership, assignment or otherwise in the confidential information. The Bidder agrees that it

shall not disclose any such confidential information to any person or utilize such confidential

information to compete against the department unless such disclosure is in response to a

valid subpoena or order by a court or other governmental body, or otherwise required by law

or regulation. In the event that the Bidder receives a subpoena or similar demand to disclose

confidential information, the Bidder shall promptly notify the department so that the

department shall have the ability to seek an appropriate protective order prior to any

disclosure in response to such subpoena or demand.

x. For purposes of this contract, “confidential information” shall not include information that is

or becomes part of the public domain other than directly or indirectly, through the breach of

this contract.

2.12. Use of documents and Information

i. The bidder shall not, without prior written consent from CA, F&C S Department /APTS,

disclose/share/use the bid document, contract, or any provision thereof, or any specification,

plan, drawing, pattern, sample or information furnished by or on behalf of the CA, F&C S

Department /APTS in connection therewith, to any person other than a person employed by

the bidder in the performance of the contract. Disclosure to any such employed person shall

be made in confidence and shall extend only so far as may be necessary for purposes of such

performance.

ii. The bidder shall not, without prior written consent of CA, F&C S Department /APTS, make use

of any document or information made available for the project, except for purposes of

performing the Contract.

iii. All project related document (including this bid document) issued by CA, F&C S Department

/APTS, other than the contract itself, shall remain the property of the CA, F&C S Department

/APTS and shall be returned (in all copies) to the CA, F&C S Department /APTS on completion

Page 32: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 32ooooffff 140

of the Bidder’s performance under the contract.

iv. The vendor will have to submit source code required documentations to CA, F&C S

Department. andCA, F&C S Department will have full rights over the source code and IPR shall

belong to CA, F&C S Department and vendor will not posses any rights. On changes in the

source code or documentation the vendor will have to provide source code / documentation

to CA, F&C S Department from time to time.

2.13. Privacy & Security Safeguards

The Successful bidder shall not publish or disclose in any manner, without purchaser's prior

written consent, the details of any security safeguards designed, developed, or implemented by

the Successful bidder under this contract or existing at any site. The Successful bidder shall

develop procedures and implementation plans to ensure that IT resources leaving the control of

the assigned user (such as being reassigned, removed for repair, replaced, or upgraded) are

cleared of all the department’s data and sensitive application software. The Successful bidder

shall also ensure that all subcontractors who are involved in providing such security safeguards

or part of it shall not publish or disclose in any manner, without the department’s prior written

consent, the details of any security safeguards designed, developed, or implemented by the

Successful bidder.

2.14. Terms of Payment for Cost of Audit

The Lead Member & its Consortium Partners shall bear their own costs of any audits and

inspections. The terms of payment are inclusive of any costs of the solution.

2.15. Obligations

The Primary Bidder shall be obliged to implement any proposed changes once approval in

accordance with Article above has been given, with effect from the date agreed for

implementation.

2.16. Sensitive Information

The successful bidder shall be responsible to comply with Information Technology (Reasonable

Security Practices and Procedures and Sensitive Personal Data or Information) Rules, and other

applicable provisions of the Information Technology Act, 2000.

Page 33: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 33ooooffff 140

3. Pre Qualification Criteria APTS invites the interested & eligible entrepreneurs desirous of bidding for the project and who meet

the following Pre- qualification criteria (PQ):

# Pre-Qualification Criteria Description Supporting Documents to be

submitted by the bidders

Nature of bidding Single bid / Consortium

1 Legal Entity

Bidder must have registered under Companies Act,

1956 or a partnership firm registered under LLP Act,

2008, Societies ACT1860 and also Registered with the

Service Tax Authorities in India.

The Registered society/company/partnership firm

should have been operating for the last Five(5) years

in India.

Single Bidder / Consortium bidder

should submit:

i. RoC

ii. Copy of Service Tax Registration

Certificate& PAN Certificate.

2 Turnover

The annual turnover should have been at least Rs. 50

Crore in each of the last 3 years (2011-12,2012-13 &

2013-14). In the case of a consortium, the turnover of

the Lead member should have been at least 60% of

this figure.

Single & Consortium Bidder should

submit of the following:

i. Audited balance sheet

ii. Profit & Loss statement

iii. Certificate from the statutory

auditor.

3 Past experience in the related field

Bidder should have similar project experience in the last

3 years in India for the following items as below:

3A: Sale & Maintenance of Hand Held devices

The bidder(s) should have supplied/sold at least 400

Hand Held Devices (UIDAI specifications/STQC

certified) with biometrics since the establishment of the

company/companies.

3B:Sale & Maintenance of e Weighing Machines

The bidder/s should have sold/supplied at least at

least 400 electronic weighing machines since the

company’s inception.

Note: In the case of a consortium, the lead member

should have manufactured/supplied at least 400 e POS

specified above and the other member should have

manufactured/supplied at least 400 electronic

weighing machines.

Bidder should submit any of the

following:

i. Work order & work completion

certificates from client dept.

ii. Performance certificate duly signed

by the authorized signatory from

the client end.

iii. Work satisfactory certificate from

the client dept.

4 Certification for PoS Devices:

4A: Quality - Bidder should have ISO certification

9001-2008 for OEM of POS device and weighing

machine.

4B: Biometric Authentication - All the parameters of

Biometric Devices for Authentication should be as per

certification of UIDAI as per latest STQC scheme for

certification of UIDAI Biometric Devices

4A- Single & Consortium Bidder should

submit ISO 9001-2008 certificate.

4B- Single Bidder / Consortium bidder

should submit Copy of valid

certificates.

* This certificate should be valid at

the date of opening of the technical

bids.

Page 34: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 34ooooffff 140

(Authentication)

5 Hardware Warranty

All the hardware items offered by the bidder in

response to this RFP have to contain a 24 months

comprehensive manufacturer’s warranty as well as the

support guarantee for time to time upgradation of the

firmware/software supplied along with the

hardware.

Single Bidder / Consortium bidder

should produce a certificate from the

OEMs (if they are not OEMs) regarding

their acceptance of responsibility of

supply, installation and warranty of

services during warranty period as per

the format given in Form 6A & 6B. If

the bidders are OEMs, they must

furnish a certificate stating their

willingness in this regard.

6 Manufacturing License or OEM Authorization

Certificate

The bidder(s) should be Original Equipment

Manufacturers (O.E.Ms) or authorized

dealers/distributors of O.E.M and should have been in

business of manufacturing and or supply of the Hand

Held Devices for a minimum period of three (3) years as

on bid calling date.

Single Bidder / Consortium bidder

should submit Copy of OEM License(to

be filled in case bidder is

manufacturer)

or

OEM Authorization Certificate (to be

filled in case the bidder is not the

manufacturer).

7 Technical specifications of e POS device and client

software as per Annexure 1.

Bidder should meet the specifications mentioned as

per Annexure 1.

Bidder should submit relevant copies

for eligibility.

8 Technical specifications of e Weighing Machine as

per Annexure 2

Bidder should meet the specifications mentioned as

per Annexure 2.

Bidder should submit relevant copies

for eligibility

9 Help Desk Service

The successful bidder/s shall provide for a help desk

centre satisfying all the conditions as specified in this

RFP.

Bidders not already having such a facility shall give an

undertaking.

Bidder / Consortium Bidder should

submit an undertaking.

10 Local Presence

Bidder should have local office as on date of bidding.

Note: An undertaking in this regard should be

submitted on the Company Letter head.

If the bidder is not having local presence, it has to open a

local office within 15 days from the issue of LoI and

same must be communicated to APTS for future

correspondence.

Bidder should submit Self certified

office address.

11 Blacklist

Bidder shall not be black listed by any State / Central

Government Department, Ministry or Agency for

breach of Contractual Conditions as on bid calling date.

The bidder should also not be entangled in any legal

disputes with any Govt./PSU body.

Single & Consortium Bidder should

submit “Letter of Undertaking on a

'Judicial Stamp Paper of Rs. 100/-“ .

12 Power of Attorney

Single & Consortium Bidder should

submit / issue Power of Attorney in the

name of the Authorized Signatory.

Page 35: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 35ooooffff 140

13 Acceptance for terms of RFP for Supply, Installation

and delivery

Single & Consortium Bidder should

submit Letter of Acceptance of Terms

for Delivery.

14 Intellectual Property Rights (IPR)

Bidder should submit copy of Evidence

of ownership of IPR of the entire

software solution which have to be

transferred to the department after

successful completion of the project

or

Bidder should furnished No Objection

Certificate from the software solution

provider.

Note: Any bidder who offers discounts/ benefits suomoto after opening of commercial bid(s) will be

automatically disqualified from the current bidding process without any prior notification and also

may be disqualified for future bidding processes in APTS.

1. The bidders can be an individual company or a consortium of companies.

2. Bids can be submitted by an Individual firm or a Consortium.(Please refer *Consortium Criteria)

3. A consortium will mean not more than two agencies coming together comprising one Prime

Bidder (Lead Member) and one other individual company. The lead member has to be the

manufacturer/authorized supplier of the e-POS device with software, whereas the other member

of the consortium shall be manufacturer/authorized supplier of weighing machine.

4. The MoU of consortia should be submitted with detailed roles & responsibilities of the

consortium members & a statement on the financial stake.

5. The terms Bidder/s, Original Equipment Manufacturer (OEM) or authorized dealers/distributors

of O.E.M or Consortiums have the same meaning. The terms Successful Bidder or Operating

Agency or Contractor or Service Providerhave same meaning.

6. In case of a sole bidder, device/s will mean e-PoS device with client software and electronic

weighing machine. And in case of a consortium it shall mean an e-PoS device with installed client

software provided by the Lead Partner and an electronic weighing machine provided by the

second party to the consortium.

7. The Successful Bidder/s would then be required to enter into a Contract Agreement with CA,

F&CS Dept.

8. Representations received from the bidders within 3 days from the date of opening of technical

bids on the issues related to Pre-qualification/Technical bids evaluation and within a day from

the date of opening of commercial bids on the issues related to the commercial bid evaluation will

only be accepted. Representations received beyond this period will not be considered and strictly

rejected.

9. If the bidder is not having local presence, it has to open a local office within 15 days from the

issue of LoI and same must be communicated to APTS for future correspondence.

Page 36: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 36ooooffff 140

10. The bidder should upload all the required documents with clear visibility, avoid missing

documents and avoid bidding mistakes. In such cases, APTS reserves it’s right in seeking

clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing

documents and for the documents that are not clear.

11. The Bidder shall have sufficient technical expertise, relevant experience.

12. Application Fee, Earnest Money Deposit, Security Deposit, Performance Guarantee, Bank

Guarantee etc. shall be submitted by the bidder.

13. Any change in the composition of Firm after submission of the offer, but before acceptance of the

same by Civil Supplies Department be treated as resiling from the offer with the attendant

consequences, such as forfeiture of EMD and other consequences as per tender conditions.

14. Once the contract is awarded to the Bidder, the composition of the Bidder including the individual

stakes in it cannot be changed till completion/extended period including maintenance period.

15. Deviation from this shall be treated as termination of contract and shall attract the liability as

specified in the Tender.

16. An applicant shall not have conflict of interest that may affect the bidding process or the Bidder

(the “Conflict of Interest”). Any applicant found to have a Conflict of Interest shall be disqualified.

Page 37: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 37ooooffff 140

4. Instructions to Bidders

4.1. Completeness of Response

a. Bidders are advised to study all instructions, forms, requirements and other information in

the RFP documents carefully. Submission of the bid shall be deemed to have been done after

careful study and examination of the RFP document with full understanding of its

implications.

b. The response to this RFP should be full and complete in all respects. Failure to furnish all

information required by the RFP documents or submission of a proposal not substantially

responsive to this document will be at the Bidder's risk and may result in rejection of its

Proposal.

4.2. Proposal preparation costs & related issues

a. The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and other

diligence activities, participation in meetings/discussions/presentations, preparation of

proposal, in providing any additional information required by facilitating the evaluation

process.

b. Will in no case be responsible or liable for those costs, regardless of the conduct or outcome

of the bidding process.

c. This RFP does not commit to award a contract or to engage in negotiations. Further, no

reimbursable cost may be incurred in anticipation of award or for preparing this RFP.

4.3. Pre-bid Meeting

1. APTS shall hold a pre-bid meeting with the prospective bidders as per RFP.

The Office of the Managing Director

Andhra Pradesh Technology Services Ltd.,

IVth Floor, BRKR Bhavan,

Tankbund Road, Hyderabad – 500 063

2. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach by email

bidders as per RFP.

3. All and any queries related to Scope of work, Payment Terms and mode of selection will be

entertained during Pre-bid clarifications meeting.

The Managing Director

Andhra Pradesh Technology Services Ltd.,

IVth Floor, BRKR Bhavan,

Tankbund Road, Hyderabad – 500 063

Telephone: (040) 2322 0305, (040) 2322 3753

Fax: (040) 2322 7458 : Email : [email protected]

Page 38: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 38ooooffff 140

4. Max. Two representatives authorized by the company will be permitted to attend the meeting.

4.4. Responses to Pre-bid Queries and Issue of Corrigendum

a. The Nodal Officer notified by the APTS will endeavour to provide timely response to all

queries. However, APTS makes no representation or warranty as to the completeness or

accuracy of any response made in good faith, nor does APTS undertake to answer all the

queries that have been posed by the bidders.

b. At any time prior to the last date for receipt of bids, APTS may, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective Bidder, modify the

RFP Document by a corrigendum.

c. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted in the

portal www.eprocurement.gov.in.

d. Any such corrigendum shall be deemed to be incorporated into this RFP.

e. In order to provide prospective Bidders reasonable time for taking the corrigendum into

account, APTS may, at its discretion, extend the last date for the receipt of RFP Proposals.

4.5. Right to Terminate the process

a. APTS may terminate the RFP process at any time and without assigning any reason. APTS

makes no commitments, express or implied, that this process will result in a business

transaction with anyone.

b. This RFP does not constitute an offer by APTS. The bidder's participation in this process may

result in short listing of the bidder.

4.6. Transferability

Neither the RFPDocument nor its cost is transferable.

4.7. Preparation of Proposals

b. The Proposal as well as all related correspondence exchanged by the bidders and APTS shall be

written in English language, unless specified otherwise.

c. In preparing their Proposal, Consultants are expected to examine in detail the documents

comprising the RFP. Material deficiencies in providing the information requested may result in

rejection of a Proposal.

d. The Technical Proposals shall contain an Executive summary giving a brief overview of the

manner in which the bidder proposes to achieve the outcomes and the assessment of resources

required.

e. The bidder is expected to submit the Technical Proposal as per the formats given in Appendix

II. Submission of the wrong type of Technical Proposal will result in the proposal being deemed

non-responsive. The Technical Proposal shall not include any financial information.

f. The Financial Proposal shall be prepared as per the format given in Appendix.

g. RFP Document follows a 3 stepped approach comprising:

Page 39: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 39ooooffff 140

1. Pre Qualification (Stage 1): The Bidders should meet the PQ criteria and submit all the

supporting documents as per PQ. Only the PQ qualified bids will be eligible for Technical

Evaluation

2. Technical (Stage 2):The Stage 1 shortlisted bidder shall demonstrate all the features of

proposed for the Project through aproof of concept implementation as a part of technical

evaluation process at bidder’s own cost. Bidder shall give presentation on the

understanding of the project, and demonstration of the capability of the technological

model proposed.

3. Commercial (Stage 3):T h e C o m m e r c i a l proposals o f t h e bidders short listed in

Stage 2 only will be opened and evaluated.

The Department desires to obtain 2 commercial quotes as options to Government to

obtain and estimate the best offer of obtaining the service. The bidder has to mandatorily

submit the proposal for the below 2 options:

a. OPTION – I: Hire Model – The Total solution(including H/w, S/w, Connectivity)

will be hired by the Government for the contract period and the payment will be

paid on quarterly basis in terms of No. of transactions per quarter per machine.

The estimated transactions per PoS machine per quarter are approx. 3000. The

bidders shall quote the per transaction charge including all the components in

the Commercial proposal.

b. OPTION – II: PurchaseModel- The bidder shall quote the prices for H/w & S/w,

warranty cost per PoS machine and Annual Maintenance Cost per device post

warranty for 3rd, 4th, & 5th year.

The Financial bid should be prepared using the attached Standard Form given in the RFP

and It should include all costs associated with the assignment for supply, set up of the PoS

unitsin any district.

The Evaluating Committee shall access the quotes obtained in both the options and

choose the best option to be adopted by the GoAP. The L1 bidders will be accordingly

announced from the ‘Best Option’ chosen by the Evaluation Committee.

4.8. Submission of Responses

a. The bidder shall submit the bid through e-Procurement platform only.

b. The bidder shall submit (3) proposals – Pre-Qualification Proposal, Technical Proposal and

Commercial Proposal as per format given in Appendixes on e-procurement portal.

c. The original proposal both Technical and Financial shall contain no interlineations or

overwriting, except as necessary to correct the errors made by the bidders themselves. The

Page 40: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 40ooooffff 140

same authorized representative who has signed the proposal shall initial the corrections.

d. An authorized representative of the bidders shall initial all the pages of the original Technical

and Financial Proposals. The authorization shall be in the form of written power of attorney

accompanying the proposal and supported by any evidence that the representative has been

duly authorized to sign.

e. One copy of the documents necessary for Pre-Qualification as per the format given in Appendix

I, shall be submitted. An authorized representative of the bidders shall initial all pages of Pre-

Qualification documents submitted.

f. The bidder shall submit one softcopy of the Technical Proposal in the form of a non-

rewriteable CD. CD media must be duly signed using a Permanent pen Marker and should bear

the name of the bidder.

g. Bidder must ensure that the information furnished in the CD is identical to that submitted in

the original paper document. In case of any discrepancy, the information furnished in the

original paper document will prevail over the soft copy.

4.9. Bid Submission Format

a. The entire proposal shall be strictly as per the format specified in this Invitation for

Expression of Interest and any deviation may result in the rejection of the RFP proposal.

b. The documents to be submitted for Pre-Qualification are:

i. General Information of the Bidder – Form PQ#1

ii. Financial Turnover – Form PQ#2

iii. Past exp.– Form PQ#3A & 3B

iv. Certification for PoS Devices:-Form PQ#4

v. Hardware Warranty - Form PQ#5

vi. Manufacturing License or OEM Authorization Certificate - Form PQ#6

vii. Technical specifications of e POS device and client software - Form PQ#7

viii. Technical specifications of e Weighing Machine -- Form PQ#8

ix. Help Desk Service - Form PQ#9

x. Local Presence- Form PQ#10

xi. Self Declaration Certificate (Blacklist -Form PQ#11

xii. Power of Attorney -Form PQ#12

xiii. Acceptance for terms of RFP for Supply, Installation and delivery - Form PQ#13

xiv. Intellectual Property Rights (IPR) - Form PQ#14

xv. Bid Security.

c. The documents to be submitted for Technical Proposal are:

i. Executive Summary

ii. Understanding of the Project – Form TQ#1

iii. Details of service centres in the Project Districts - – Form TQ#2

iv. Project Implementation Plan - Form TQ#3

d. The documents to be submitted for Commercial Proposal are:

i. Commercial Proposal submission - Form C

Page 41: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 41ooooffff 140

ii. Commercial Proposal –Option I– Form C#1

iii. Commercial Proposal–Option II– Form C#2

4.10. Venue and deadline for submission

a. Proposals must be submitted through e Procurement Platform only on or before the last date

time given.

b. Any proposal received by the APTS after the above deadline shall be rejected. The bidders

should take care in uploading their bids & supporting documents well in advance so as to

avoid last minute rush & failures. APTS will not entertain any such complaints of failure on the

e procurement portal.

c. The bids submitted by telex/telegram/fax/e-mail, etc. Shall not be considered. No

correspondence will be entertained on this matter.

d. APTS reserves the right to modify and amend any of the above-stipulated condition

/criterion depending upon assignment/project priorities vis-à-vis urgent commitments.

4.11. Short listing Criteria

a. APTS will shortlist bidders who meet the Pre-Qualification criteria mentioned in this

Invitation to RFP.

b. Any attempt by a Bidder to influence the bid evaluation Process may result in the rejection of

its RFP Proposal.

c. APTS will constitute a Proposal Evaluation Committee to short-list the bidders according the

Pre-Qualification criteria given in this document.

4.12. Overall Evaluation

a. The evaluation will be 3 stages i.e., PQ, TQ & Commercial of the proposal submitted by the

bidders.

b. The bidders will be shortlisted based on the Pre-Qualification criteria.

c. The bidders who qualify in PQ evaluation will be eligible for opening of Technical Evaluation

& also bidder should arrange for Technical presentation on the features of the proposed

solution.

d. The bidders have to score a minimum of 70 marks in Technical evaluation to be considered

for Financial Evaluation as per the criteria.

e. Technical Presentation Date, Time & Venue will be informed as per schedule fixed by the

evaluation Committee.

f. The Financial Proposal of those bidders who get more than 70 marks out of a maximum of

100 marks, in the Technical Evaluation shall be considered for commercial bid evaluation.

g. The technically Qualifying Financial Proposals will only be opened for Commercial Evaluation.

h. The Final evaluationwill be L1 based for the option decided by the Govt.

i. The L1 bidder (for option decided by the Dept.) will be awarded LoI.

4.13. The Technical Proposal shall cover the following: Technical approach, methodology and work plan are key components of the TechnicalProposal.

Page 42: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 42ooooffff 140

The Bidder shall present their Technical Proposal containing:

� Understanding of Project scope.

� Technical Approach and Methodology (including the Risk management, Business

continuity plan and Quality assurance plans.)

� Work PlanThe work plan should be consistent with theWork Schedule. Milestones,

Deliverables, Meetings and presentations shall beclearly mentioned.

� Organization and staffing

� Capacity building: Bidder should submit a brief approach note on training

during implementation. Bidder should provide hands on training beforerequesting for

acceptance and completion of implementation. Training and

manuals should be provided to all the users.

� Approach for Project implementation: Detailed approach for carrying out the

project implementation along with the support and maintenance during thecontract.

Bidders need to give detailed approach on how they would implement

complete project with integration plan.

� Detailed specifications: Bidder shall also give specifications ofhardware/software to

be procured as mentioned along with attested copies of

agreements from the Original Equipment Manufacturers for supply of procured

hardware and software.

And any other relevant information.

Page 43: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 43ooooffff 140

5. Technical Evaluation Criteria

The Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the Pre-Qualified

bidders as per the following Stage I & Stage II criteria & will also have to showcase the device proposed

duly exhibiting the requested features asked in the RFP :

Stage –I – TQ Evaluation

Sl .No Technical Evaluation

Parameter Description

Maximum

Marks

1

Provision for charging POS

device from multiple sources of

power

No of multiple sources provided by the bidder in the

last three years i.e., 2011-12 n 2012-13 & 2013-14.

• > 2 Sources of Power – 10 Marks

• < 2 Sources of Power – 5 Marks

Supporting documents / Certifications should be

submitted.

10

2 Authentication responsetime

• < 4 Seconds – 10 Marks

• Between 4&5 Seconds – 5 Marks

• >5 Seconds – 2 Marks

10

3

Custom applications perPOS

devicefor thelist of custom

applications

Following are charterstics for Custom Application

1.Adherence to functionality

2.Intuitive user interface,

3.Ease of Configuration

• Over all Response Time - 10 Marks

• If any three characteristics - 5 Marks

• <3 characteristics - 2 Marks

• No Characteristics - 0 Marks

10

4 Network

Connectivity-Response Time

• <= 2 Seconds - 10 Marks

• >2 - 4 Seconds -5 Marks

• >4 Seconds-2 Marks

10

5

Backup provisions

fortransactional and

masterdata.

• Automatic Daily scheduled backup of

incremental data compressed and

transferred to offline storage - 10 Marks

• Manual daily backup and transfer – 5Marks

• Other modes -2 Marks

10

6 Print Response Time

• < =5 Seconds- 10 Marks

• > 5 to 7 Seconds -5 Marks

• Otherwise - 0 Marks

10

7

Additional features

1. Real-time AudioResponse

tointeraction.

2. Touch Screen Keyboard

Or Backlit Keyboard.

• If both the features are there -10 Marks

• Any one feature - 5 Marks

• None - 0 Marks

10

Total (Stage-I) 70

Stage –II – Technical Presentation cum Live Demo

1. Technical

Presentation

Methodology of Operational Plan (Live Demo) 15

IT Solution (Live Demo) 15

Total (Stage-II) 30

Total Marks for Stage I & Stage II criteria 100

Note: The offered PoS should be compatible & integrated with the Departments application software &

with the AADHAAR identification process. During the technical bid evaluation, the bidder should

demonstrate application software compatibility with a sample piece. Apart from compliance to the

Page 44: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 44ooooffff 140

technical specifications, PoS that are found meeting the application software requirements will only be

qualified for the financial stage.

6. Award of Contract The proposals will be ranked in terms of the Overall Scores obtained from Highest to Lowest. The bidder

with the highest overall score will be considered for award of contract.

7. Notification of Award

Prior to expiration of the period of bid validity, Purchaser will notify the successful bidder(s) in writing,

that their bid has been accepted.

8. Contract Period

The Successful L1 bidder shall sign contract agreement with the department for a period of 5

years which includes 2 years warranty and 3 years AMC for PoS& Weighing machines.

9. Payment Model The method and conditions of payment to be made to the selected vendor under this contract shall be

specified as follows. IT if any will be deducted at source as per IT act. The Bidder’s request(s) for payment

shall be made to the Civil Supplies Department in writing accompanied by the details of work executed,

supported with evidence of accomplishment of the item wise work. The Payment schedule shall be as

follows:

A. On Hire Model:

• Over all Proposed Payment Schedule for 5 years.

. No. Quarter Date of Quarterly Payment

S.No Item

Total PoS

machines

Installed

Total

Transactions

Amount per

Transaction

SLAs if

any

Total Payment

to Vendor

after SLAs

1 Quarter 1

2 Quarter 2

3 Quarter 3

….

20 Quarter 20

Page 45: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 45ooooffff 140

Quarterly Payment Details Quarter No: Date:

Quarter Start Date: Quarter End Date:

Sample Report

District

Name

East

Godavari Total PoS Machines in Dist

Total

Transactions

in Dist

# Mandal

Name

No of FP

Shops

No of PoS

Machines

No of

Transactions

in Month I

No of

Transactions

in Month II

No of

Transactions

in Month III

Actual

Transactions

per machine

per QTR

Amount

per

Transacti

on (Rs)

Total

Amount

(Rs)

SLAs if

any

Total

Payment

to

Vendor

after

SLAs

(Rs)

1 2 3 4 5 6 7 8 9 10(

8*9) 11

12 (10-

11)

1

2

3

..

B. On Purchase & Maintenance Model:

• Payment during warranty period

The following is the schedule of release of payment pertaining to the cost of hardware, software and

warranty costs of the first 24 months of the project:

Sl.

No. Payment Milestones Amount to be Released

1 Completion of commissioning and installation of devices in all

locations allotted to the bidder

80% of the contract value

(excluding the AMC cost)

2 Successful implementation of project with warranty services

at the end of 12 months from the date of signing of contract

15% of the contract value

(excluding the AMC cost)

3 Successful implementation of project with warranty services

at the end of 24 months from the date of signing of contract

5% of the contract value

(excluding the AMC cost)

Total 100%

• AMC Payment

The cost of AMC would be released at the end of each quarter, starting from the third year of the

project (i.e. after the 24 month warranty period).

i. The currency for all payments will be Indian rupees.

ii. Payment will be made on submission of bills along with the desired documents as

indicated in Bid Document.

iii. All the Delivery Challans/Installation Reports/Site Not Ready Certificate/report to be

Counter signed by the respective Competent Authority as designated by the user

Page 46: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 46ooooffff 140

department.The certificate/report should have Name, Designation, Signature, Date and Seal

of the Officer.

iv. Deduction of all statutory and necessary taxes from each bill will be made as per Government

Rules prevailing at the time of payment wherever necessary as per the law of land. Purchaser

will issue necessary tax deduction certificate in due course of time.

v. All payments will be made by A/C payee cheques or bank transfers only.

Page 47: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 47ooooffff 140

10. Service Level Agreement/SLA Service Level Agreement (SLA) is the contract between the purchaser and the successful bidder. SLA

defines the terms of the Successful bidder's responsibility in ensuring the timely delivery of the

deliverables and the correctness of the same based on the agreed Performance Indicators as detailed in

the Agreement. This section defines various Service Level Indicators which will be considered by the

department in the Service Level Agreement with successful bidder.

The successful bidder has to comply with all Service Level Agreements (SLAs) defined below to ensure

adherence to project timelines, quality and availability of services. Non compliance with the SLA attracts

penalty.

Note: Penalties shall not be levied on the successful bidder in the event of force majeure effecting the

SLA which is beyond the control of the successful bidder

The following is the table providing the indicative SLA for the project:

S.No Service Specification Time Frame Penalty

1 Installation

and

commissioning

The e POS device

and weighing

machines have to be

installed and

commissioned at all

the identified

locations.

By 5th Week from

the date of signing

the contract

Rs. 500/- per day per

device (e POS or e

Weighing machine), for

every additional day

after the 9th week;

Such penalty would be

imposed up to a

maximum of 12th week.

If even after the 12th

week, the installation

and commissioning is not

complete, the purchaser

reserves the right to

cancel the contract with

the bidder and award it

to L2 bidder;

2 Hardware

functionality

The e POS device

and e weighing

machines installed

at the various

locations must be

fully operational,

facilitating smooth

functioning of the

AePDS.

Any

nonfunctionality in

any part of the

device seriously

Within 3 hours of

reporting at the call

centre, for replacing

the

component/device

and making it

functional.

Rs. 1,000/-per device, for

every hour over and

above the prescribed

time frame

Page 48: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 48ooooffff 140

S.No Service Specification Time Frame Penalty

affecting the

business

transaction would

be termed as Level

1 issue. In the event

of a Level 1

hardware issue, the

component/device

has to be replaced

Any other hardware

functionality

partially/marginally

affecting the

business

transactions would

be termed Level 2

issues.

Repair/replacement

of

component/device

within 48 hours for

Level 2 issues

Rs. 1,000/- per device,

for every hour over and

above the prescribed

time frame

3

Software

Functionality

Dysfunction in the

software affecting

seriously the

business

transactions would

be termed as Level I

Software Issues

They have to be

resolved within 2

hours from the time

of reporting the

issue in the call

centre

On mere occurrence of

such an issue, a penalty

of Rs. 25,000/- would be

imposed;

If the issue is not

resolved within the

prescribed time frame, a

further penalty of Rs.

5,000/- would be

imposed for every

additional hour

Dysfunction in the

software affecting

marginally/partially

the business

transactions would

be termed as Level

II Software Issues

They have to be

resolved within 24

hours from the time

of reporting the

issue in the call

centre

Rs. 5,000/- for every

additional day after the

expiry of the prescribed

time frame

4 Security

Management

Security incidents

such as virus attack,

denial of service

attack, data theft

etc. must not be

guarded against.

Such threats

affecting seriously

the business

transactions would

be termed as Level I

security issues.

In case of such an

occurrence,

immediate steps

have to be taken to

control the damage

and to secure the

system within 2

hours of reporting

the issue at the call

centre.

Every occurrence of

Level I security issues

would attract a penalty of

Rs. 25,000/-

If the issue is not

resolved within the

prescribed time frame, a

further penalty of Rs.

5,000/- would be

imposed for every

additional hour.

Page 49: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 49ooooffff 140

S.No Service Specification Time Frame Penalty

Security breaches

not seriously

affecting the

business

transactions would

be termed as Level

II Security Issues

Level II Security

Issues have to be

sorted out within 6

hours of reporting

at the call centre

A fine of Rs. 5,000/- for

every hour over and

above the prescribed

time frame, if the issue

remains unresolved.

Page 50: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 50ooooffff 140

11. Statement of important limits/values related to bid Sl No Item Description

1 EMD

Rs.40,00,000/- (Rupees Forty Lakh Only) in favour of The Managing

Director, APTS, Hyderabad

Note: Scanned copy of EMD document should be uploaded on e-

Procurement website. The EMD should be in the form of DD/Bank

Guarantee from any Nationalized Bank / Scheduled Banks.

The Original EMD should be submitted to APTS before opening of Pre-

Qualification Bids in a sealed cover superscripted “Tender Reference No. &

Name”.

2 Document Fee Rs.25,000/-

Note: Scanned copy of DD drawn in favour of “MD APTS. Hyderabad”

should be uploaded on e-Procurement website. The Original DD should be

submitted to APTS office before opening of Pre-Qualification Bids in a

sealed cover superscripted “Tender Reference No. & Name”.

3 Bid Validity

Period

180 days from the date of opening of financial bid

4 EMD Validity

Period

180 days from the date of submission of bid

5 Variation in

quantities of

hardware to be

supplied

About 50%

6 Period for

furnishing

performance

security

Within 15 days from date of receipt of Notification of Award

7 Performance

security value for

Schedule

An amount equal to 10% of contract value, valid up to end of the contract

period, to be submitted within ten days from the signing of contract in favor

of “The Commissioner, Civil Supplies Department, Hyderabad” from any

Nationalized Bank / Scheduled Banks.

The EMD of successful bidder will be returned back on submission of PBG.

8 Performance

security validity

period

90 days beyond Project Completion period

Period for

signing contract

Within 7 days from date of receipt of Notification of Award

9 Delivery and

Commissioning of

Goods

Successful Bidder(s) shall deliver, install and commission the devices

within 10 weeks from the date of contract signing.

10 Penalties As per RFP

11 Payment Terms As per RFP

12 Conditional bids Not acceptable and liable for rejection

13 Eligibility

Criteria

As per RFP

14 Warranty period Comprehensive onsite warranty of 24 months for all the gadgets and

machinery including for the preloaded software with start date from the date

of issue of Acceptance Certificate.

15 Bid submission On Line. – e-Procurement plat form

Page 51: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 51ooooffff 140

Bidders are requested to submit the bids after issue of minutes of the pre

bid meeting duly considering the changes made if any, during the pre bid

meeting. Bidders are totally responsible for incorporating/complying the

changes/amendments issued if any during pre bid meeting in their bid.

16 Procedure for

Bid Submission

Bids shall be submitted online on www.eprocurement.gov.in platform

1. The participating bidders in the tender should register themselves free

of cost on e-procurement platform in the website

www.eprocurement.gov.in.

2. Bidders will log-in to e-procurement platform in secure mode only by

signing with the Digital certificates.

3. The bidders who are desirous of participating in

e-procurement shall submit their technical bids, price bids as per the

standard formats available at the e-market place.

4. The bidders should scan and upload the respective documents in Pre

Qualification and Technical bid documentation as detailed at Section 4

& 5 of the RFP including EMD. The bidders shall sign on all the

statements, documents certificates uploaded by them, owning

responsibility for their correctness/authenticity.

5. The rates should be quoted in online only .

17 Other

conditions

1. After uploading the documents, the copies of the uploaded statements,

certificates, documents, original Demand Drafts in respect of Bid

Security (except the Price bid/offer/break-up of taxes) are to be

submitted by the bidder to the O/o The MD, APTS Hyderabad as and

when required.

• Failure to furnish any of the uploaded documents, certificates, will

entitled in rejection of the bid. The APTS shall not hold any risk on

account of postal delay. Similarly, if any of the certificates,

documents, etc., furnished by the Bidder are found to be false /

fabricated / bogus, the bidder will be disqualified, Blacklisted,

action will be initiated as deemed fit and the Bid Security will be

forfeited.

2. APTS will not hold any risk and responsibility regulating non-visibility

of the scanned and uploaded documents.

3. The Documents that are uploaded online on e-market place will only be

considered for Bid Evaluation.

4. Important Notice to Contractors, Suppliers and Department users

• In the endeavor to bring total automation of processes in e-

Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated.

5.7.2006 permitting integration of electronic Payment Gateway of

ICICI/HDFC/Axis/IDBI Banks with e-Procurement platform, which

provides a facility to participating suppliers / contractors to

electronically pay the transaction fee online using their credit cards.

5. In case of consortium either the prime bidder or the consortium

partner can purchase the bid document. The bid can be filed either with

user ID of prime bidder or consortium partner.

Page 52: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 52ooooffff 140

12. General Instructions to bidders

12.1. Definitions

a. Tender call or invitation for bids means the detailed notification seeking a set of

solution(s), service(s), materials or any combination of them.

b. Specification means the functional and technical specifications or statement of work, as

the case may be.

c. Firm means a Company, Authority, Society, Trust, Co-operative or any other Organization

incorporated under appropriate statute as is applicable in the country of incorporation.

d. Bidder means any firm offering the solution(s), service(s) and/or materials required in

the tender call. The word Bidder/bidder when used in the pre award period shall be

synonymous with bidder and when used after award of the contract shall mean the

successful bidder with whom Consumer Affairs, Food and Civil Supplies Department

signs the contract for rendering of goods and services.

e. Pre- qualification and Technical bid means that part of the offer that provides information

to facilitate assessment by APTS, professional, technical and financial standing of the

bidder, conformity to specifications etc.

f. Financial Bid means that part of the offer, that provides price schedule, total project costs

etc.

g. Three part Bid means the Pre-qualification bid, Technical and Financial bids submitted in

e-procurement

h. Two part Bid means the Technical bid and financial bids submitted in

e-procurement and their evaluation is sequential.

i. Composite bid means a bid in which the technical and financial parts are combined into

one but their evaluation is sequential.

j. Goods and services mean the solution(s), service(s), materials or a combination of them

in the context of the tender call and specifications.

k. The word goods when used singly shall mean the hardware, firmware component of the

goods and services.

12.2. Application

These general conditions shall apply to the extent that they are not superseded by

provisions of other parts of the contract.

12.3. Standards

a. The goods supplied under this contract shall conform to the standards mentioned in the

specifications.

b. The successful bidder appointed under the RFP shall have the single point responsibility

for fulfilling all obligations and providing all deliverables and services required for

successful implementation of the project, notwithstanding the fact that the successful

bidder may appoint/procure services of third party suppliers (including system

Page 53: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 53ooooffff 140

Integrators) to perform all or part of the obligations contained under the RFP and this

contract after seeking appropriate permissions from the department.

c. The Successful bidder represents and acknowledges to the department that it possesses

necessary experience, expertise and ability to undertake and fulfill its obligations, under

all phases involved in the performance of the provisions of this contract.

12.4. General Eligibility

a. This invitation for bids is open to all Bidder both from within and outside India, who are eligible

to do business in India under relevant Indian laws as is in force at the time of bidding subject to

meeting the pre qualification criterion.

b. Bidders marked/considered by APTS to be ineligible to participate for non-satisfactory past

performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

c. Bidder/Consortium Member debarred/ blacklisted by any Central or State Govt. / Quasi –Govt.

Departments or organizations as on bid calling date for non-satisfactory past performance,

corrupt, fraudulent or any other unethical business practices shall not be eligible.

d. Breach of general or specific instructions for bidding, general and special conditions of contract

with APTS or any of its user organizations may make a firm ineligible to participate in bidding

process.

12.5. Bid forms

a. Wherever a specific form is prescribed in the bid document, the bidder shall use the form to

provide relevant information. If the form does not provide space for any required information,

space at the end of the form or additional sheets shall be used to convey the said information.

b. For all other cases the bidder shall design a form to hold the required information.

12.6. Cost of bidding

a. The bidder shall bear all costs associated with the preparation and submission of its bid, and

APTS will in no case be responsible for those costs, regardless of the conduct or outcome of the

bidding process.

b. Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. Failure to furnish all information required by the bidding documents or to submit a

bid not substantially responsive to the bidding documents in every respect will be at the bidder’s

risk and may result in the rejection of its bid.

c. The participating bidder should purchase the document and enclose a receipt of the same with

the bid document.

12.7. Clarification of bidding documents

a. A prospective Firm / bidder requiring any clarification of the bidding documents may notify

APTS contact person. Written copies/ e-mail of the APTS response (including an explanation of

the query but without identifying the source of inquiry) will be sent to all prospective bidders

that have received the bidding documents.

b. The concerned person will respond to any request for clarification of bidding documents which it

receives no later than bid clarification date mentioned in the notice prior to deadline for

Page 54: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 54ooooffff 140

submission of bids prescribed in the tender notice. No clarification from any bidder shall be

entertained after the closure of date and time for seeking clarification mentioned in tender call

notice. It is further clarified that APTS shall not entertain any correspondence regarding delay or

non-receipt of clarification from APTS.

12.8. Amendment of bidding documents

a. At any time prior to the deadline for submission of bids, APTS, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective bidder, may modify

the bidding documents by amendment.

b. All prospective bidders those have received the bidding documents will be notified of the

amendment and such modification will be binding on all bidders.

c. In order to allow prospective bidders reasonable time in which to take the amendment into

account in preparing their bids, the APTS, at its discretion, may extend the deadline for the

submission of bids.

12.9. Period of validity of bids

a. Bids shall remain valid for the180 days or duration specified in the bid document, after the date

of the financial bid opening prescribed by APTS. A bid valid for a shorter period shall be rejected

as non-responsive.

b. In exceptional circumstances, the APTS may solicit the bidders’ consent to an extension of the

period of bid & EMD validity. The request and the responses thereto shall be made in writing.

The bid security shall also be suitably extended. A bidder granting the request will not be

permitted to modify its bid.

12.10. Submission of bids

The bidders shall submit all the bids i.e., Pre-Qualification, Technical and Financial Bids on e-

Procurement website only.

12.11. Deadline for submission of bids

a. Bids must be submitted on e-procurement website not later than the bid submission date and

time specified in the tender call notice.

b. The APTS may, at its discretion, extend this deadline for the submission of bids by amending the

tender call, in which case all rights and obligations of the APTS and bidders previously subject

to the deadline will thereafter be subject to the deadline as extended.

12.12. Late bids

Any bid not received by the APTS contact person by the deadline for submission of bids

will be rejected and returned unopened to the bidder.

12.13. Modification and withdrawal of bids

a. No bid can be modified subsequent to the deadline for submission of bids.

b. No bid can be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the

forfeiture of its bid security (EMD).

Page 55: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 55ooooffff 140

12.14. General Business information

The bidder shall furnish general business information to facilitate assessment of its

professional, technical and commercial capacity and reputation.

12.15. Bid security i.e. earnest money deposit (EMD)

a. The bidder shall furnish, as part of its bid, a bid security for the amount specified in the

tender call notice.

b. The bid security is required by APTS to:

• Assure bidder’s continued interest till award of contract and

• Conduct in accordance with bid conditions during the bid evaluation process.

c. The bid security shall be in Indian Rupees and shall be a bank guarantee, or an

irrevocable letter of credit or cashier’s certified check, issued by a Reputed scheduled

Bank in India and having at least one branch office in Hyderabad

d. Unsuccessful bidder’s bid security will be discharged or returned as promptly as

possible but not later than thirty (30) days.

e. The bid security may be forfeited:

• if a bidder withdraws its bid during the period of bid validity or

• in the case of a successful bidder, if the bidder fails:

� to sign the contract in time; or

� to furnish performance security.

12.16. Preparation of Pre-qualification bid

It shall contain of the following parts:

i. General Information of the Bidder – Form PQ#1

ii. Financial Turnover – Form PQ#2

iii. Past experience– Form PQ#3A & 3B

iv. Certification for PoS Devices - Form PQ#4

v. Hardware Warranty - Form PQ#5

vi. Manufacturing License or OEM Authorization Certificate - Form PQ#6

vii. Technical specifications of e POS device and client software - Form PQ#7

viii. Technical specifications of e Weighing Machine -- Form PQ#8

ix. Help Desk Service - Form PQ#9

x. Local Presence- Form PQ#10

xi. Self Declaration Certificate (Blacklist -Form PQ#11

xii. Power of Attorney -Form PQ#12

xiii. Acceptance for terms of RFP for Supply, Installation and delivery - Form PQ#13

xiv. Intellectual Property Rights (IPR) - Form PQ#14

xv. Bid Security.

The bidders who qualified in Pre-qualification stage-I will only be short listed and eligible for participating

Technical opening.

Page 56: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 56ooooffff 140

12.17. Preparation of Technical Bid

It shall consist of the following parts.

i. Executive Summary

ii. Understanding of the Project – Form TQ#1

iii. Details of service centres in the Project Districts - – Form TQ#2

iv. Project Implementation Plan - Form TQ#3

12.18. Preparation of financial bid

The documents to be submitted for Commercial Proposal are:

i. Commercial Proposal submission - Form C

ii. Commercial Proposal –Option I– Form C#1

iii. Commercial Proposal–Option II– Form C#2

a. Overview of financial bid

The financial bid should provide cost calculations corresponding to each component of

the project.

i. Bid prices

a. The bidder shall indicate the unit prices (where applicable) and the total bid

price of the goods/services it proposes to supply under the contract.

b. The bidder shall indicate Basic Prices and taxes, duties etc.

(If required) in the form prescribed.

c. Bidder’s separation of price components will be solely for the purpose of

facilitating the comparison of bids by Consumer Affairs, Food and Civil

Supplies Department and will not in any way limit the purchaser’s right to

contract on any of the terms offered.

d. Prices quoted by the bidder shall be fixed during the bidder’s performance of

the contract and not subject to variation on any account unless otherwise

specified in the tender call. A bid submitted with an adjustable price

quotation will be treated as non-responsive and will be rejected.

12.19. Bid currency

Prices shall be quoted in Indian Rupees.

12.20. Term and Extension of Contract

a. The term of this Contract shall be for a period as indicated in the contract and contract

shall come to an end on expiry of such period except when its term is extended by Civil

Supplies Dept.

b. Civil Supplies dept shall reserve the sole right to grant any extension to the term

mentioned above on mutual agreement including fresh negotiations on terms and

conditions.

Page 57: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 57ooooffff 140

12.21. Suspension of Work

The Service Provider shall, if ordered in writing by APTS representative, temporarily suspend

the works or any part thereof for such a period and such a time as ordered. The Service Provider

shall not be entitled to claim compensation for any loss or damage sustained by him by reason of

temporary suspension of the Works as aforesaid. An extension of time for completion

corresponding with the delay caused by any such suspension of the works as aforesaid shall be

granted to the implementation agency, if request for same is made and that the suspension was

not consequent to any default or failure on the part of the implementation agency. In case the

suspension of works is not consequent to any default or failure on the part of the implementation

agency and lasts for a period of more than 3 months, the Service Provider shall have the option

to request the APTS to terminate the Contract with mutual consent

12.22. Force majeure

a. The Bidder/bidder shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that its delay in

performance or other failure to perform its obligations under the Contract is the result

of an event of Force Majeure.

b. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable.

Such events may include, but are not restricted to, acts of the State Government in its

sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions

and freight embargoes.

c. If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the APTS in

writing of such condition and the cause thereof. Unless otherwise directed by the APTS /

Civil Supplies Dept. in writing, the Bidder/bidder shall continue to perform its

obligations under the Contract as far as is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure

event.

12.23. Terminate the Contract

a. Retain such amounts from the payment due and payable by Civil Supplies Dept to the

Service Provider as may be required to offset any losses caused to Civil Supplies Dept. as

a result of such event of default and the Service Provider shall compensate Civil Supplies

Dept for any such loss, damages or other costs, incurred by Civil Supplies Dept in this

regard. Nothing herein shall effect the continued obligation of the Service Provider /

other members of its Team to perform all their obligations and responsibilities under

this Contract in an identical manner as were being performed before the occurrence of

the default.

b. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,

enforce the Deed of Indemnity, recover such other costs/losses and other amounts from

Page 58: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 58ooooffff 140

the Service Provider may have resulted from such default and pursue such other rights

and/or remedies that may be available to Civil Supplies Dept law.

12.24. Termination

a. Civil Supplies Dept may terminate this contract in whole or in part by giving the Service

Provider prior and written notice indicating its intention to terminate the Contract

under the following circumstances:

� Where it comes to Civil Supplies Deptattention that the Service Provider (or the

implementation agency’s Team) is in a position of actual conflict of interest with the

interests of Civil Supplies Deptin relation to any of terms of the implementation agency’s

bid, the tender or this Contract

� Where the Service Provider ability to survive as an independent corporate entity is

threatened or is lost owing to any reason whatsoever including inter alia the filing of any

bankruptcy proceedings against the implementation agency, any failure by the Service

Provider to pay any of its dues to its creditors, the institution of any winding up

proceedings against the Service Provider or the happening of any such events that are

adverse to the commercial viability of the implementation agency. In the event of the

happening of any events of the above nature, Civil Supplies Deptshall reserve the right to

take any steps as are necessary to ensure the effective transition of the project to a

successor implementation agency/service provider, and to ensure business continuity

� Termination for Default: Civil Supplies Deptmay at any time terminate the Contract by

giving 30 days written notice to the implementation agency without compensation to the

implementation agency in the event of default on the part of the Service Provider which

may include failure on the part of the Service Provider to respect any of its commitments

with regard to any part of its obligations under its bid, the tender or under this contract.

12.25. Termination for insolvency

The Civil Supplies Dept /APTS may at any time terminate the contract by giving 30 days

written notice to the Bidder/bidder if the Bidder/bidder becomes bankrupt or otherwise

insolvent. In this event, termination will be without compensation to the Bidder/bidder,

provided that such termination will not prejudice or affect any right of action or remedy

which has accrued or will accrue thereafter to the Civil Supplies Dept/APTS.

12.26. Termination for convenience

a. The Civil Supplies Dept/APTS, may at any time by giving 30 days written notice to the

Bidder/bidder, terminate the Contract, in whole or in part, for its convenience. The

notice of termination shall specify that termination is for the Civil Supplies Dept/APTS

/Purchaser’s convenience, the extent to which performance of the Bidder/bidder under

the Contract is terminated, and the date upon which such termination becomes effective.

Page 59: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 59ooooffff 140

b. The client may in the following events after giving a prior notice and conducting

investigations if required, terminate the contract forfeiting the bid security and any

sums due for payment to the Vendor:-

• If the value of the penalty for different services together exceeds 10% of the contract

amount for 1 year.

• If the Bidder becomes Bankrupt or financially insolvent during currency of the

contract.

• If it is found that the bidder has been convicted for any unlawful activities.

• If it is found that bidder has made gross misconduct or involved in practices injurious

to the image and interest of the client or has failed in performing his duties as per

contract.

12.27. Right of Monitoring, Inspection and Periodic Audit

a. Civil Supplies Dept. / APTS reserves the right to inspect and monitor/assess the

progress/performance of this project at any time during the course of the contract.

The Civil Supplies Dept./ APTS shall have the right to conduct, either itself or through

another Third Party as it may deem fit, an audit to monitor the performance by the Third

Party of its obligations/functions in accordance with the standards committed to or

required by Civil Supplies Dept. and the service provider undertakes to cooperate with

and provide to the APTS any other agency appointed by APTS, all documents and other

details as may be required by them for this purpose. Any deviations or contravention

identified as a result of such audit/assessment would need to be rectified by the service

provider failing which the client may without prejudice to any other rights that it may

have issue a notice of default.

12.28. Risk Management

Service Provider shall at his own expense adopt suitable Risk Management methodology

to mitigate all risks assumed under this CONTRACT. The Service Provider shall

underwrite all the risk related to its personnel deputed under this CONTRACT as well as

equipment and components and any other belongings or their personnel during the

entire period of their engagement in connection with this CONTRACT and take all

essential steps to reduce and mitigate the risk. Civil Supplies Dept. / APTS will have no

liability on this account.

12.29. Publicity

The Service Provider shall not make or permit to be made a public announcement or

media release about any aspect of this Contract unless the Civil Suppliesdept first gives

the Service Provider its written consent.

Page 60: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 60ooooffff 140

12.30. Resolution of disputes

a. The CA, F&C S Department and the Bidder/bidder shall make every effort to resolve

amicably by direct informal negotiation any disagreement or dispute arising between

them under or in connection with the contract.

b. If, after thirty (30) days from the commencement of such informal negotiations, the CA,

F&C S Department and the Bidder/bidder have been unable to resolve amicably a

contract dispute, either party may require that the dispute be referred for resolution to

the formal mechanisms specified here in. These mechanisms may include, but are not

restricted to, conciliation mediated by a third party.

c. The dispute resolution mechanism shall be as follows:

d. In case of a dispute or difference arising between the AP. CA, F&C S DEPARTMENT and

the Firm /bidder relating to any matter arising out of or connected with this agreement,

such disputes or difference shall be settled in accordance with the Arbitration and

Conciliation Act, of India, 1996.

12.31. Governing language

The contract shall be written in English. All correspondence and other documents

pertaining to the contract which are exchanged by the parties shall be written in same

languages.

12.32. Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

12.33. Notices

a. Any notice given by one party to the other pursuant to this contract shall be sent to the

other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to

the other party’s address.

b. A notice shall be effective when delivered or tendered to other party whichever is earlier.

12.34. Taxes and duties

The Bidder/bidder shall be entirely responsible for all taxes, duties, license fee etc.

incurred until delivery of the contracted services to the Civil Supplies Department, GoAP

or as per the terms of tender document if specifically mentioned.

12.35. Arbitration (As per the State Government Rules)

a. The selected implementing agency shall indemnify state against all third party claims

arising out of a court order or arbitration award for infringement of patent, trademark /

copy right arising from the use of the supplied services or any part thereof.

b. In the event of any dispute or differences arising under these conditions or any special

conditions of the contract in connection with this contract, the same shall be referred to

Page 61: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 61ooooffff 140

“The Secretary, Information Technology & Communications, Government of Andhra

Pradesh” for final decision and the same shall be binding on all parties.

c. Any other terms and conditions, mutually agreed prior to finalization of the order /

agreement shall be binding on the selected implementing firm.

d. The Selected Service Provider, Civil Supplies Dept. and APTS shall make every effort to

resolve amicably by direct negotiation any disagreement or dispute arising between them

under or in connection with the purchase order. If any dispute shall arise between parties

on aspects not covered by this agreement, or the construction or operation thereof, or the

rights, duties or liabilities under these except as to any matters the decision of which is

specially provided for by the general or the special conditions, such dispute shall be

referred to two arbitrators, one to be appointed by each party and the said arbitrators

shall appoint an umpire in writing before entering on the reference and the award of the

arbitration or umpire, as the case may be, shall be final and binding on both the parties.

The arbitrators or the umpire as the case may be, with the consent of parties, may modify

the timeframe for making and publishing the award. Such arbitration shall be governed in

all respects by the provision of the Indian Arbitration and Conciliation Act, 1996 or later

and the rules there under and any statutory modification or reenactment, thereof. The

arbitration proceedings shall be held in Hyderabad, Andhra Pradesh, India.

12.36. Concessions Related to Government Projects

At no stage of the project, CA, F&CS Department, Andhra Pradesh would provide any

form or certification or undertaking, which the bidders/the selected successful bidder

might ask for getting concessions / benefits in various activities due to government

related work.

12.37. Manuals and Drawings

a. Before the goods and services are taken over by the user, the Bidder shall supply

operation and maintenance manuals for the warranty period, (together with drawings

of the goods and services where applicable).

b. The Bidder shall provide complete technical documentation of hardware, firmware, all

subsystems, operating systems, compiler system software and the other software.

c. The manuals and drawings wherever applicable shall be in English or Telugu.

d. At least one set of the manuals should be supplied for each installation sites/Head Office.

e. Unless and otherwise agreed, the goods and services shall not be considered to

be completed for the purpose of taking over until such manuals and drawings have been

supplied to the purchaser.

12.38. Inspection and Acceptance Tests

Inspection and tests prior to shipment of Goods and at final acceptance shall be carried

out as follows:

Page 62: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 62ooooffff 140

a. Inspection of the goods shall be carried out to check whether the goods are in

conformity with the specifications mentioned in the bid document.

b. Following broad test procedure will generally be followed for inspection and testing

of hard ware and firmwares. The successful bidder will dispatch the goods to the

ultimate consignee after internal inspection and testing along with his/her inspection

report and manufacturer’s warranty certificate. The purchaser will test the

equipment after completion of the installation and commissioning at the site of

the installation.

c. The Inspections and tests, at the discretion of purchaser, may be conducted on the

premises of the bidders or its subcontractor(s), at point of delivery, and / or at the

good’s final destination. If conducted on the premises of the Bidder or its

subcontractor(s), all reasonable facilities and assistance, including access to drawings

and production data, shall be furnished to the inspectors at no charge to the

purchaser.

d. Should any inspected or tested goods fail to conform to the specifications the

purchaser may reject the goods, and the bidder shall either replace the rejected goods

or make alterations necessary to meet specification requirements free of cost to the

purchaser.

e. Purchaser’s right to inspect, test and, where necessary reject the goods after the

goods’ arrival at user’s site shall in no way be limited to or waived by the reason of

the goods having previously been inspected, tested and passed by the purchaser or its

representative prior to the shipment of goods.

f. Nothing in this clause shall in any way release the bidder from any

warranty or other obligations under this contract.

g. The acceptance test will be conducted by the purchaser or any other person

nominated by the purchaser. Any reduction in functional requirements and

performance specifications shall be ground for failure. Any malfunction, partial or

complete failure of any part of hardware, firmware or excessive heating of hardware

enclosures, or bugs in the software/ drivers etc shall be grounds for failure of

acceptance test. All the software should be complete and no missing modules / parts

will be allowed. The bidder shall maintain necessary log in respect of the results of

the tests to establish to the entire satisfaction of the purchaser , the successful

completion of the test specified.

h. In the event of the hardware and software failing to pass the acceptance

test, a period not exceeding two weeks will be given to rectify the defects

and clear the acceptance test, failing which the purchaser reserves the rights to get

the equipment replaced by the bidder at no extra cost to the purchaser

/user.

Page 63: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 63ooooffff 140

12.39. Acceptance Certificates

On successful completion of acceptability test, receipt of deliverables etc, and after

purchaser is satisfied with the working of the POS /weighing device services with

authentication with UIDAI servers, the acceptance certificate signed by the bidder, FPS

dealer and the representative of the purchaser will be issued. The date on which such

certificate is signed for all the items mentioned shall be deemed to be the date of

successful commissioning of the system.

12.40. Packing

The bidder shall provide such packing of the goods as is required to prevent

their damage or deterioration during transit to their final destination. The packing shall

be sufficient to withstand, without limitation, rough handling during transit and

exposure to extreme temperature, salt and precipitation during transit and open

storage. Packing case size and weights shall take into consideration, where appropriate,

the remoteness of the goods’ final destination and the absence of heavy handling

facilities at all points in transit.

The packing, marking and documentation within and outside the packages shall comply

strictly with such special requirements as shall be expressly provided for in the contract,

including additional requirements, if any, specified in Special Conditions of Contract, and

in any subsequent instructions ordered by the Purchaser.

12.41. Ownership, grant, delivery and Documents

Delivery of the goods/services shall be made by the bidder in accordance with the

terms specified in the RFP. All the necessary documents such as product documentation,

warranty information, product manuals, bill of material and delivery challans must be

delivered along with the products.

The Successful bidder must strictly adhere to the delivery dates or lead times identified in

their proposal. Failure to meet these delivery dates may constitute a material breach of

the Successful bidder’s performance. In the event that the department is forced to cancel

an awarded contract (relative to this RFP) due to the Successful bidder’s inability to meet

the established delivery dates, that Successful bidder will be responsible for any re-

procurement costs suffered by the department.

12.42. Insurance

a. The goods supplied under the contract shall be fully insured in

a freely convertible currency against loss or damage incidental to manufacture or

acquisition, transportation, storage, and delivery up to user site.

b. The insurance should be for replacement value from “Warehouse to warehouse

(final destination)” on “All Risks” valid upto 3 months till completion of delivery,

installation and commissioning.

Page 64: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 64ooooffff 140

c. In addition to the aforementioned insurance policies taken by the successful bidder, the

successful bidder shall maintain adequate professional liability and an all risk Insurance

for the aggregate of all deliverables and services to be rendered by virtue of this contract

and shall provide the department on request copies of such policy of insurance and

evidence that the premiums have been paid. The successful bidder shall procure

appropriate insurance policies of the limits acceptable to the department for damage to

the department’s premises, the department's property, data or loss of life, which may

occur as a result of or in the course of performing the successful bidder’s obligations

under this contract. The successful bidder also warrants and represents that it shall keep

all their respective directors, partners, advisers, agents, representatives and or

employees adequately insured in respect of business travel in India and further agrees to

provide to The department on request copies of such policy of insurance and evidence

that the premiums have been paid.

d. The successful bidder shall furnish to the department, prior to the commencement of the

testing phase, copies of the certificates of insurance as stipulated as set out herein

certifying that the policies of insurance, endorsed as required, are in full force and effect

(together with any required waivers of subrogation). The successful bidder shall ensure

that the policies contain provision that the department will be given thirty (30) days’

prior written notice by the insurers in the event of either cancellation or material change

in coverage; and that the department shall be given thirty (30) days’ notice prior to

termination of the insurance for failure to renew or pay premium. The Insurance

procured by the Successful bidder shall be primary to any other insurance available to

the department, its assignees, officers, directors, agents and employees.

e. The Successful bidders’ obligation to maintain insurance coverage hereunder shall be in

addition to, and not in lieu of, the Successful bidders’ other obligations, and the Successful

bidder’s liability the department shall not be limited to the amount of coverage.

12.43. Transportation

a. Transport of the goods to the project site(s) shall be arranged by the bidder at his cost.

Any transit charges/taxes should be borne by the bidder. Purchaser does not bear any

responsibility for the transportation of goods. All the costs incurred for the

transportation / insurance shall be borne by the bidder.

b. Any charges such as Excise gate pass / Octroi charges wherever applicable are to be

borne by the bidder and purchaser is not responsible for any of these charges.

c. Purchaser is not responsible for any delay or damage to material in transits.

d. Purchaser shall not extend the deadlines for any delay/damage of material in transit.

12.44. Hardware & OS Software Installation

The bidder is responsible for all unpacking, assemblies, wiring, installations, cabling

between computer units and connecting to power supplies. The bidder will test all

Page 65: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 65ooooffff 140

hardware operations and accomplish all adjustments necessary for successful and

continuous operation of the computer hardware at all installation sites.

12.45. Incidental Services

The Bidder may be required to provide any or all the following services,

including additional services :

a. Performance or supervision during warranty period and/or repair of the supplied goods

and services, for a period of time agreed by the parties, provided that this service shall

not relieve the Bidder of any warranty obligations under this Contract, and

b. Training of purchaser and/or its user organization personnel, at the Bidder’s site and / or

on-site, start-up, operation, maintenance during warranty period and/or repair of the

supplied goods and services.

c. Prices charged by the Bidder for the preceding incidental services, if any,

should be indicated separately (if required), and same will be mutually

negotiated separately.

12.46. Spare Parts

The Bidder may be required to provide any or all of the following materials,

notifications and information pertaining to spare parts manufactured or distributed by

the Bidder:

a. Such spare parts as the purchaser may elect to purchase from the Bidder, provided

that this election shall not relieve the Bidder of any warranty obligations under the

contract

b. In the event of termination of production of the spare parts, an advance

notification to the purchaser of the pending termination will have to be issued and

it would be the Bidders responsibility to arrange for the spares during the warranty

period.

c. The Bidder shall ensure availability of spares in stock at his nearest service

centre at the district head quarter-level, for immediate delivery of such spare

parts as:

���� are necessary for a minimum of 3 years of operation after installation at the

purchaser’s sites

���� are necessary to comply with specifications.

12.47. Prices

Prices charged by the Bidder for goods delivered and services performed under the

contract shall not vary from the prices quoted by the Bidder in its bid. No price

escalation is permitted.

Page 66: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 66ooooffff 140

12.48. Change Orders

Purchaser may, at any time, by written order given to the Bidder, make changes within

the general scope of the Contract in any one or more of the following:

a. Drawing, designs, or specifications, where Goods to be supplied under the contract

are to be specifically manufactured for the Purchaser.

b. The method of shipment or packing;

c. The place of delivery and/or the services to be provided by the Bidder.

d. Software application

If any such change causes an increase or decrease in the cost of, or the time required for

the bidder’s performance of any provisions under the contract, an equitable adjustment

shall be made in the contract price or delivery schedule or both, and the contract shall

accordingly be amended. Any claims by the Bidder for adjustment under this clause

must be asserted within thirty (30) days from the date of the Bidder’s receipt of the

change order.

12.49. Contract Amendment

No variation in or modification of the terms of the Contract shall be made except by

written amendment signed by the parties.

12.50. Assignment

a. The Bidder shall not assign, in whole or in part, its obligations to perform under this

Contract, except with the prior written consent from purchaser.

b. Civil Supplies Dept. / APTS may assign the project contemplated under this contract

and/or any of its rights of obligations hereunder. APTS shall have the right to assign

such portion of the services to be performed by the Successful bidder under this

contract to any of the sub-contractors, at its sole option, upon the occurrence of the

following:

���� Successful bidder refuses to perform;

���� Successful bidder is unable to perform;

���� Termination of the contract with the Successful bidder for any reason whatsoever;

���� Expiry of the contract.

c. Such right shall be without prejudice to the rights and remedies, which APTS / Civil

Supplies Dept. may have against the Successful bidder. The Successful bidder shall

ensure that the said subcontractors shall agree to provide such services to Civil

Supplies Dept. at no less favourable terms than that provided by the Successful

bidder and shall include appropriate wordings to this effect in the agreement entered

into by the Successful bidder with such sub contractors.

Page 67: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 67ooooffff 140

12.51. Guarantees

Successful bidder should guarantee that the software and allied components used to service

the department are licensed and legal. All hardware and software must be supplied with their

original and complete printed documentation.

12.52. Performance and Productivity of the Equipment

a. Bidders shall state the guaranteed performance or efficiency in response to the

specifications.

b. Successful bidders are expected to support and maintain the devices supplied from

the date of acceptance of the same by the department through the project period.

c. The Successful bidder represents that the client side POS application, the PoS devices,

weighing machines and all related components and parts, and its documentation

and/or use of the same by the department or any officers, representatives, nominees,

or by the users, shall not violate or infringe the rights of any third party or the laws

or regulations under any governmental or judicial authority. The Successful bidder

further represents that the documentation to be provided to the department shall

contain a complete and accurate description of the software, hardware and other

materials and services (as applicable), and shall be prepared and maintained in

accordance with the highest industry standards. The Successful bidder represents

and undertakes to obtain and maintain validity throughout contract period, of all

appropriate registrations permissions and approvals, which are statutorily required

to be obtained by the Successful bidder for performance of the obligations of the

Successful bidder. The Successful bidder further undertakes to inform and assist the

department for procuring any registrations, permissions or approvals, which may at

any time during the contract period be statutorily required to be obtained by the

department for availing services from the Successful bidder.

d. The department shall not be responsible for any judgments made by the Successful

bidder with respect to any aspect of the assignment. The Successful bidder shall at no

point be entitled to excuse itself from any claims by the department whatsoever for

their deviations in conforming to the terms and conditions, payments schedules,

expected service levels, time frame for implementation etc. as mentioned in this RFP.

12.53. Corrupt, Fraudulent and Unethical Practices

For the purposes of this tender:

a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value

to influence the action of a public official in the process of contract execution and

“Fraudulent practice” means intentional concealment of facts in order to influence

a Procurement process or the execution of a contract to detriment of the purchaser ,

and includes collusive practice among Bidders (prior to or after bid submission)

Page 68: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 68ooooffff 140

designed to establish bid prices at artificial non-competitive levels and to

deprive the purchaser of the benefits of free and open competition:

b. “Unethical practice” means any activity on the part of bidder(s), which tries to

circumvent tender process in any way. Unsolicited offering of discounts, reduction in

financial bid amount, upward revision of quality of goods etc after opening of first bid

will be treated as unethical practice. Purchaser will reject a proposal for award and

also may debar the bidder(s) for future tenders in purchaser, if it determines that the

bidder(s) has engaged in corrupt, fraudulent or unethical practices in competing for,

or in executing a contract.

12.54. Change in ownership/ control of the management

In instances of change in ownership/control of a company during the project period, it shall be the

responsibility of the bidder to ensure that new management continues to deliver the terms of the

contract. And in cases where there is such a change during the bidding process, the Purchaser

reserves the right to reject the bid.

12.55. User License and Patent Rights

a. The Bidder shall provide licenses for all software products and hardware products

(where necessary), whether developed by it or acquired from others. In the event of

any claim asserted by a third party for software piracy, the bidder shall act

expeditiously to extinguish such claim. If the bidder fails to comply and the purchaser

is required to pay compensation to a third party resulting from such software piracy,

the bidder shall be responsible for compensation including all expenses, court costs

and lawyer fees. The purchaser will give notice to the bidder of such claim, if it is

made, without delay.

b. The Bidder shall indemnify the purchases against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the

goods, software package or any part thereof.

12.56. Concessions Related to Government Projects

At no stage of the project, APTS /Civil Supplies Dept.would provide any form or

certification or undertaking, which the bidders/the selected successful bidder might ask

for getting concessions / benefits in various activities due to government related work.

12.57. Resolution of Disputes

The purchaser and the Bidder shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the contract.

If, after thirty (30) days from the commencement of such informal negotiations,

Page 69: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 69ooooffff 140

the purchaser and the Bidder have been unable to resolve amicably a contract

dispute, either party may require that the dispute to be referred for resolution to the

formal mechanisms specified here in. These mechanisms may include conciliation through

third party mediated by a third party appointed by both the parties.

The dispute resolution mechanism shall be as follows:

i. In case of a dispute or difference arising between the purchaser and the

Bidder relating to any matter arising out of or connected with this

contract, such disputes or difference shall be settled in accordance with

the Arbitration and Conciliation Act, of India, 1996. The venue of such

arbitration shall be Hyderabad.

ii. Purchaser, in its sole discretion and without incurring any obligation or

liability, reserves the right to:

a. Suspend and/or cancel the Bidding Process and/or amend and/or supplement

the BiddingProcess or modifythe dates orother terms and conditions relating

thereto;

b. QualifyornottoqualifyanyBidderand/ortoconsultwithanyBidderinorderto

receive clarification or further information;

c. Retainanyinformationand/orevidencesubmittedtoPurchaser,onbehalfof,and/o

rin relation to anyBidder; and

d. Independentlyverify,disqualify,rejectand/oracceptanyandallsubmissionsor

otherinformation and/orevidencesubmitted byoron behalf ofanyBidder.

No claim whatsoever shall be admissible towards aforementioned bidding processes

which are being undertaken over a period of time, since based on market response,

market conditions, government policies and objective, public good, court guidelines, court

directives may require such changes made in the bidding processes.

It shall be deemed that by submitting the Proposal, the Bidder agrees and releases

Purchaser, its employees, agents and advisers, irrevocably, unconditionally, fully and

finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in

any way related to or arising from the exercise of any rights and/or performance of any

obligations hereunder, pursuant hereto and/or in connection herewith and waives any

and all rights and/or claims it may have in this respect, whether actual or contingent,

whether present or future.

Page 70: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 70ooooffff 140

Insurance coverage should be made by the successful bidder in all aspects including goods

transit, theft, fire etc.

12.58. Jurisdiction

The bidding process shall be governed by, and construed in accordance with, the laws of

India and the courts at Hyderabad alone, and no other court shall have exclusive

jurisdiction to deal with matters or disputes arising out of the RFP and the contract.

12.59. Licensing Considerations

The software mentioned in the Schedules of Requirement will be used throughout Andhra

Pradesh or user’s sites even outside Andhra Pradesh.

The Successful bidder shall procure and provide a non-exclusive, perpetual license to the

departmentfor all the software to be provided as a part of this project. The license shall specifically

include the right:

a. To Use

•••• to use the executable code version of the software and all enhancements,

updates and new versions made available from time to time solely for use of

the department;

•••• to use the program documentation for purposes of installing or operating the

programs and supporting the use of the software by the department;

•••• to use the technical training materials for purposes of supporting users.

b. To Copy

•••• to copy the software that operates on server systems to support the maximum

number of users;

•••• to make additional copies of the program material for archival, emergency

back-up, testing, or disaster recovery purposes; and

•••• to copy the program documentation to support its users.

c. To work as interface

•••• to work with other application software packages as interface;

•••• to allow other application software packages to work as interfaces to the

software. If such interfacing requires any modification or change to the

software, such modification or change has to be carried out by the Successful

bidder free of any additional charge or fees or expenses.

Page 71: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 71ooooffff 140

12.60. Delivery

a. The Successful bidder, after customization shall deliver to the Civil Supplies Dept.

required copies of the object code version of the customized software and the

associated program documentation including operation manual and training

material.

b. The Successful bidder, after modifications, updates or new versions shall deliver to

Civil Supplies Dept. required copies of the revised object code version of the latest

Software and the revised associated program documentation including operation

manual and training material.

c. The program documentation shall consist of required number of user manuals per

branch/service centre/ office/ extension counter, data center and disaster recovery

center. The program documentation shall be supplied by the Successful bidder to the

department both in hard copy form except where hard copies are not available and

soft copy form (MS word format and HTML Browser format).

d. The operational manual shall be provided by the Successful bidder under help menu

in the software as dynamic online documentation / help files, wherever applicable.

The object code version of the software, executables and required run-time files shall

be on compact disc or on any such media as desired by the department.

Page 72: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 72ooooffff 140

**Consortium Criteria

In case of consortium the prime bidder must be specified by the bidder.

• The prime bidder cannot be a partner in more than one consortium. In case of consortium no

company will be allowed to participate in more than one bid i.e. they should have exclusive

partners in case it is observed that any consortium have a common partner then such consortiums

will stand disqualified and under no circumstances their bids will be entertained. An undertaking

in this regard has to be enclosed

• In case of a consortium, applicant consortia shall have a valid Memorandum of Understanding

(MoU)/ agreement (duly registered) among all the members signed by the Authorized Signatories

of the companies dated prior to the submission of the bid. The MoU/ consortium agreement shall

clearly state the composition of the consortium who shall be the prime bidder, the complete

description of the partner and roles and responsibilities of the partners. The MoU/agreement shall

be exclusively for this project and shall be responsible in case of failure by any partner.

• In case of a consortium, the maximum of bidders should not be more than 3 bidders.

• If the bidder (All members of consortium) is a bidder, it should be registered under company’s act

1956 of India. The Society/Partnership Firms/ Trust can participate in Consortium.

• The bidder (Each member of the Consortium) shall have company registration certificate,

registration under labour laws & contract act, valid sales tax registration certificate, valid Service

tax registration certificate and Permanent Account Number (PAN) issued by income Tax

department. (Copy of each registration should be provided).

• Attested copy of the company’s annual report has to be attached along with the bid. Bidder should

submit an undertaking that Bidder (or any member of the consortium) is as a

company/consortium and product quoted are not Black Listed by any Govt. dept. /agency in India.

• Members of the Consortium shall be jointly and severally liable to the Government for the

execution of the project in accordance with the terms of the bid document and a statement of this

effect shall be included in the Memorandum of Understanding/ consortium Agreement.

Page 73: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 73ooooffff 140

Format of Application Form

(On applicant Company/leading company’s Letterhead)

To,

The Managing Director,

Andhra Pradesh Technology Services(APTS),

4th Floor, BRKR Bhavan

Hyderabad-Pin-500063

Sub: Request for Proposal (RFP) for Selection of Service Provider for Implementing

Aadhar Enabled Public Distribution System for CA,F&CS Dept. ( Consumer Affairs, Food and

Civil Supplies Department)

***

Dear Sir,

This has reference to the advertisement that was published in the ----------- (English) Daily News

paper dated ------------------- and------------------- (Telugu)News paper dtd-------- & e-Procurement

platform for Providing Request For Proposal (RFP) for Selection of Service Provider for

Implementing Aadhar Enabled Public Distribution System for CA,F&CS Dept. We are submitting

our RFP for the same. We would like to clearly state that we qualify for this work as our firm/Single

Bid/Consortium (Strike out what is not applicable) meets all the pre-qualifying criteria indicated by

you.

# Pre-qualification Criterion Confirmation

Supporting Documents to be submitted

by the bidders

Yes / No

1 Legal Entity Yes / No

2 Turnover Yes / No

3 Past experience in the related field Yes / No

4 Certification for PoS Devices Yes / No

5 Hardware Warranty Yes / No

6 Manufacturing License or OEM Authorization Certificate Yes / No

7 Technical specifications of e POS device and client

software Yes / No

8 Technical specifications of e Weighing Machine Yes / No

9 Help Desk Service Yes / No

10 Local Presence Yes / No

11 Blacklist Yes / No

Page 74: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 74ooooffff 140

12 Power of Attorney

Yes / No

13 Acceptance for terms of RFP for Supply, Installation and

delivery Yes / No

14 Intellectual Property Rights (IPR) Yes / No

We understand that if the details given in support of claims made above are found to be untenable

or unverifiable or both, our bid may be rejected without any reference to us. We further clearly

understand that APTS is not obliged to inform us of the reasons of rejection of our bid.

Yours sincerely

(Signature, Name, designation, contact address and

Telephone number of the authorized signatory and seal)

Page 75: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 75ooooffff 140

Bid Letter Form

From:

(Registered name and address of the bidder.)

To:

The Managing Director,

Andhra Pradesh Technology Services(APTS),

4th Floor, BRKR Bhavan

Hyderabad-Pin-500063

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer

to provide services/execute the works in conformity with the terms and conditions of the

bidding document and amendments there on, for the following project in response to your

tender call dated.......................

Project title:

We undertake to provide services/execute the above project or its part assigned to us in

conformity with the said bidding documents for an estimated sum of Rs.................... (Total bid

amount in words and figures) which may vary in accordance with the schedule of prices

attached herewith and coverage options made by APTS or its user organization.

If our bid is accepted, we undertake to;

1. Provide services/ execute the work according to the time schedule specified in the bid

document,

2. Obtain the performance guarantee of a bank in accordance with bid requirements for the

due performance of the contract, and

3. Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which

remain binding upon us during the entire bid validity period and bid may be accepted any

time before the expiration of that period.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to

give any reason for the rejection of any bid and that you will not defray any expenses incurred

by us in bidding.

Place: Bidder’s signature

Date: and seal.

Page 76: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 76ooooffff 140

Form of Contract Agreement

Contract Ref No: ____________________

1. THIS AGREEMENT made on on ____ day of _____Month of 2014 yearby and between The Commissioner

Civil Supplies, Civil Supplies Bhavan, Somajiguda Hyderabad – 500082, Andhra Pradesh (India)

(hereinafter called “the Purchaser ”), and _______________ a company incorporated under the laws of

India and having its registered office at _________________. (Hereinafter called “Supplier”).

WHEREAS the purchaser invited bid for certain goods and ancillary services viz.,

Supply and Installation of __________________ (number of PoS devices

and electronic weighing machines) for supply at _________________ and has accepted a bid by the

Supplier for the supply of those goods and services in the sum of Rs. __________ (_________________.)

including all taxes and duties (hereinafter called as “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

In this Agreement words and expression shall have the same meanings as are respectively

assigned to them in the Conditions of bid document referred to Scope of the Work

Brief outline of the work: To Supply &Installation

of______________________at______________________________. The detailed scope is as covered in tender document

and subsequent clarifications.

2. Contract Documents

The following documents shall constitute the Contract between the purchaser and the Supplier, and

each shall be read and construed as an integral part of the Contract:

2.1 This Contract Agreement and the Annexures attached to the Contract Agreement

2.2 Notification of award

2.3 Pre - bid conference minutes

2.4 Bid document Ref No. ______________Dt. _________________

3. Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents listed above, the

order of precedence shall be the order in which the Contract Documents are listed in 2

Page 77: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 77ooooffff 140

(Contract Documents) above, provided that Schedule of Amendments updated by the purchaser

shall prevail over all provisions of the Contract Agreement and the other Appendices attached

to the Contract Agreement and all the other Contract Documents listed in 2.1 above.

2. In consideration of the payments to be made by the purchaser to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the purchaser to provide the Goods

and Services and to remedy defects therein in conformity in all respects with the provisions of the

Contract.

3. The purchaser hereby covenants to pay the Supplier in consideration of the

provision of the Goods and Services and the remedying of defects therein,

the Contract Price or such other sum as may become payable under the

provisions of the Contract at the times and in the manner prescribed by the

Contract.

4. Brief particulars

4.1. Details of the goods and services which shall be supplied /provided by the Supplier are as under:

4.2. TOTAL VALUE : ……………………………….

4.3. DELIVERY SCHEDULE : ……………………………….

4.4. WARRANTY : ……………………………….

4.5. SUPPLIER’S RESPONSIBILITY : ……………………………….

4.6. UP TIME % : : ……………………………….

4.7. EXIT CLAUSE : : ……………………………….

4.8. PAYMENT TERMS : ……………………………….

IN WITNESS WHEREOF the purchaser and the Supplier have caused this Agreement to be duly

executed by their duly authorized representatives the day and year first above written.

Page 78: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 78ooooffff 140

Signature of the Signature for and on

Bidder behalf of

purchaser

in the capacity of------------------------, in the capacity of Commissioner Civil Supplies,

M/s. _______________________

Date : Date:

Witness 1 Witness 1

Name Name

Designation Designation

Signature Signature

Witness 2 Witness 2

Name Name

Designation Designation

Signature Signature

Page 79: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 79ooooffff 140

Bid Security (EMD) form

File. No: …………………………….....

Project Name: ……………………………….

(To be issued by a bank scheduled in India as having at least one branch in Hyderabad)

Whereas...................................... (Here in after called “the Bidder”) has submitted its bid dated

......(Date). For the execution of........................ (Here in after called “the Bid”) KNOW ALL MEN by

these presents that WE ................... of ........................ having our registered office at........................ (Here

in after called the “Bank”) are bound unto the (hereinafter called “MD,APTS,HYDERABAD”) in

the sum of ................ for which payment well and truly to be made to the said APTS itself, its

successors and assignees by these presents.

The conditions of this obligation are:

a. If the bidder withdraws its bid during the period of bid validity or

b. If the bidder , having been notified of the acceptance of its bid by the APTS during the

period of bid validity:

1) fails or refuses to execute the contract form if required; or

2) fails or refuses to furnish the performance security, in accordance with the bid

requirement;

c. bidder submits fabricated documents

We undertake to pay the above amount upon receipt of its first written demand, without

the APTS having to substantiate its demand, provided that in its demand the will note that the

amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions,

specifying the occurred condition or conditions.

This guarantee of Rs. ----------will remain in force up to…... and any demand in respect

thereof should reach the Bank not later than the above date.

Place: Signature of the Bank Official

Date : with seal

Page 80: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 80ooooffff 140

Check List

Compliance/ Agreed/ Enclosed/ Deviation Statement

The following are the particulars of compliance/deviations from the requirements of the tender

specifications.

Sl.No Bid document reference Remarks

1. Form PQ#1

2. Form PQ#2

3. Form PQ#3

4. Form PQ#4

5. Form PQ#5

6. Form PQ#6

7. Form PQ#7

8. Form PQ#8

9. Form PQ#9

10. Form PQ#10

11. Form PQ#11

12. Form PQ#12

13. Form PQ#13

14. Form PQ#14

15. Form TQ#1

16. Form TQ#2

17. Form TQ#3

18. Form C#1

19. Form C#2

The specifications and conditions furnished in the bidding document shall prevail over those of

any other document forming a part of our bid, except only to the extent of deviations furnished

in this statement.

Place: Bidder’s signature

Date : and seal

NOTE: For every item appropriate remarks should be indicated like ‘no deviation’, ’agreed’,

’enclosed’ etc. as the case may be.

Page 81: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 81ooooffff 140

APPENDIX I

Pre Qualification (PQ) Proposal submission forms

Page 82: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 82ooooffff 140

Name of the Service Provider (Bidder):

Name of the Project:

Form – PQ#1A (Single Bidder / Prime Bidder)

General Information

1 Name of the Company/ Firm :

2

Date of Incorporation (Registration Number

& Registering Authority) VAT No., CST No.,

PAN No.

3 Legal Status of the Company in India &

Nature of Business in India

Public Ltd Company/ Private/

Partnership firm

4 Address of the Registered Office in India :

5 Date of Commencement of Business

6 Name & e-mail id, phone number, fax of the

Contact Person :

Phone:

Fax:

Email

7 Web-Site :

8 EMD details :

Amount:

DD No. & Date

Name of the Bank:

Valid up to :

9 Proof of purchase of bid document : Receipt No:

Date of purchase:

Place: Bidder’s signature

Date : and seal.

Page 83: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 83ooooffff 140

Name of the Service Provider (Bidder):

Name of the Project:

Form – PQ#1B (Consortium Bidder)

General Information

1 Name of the Company/ Firm :

2

Date of Incorporation (Registration Number

& Registering Authority) VAT No., CST No.,

PAN No.

3 Legal Status of the Company in India &

Nature of Business in India

Public Ltd Company/ Private/

Partnership firm

4 Address of the Registered Office in India :

5 Date of Commencement of Business

6 Name & e-mail id, phone number, fax of the

Contact Person :

Phone:

Fax:

Email

7 Web-Site :

8 EMD details :

Amount:

DD No. & Date

Name of the Bank:

Valid up to :

9 Proof of purchase of bid document : Receipt No:

Date of purchase:

Place: Bidder’s signature

Date : and seal.

Page 84: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 84ooooffff 140

Name of the Bidder:

Name of the Project:

Form - PQ#2 (Single or Consortium)

Turnover

The annual turnover should have been at least Rs. 50 Crore in each of the last 3 years (2011-12, 2012-

13 & 2013-14).

In the case of a consortium, the turnover of the Lead member should have been at least 60% of this

figure.

(All values in Rs. Crores)

# Financial year Total Turnover of the firm

(1) (2)

1 FY.2011-12

2 FY.2012-13

3 FY.2013-14

Note:

1. Turnover in areas other than mentioned above shall not be considered for evaluation.

2. Please attach audited Balance Sheets and IT return statements to confirming the figures

mentioned in columns (2).

3. Bidder should submit any of the Audited balance sheet / Profit & Loss statement / certificates

from CFO of the Company duly audited by the Charted Accountant and certified by the Company

Secretary for all the above stated three financial years.

Place: Bidder’s signature

Date : and seal.

Page 85: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 85ooooffff 140

Name of the Bidder :

Name of the Project:

Form – PQ#3 (Prime & Consortium)

Project Experience

Bidder should have similar project experience in the last 3 years in India.

Sale of Hand Held Devices-Form 3A

The bidder(s) should have supplied/sold at least 400 Hand Held Devices (UIDAI specifications/STQC

certified) with biometrics since the establishment of the company/companies.

Description of Item Supporting Document

with page number

Name of the Client / Department

Contact address & details of the department

Value of the Project (not less than Rs.------L)

No. of hand Held Devices Sold

No. of e POS devices sold

Total Value of HH devices and e POS devices in last 3 years(Rs.

Lakhs)

Project Duration

Description of Work

Bidder should submit any of the following:

i. Purchase Orders / Work order & work completion

certificates from client dept.

ii. Work satisfactory certificate from the client dept.

Work satisfactorily certificate / Client completion certificates -

Encloses

Page 86: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 86ooooffff 140

Sale of Electronic Weighing Machines- Form 3B

Bidder/s should have sold/supplied at least at least 400 electronic weighing machines since the

company’s inception.

Note:

1. Please submit supporting documents to support the claim and the certificates must be signed by

Senior Executive/ Deputy GM of the organization clearly indicating his/her name, designation and

contact details such as Telephone Number, Fax number, email-id etc.

2. Please attach certificate from the client for the successful completion & implementation of project.

Place: Bidder’s signature

Date : and seal.

Description of Item Supporting Document

with page number

Name of the Client / Department

Contact address & details of the department

Value of the Project (not less than Rs.------L)

No. of hand Held Devices Sold

No. of electronic weighing machines sold

Total Value of HH devices and e-weighing machines sold in last 3

years(Rs. Lakhs)

Project Duration

Description of Work

Bidder should submit any of the following:

i. Purchase Orders / Work order & work completion

certificates from client dept.

ii. Work satisfactory certificate from the client dept.

Work satisfactorily certificate / Client completion certificates -

Encloses

Page 87: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 87ooooffff 140

Name of the Bidder :

Name of the Project:

Form – PQ#4 (Prime / Consortium)

Quality Certification

Certification for PoS Devices:

4A: Quality - Bidder should have ISO certification 9001-2008 for OEM of POS device and weighing

machine.

4B: Biometric Authentication - All the parameters of Biometric Devices for Authentication should be as

per certification of UIDAI as per latest STQC scheme for certification of UIDAI Biometric Devices

(Authentication)

Sl.No Item Description Name of Certification Validity Period

Note:

1. Bidder should submit valid quality Certification.

Place: Bidder’s signature

Date : andseal.

Page 88: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 88ooooffff 140

Name of the Bidder :

Name of the Project:

Form – PQ#5 (Single / Consortium)

Hardware Warranty

Single Bidder / Consortium bidder should produce a certificate from the OEMs (if they are not

OEMs) regarding their acceptance of responsibility of supply, installation and warranty of

services during warranty period as per the format given in Form 6A & Form 6B.

If the bidders are OEMs, they must furnish a certificate stating their willingness in this regard.

Manufacturer’s Authorization Form (e POS Device)– Form 6A:

To

Fax: (040) 2322 7458 : Email : [email protected]

Dear Sir,

Ref: Tender No. Dated:------for RFP Document for Supply of POS Devices for

We _______________________, (name and address of the manufacturer / developer) whoare established

and reputed official manufacturers of __________________ having production facilities at __________________

(addresses of manufacturing locations) do hereby authorize M/s _______________________ (name and address

of the bidder) to bid, negotiate and conclude the contract with you against Tender No………….Dated:

and the following goods are manufactured by us. AS an OEM we assure timely supply and back to back

support with services and spares for the offered product for the warranty period as mentioned in the

Annexure B of Technical Specifications of this contract.

[Please Specify the Product Name(s) & Model No(s) here]

When resold by …………………..___________________(the Bidder) these products are subject to

The Managing Director

Andhra Pradesh Technology Services Ltd.,

IVth Floor, BRKR Bhavan,

Tankbund Road, Hyderabad – 500 063 Telephone: (040) 2322 0305, (040) 2322 3753

Page 89: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept. –Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 89ooooffff 140

applicable warranty terms of this Tender.

We assure you that in the event of _______________________________ (the Bidder) not being able to fulfill its

obligation as our Sales & Service Provider in respect of this Tender, we would continue to meet our

obligation to meet the supply and service terms stated in the abovementioned Tender through

alternate arrangements.

We hereby extend our full guarantee for warranty as per Annexure of Technical Specifications of this

contract for the goods offered for supply against this invitation for bid by the above firm. We also certify

that M/s_________________________________are authorized by us to provide service support and upgrade support

up to the expiry of warranty period for the goods manufactured by us.

We also undertake to supply the materials in the event of the non-supply of the materials by

_______________________________________ (the Bidder) as per the Technical Specifications of Tender.

Name In the capacity of

Signed

Note: This letter of authority must be on the letterhead of the Manufacturer, must be signed by a

person competent and having the power of attorney (Notarised copy to be attached) to bind the

Manufacturer, and must be included by the Bidder in their bid as specified in the Instructions to

Bidders.

Page 90: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 90of of of of 140

Manufacturer’s Authorization Form (e- Weighing Machines)- Form 6B

To

Fax: (040) 2322 7458 : Email : [email protected]

Dear Sir,

Ref: Tender No. Dated: ------for RFP Document for Supply of e Weighing Machines for

We _______________________, (name and address of the manufacturer / developer) whoare

established and reputed official manufacturers of __________________ having production facilities at

__________________ (addresses of manufacturing locations) do hereby authorize M/s

_______________________ (name and address of the bidder) to bid, negotiate and conclude the contract

with you against Tender No………….Dated: and the following goods are manufactured by us.

AS an OEM we assure timely supply and back to back support with services and spares for the

offered product for the warranty period as mentioned in the Annexure B of Technical

Specifications of this contract.

[Please Specify the Product Name(s) & Model No(s) here]

When resold by …………………..___________________(the Bidder) these products are subject

to applicable warranty terms of this Tender.

We assure you that in the event of _______________________________ (the Bidder) not being able to

fulfill its obligation as our Sales & Service Provider in respect of this Tender, we would continue

to meet our obligation to meet the supply and service terms stated in the abovementioned

Tender through alternate arrangements.

We hereby extend our full guarantee for warranty as per Annexure of Technical Specifications of

this contract for the goods offered for supply against this invitation for bid by the above company.

We also certify that M/s_________________________________are authorized by us to provide service

support and upgrade support up to the expiry of warranty period for the goods manufactured by

us.

We also undertake to supply the materials in the event of the non-supply of the

materials by _______________________________________ (the Bidder) as per the Technical

The Managing Director

Andhra Pradesh Technology Services Ltd., IVth Floor, BRKR Bhavan,

Tankbund Road, Hyderabad – 500 063 Telephone: (040) 2322 0305, (040) 2322 3753

Page 91: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 91of of of of 140

Specifications of Tender.

Name In the capacity of

Signed

Note: This letter of authority must be on the letterhead of the Manufacturer, must be

signed by a person competent and having the power of attorney (Notarised copy to be

attached) to bind the Manufacturer, and must be included by the Bidder in their bid as

specified in the Instructions to Bidders.

Page 92: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 92of of of of 140

Name of the Bidder :

Name of the Project:

Form – PQ#7 (Single / Consortium)

Technical specifications of e POS device and client software Bidder should meet the specifications mentioned as below table:

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

Yes / No

1 Biometric Sensor

and Extractor

All the parameters of Biometric

Devices for Authentication should

be as per certification of UIDAI as

per latest STQC Scheme for

Certification of UIDAI Biometric

Devices (Authentication)

http://www.stqc.gov.in/sites/uplo

ad_files/stqc/files/POS-Device-

Certification-ver-0.6.pdf

2 Processor

32-bit, ARM-9/x86 equivalent or

higher, 380 MHz or higher

frequency. Device should be

capable of performing 2 finger

authentication end to end under 60

seconds and 10 finger BFD under

two minutes

3 Memory Total RAM 128 MB or higher,

FLASH 256MB or higher.

4 Add on Memory Micro SD Slot minimum 4GB.

Prefer 8GB.

5 Keypad

Minimum 16 key alpha numeric

keypad with navigation keys, key

size to be large enough for

navigation, Or On screen key pad.

QWERTY Keypad is preferable

6 OS/Software

OS with GUI Support, JVM or

equivalent support & SDK for 3rd

party application Development

7 IO Ports

Minimum 1 USB 2.0 (or higher)

porti . Prefer 2 USB 2.0 (or higher)

ports, capability to add USB hub,

RJ45 (Ethernet) port integrated or

on the base or through peripheral

connectors.

8 Language

Support

Unicode Support for all Indian

languages including English

9 Status

Indications

Multi Colour LED's (to indicate

network connection, signal

strength, to indicate battery charge

Page 93: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 93of of of of 140

remaining etc) Or,

On screen display of all indicators

like battery charge, network

strength etc.

10 Connectivity

Two channels of connectivity are

mandatory for devices. First

connectivity as GPRS/Edge is

mandatory. Second connectivity

can be through SIM slot / USB/

other integrated port. E.g., Dual

SIM capability, GPRS + CDMA,

GPRS + broadband, GPRS + PSTN,

etc.

There must a provision for easy

replacement of SIM card

11 Non-volatile

storage

Must be capable of storing audit

trails of at least 1000 transactions

12 Display

Minimum screen size – 2.5”,

Minimum QVGA resolution,

Color Display - TFT 4k colors,

Readable in sunlight

\Must be capable of displaying last

10 transactions without scrolling

horizontally. Each transaction must

display at least the date, type, and

amount ( in case device is used for

financial transactions).

13 Printer

Integrated or external

(Bluetooth/USB) printer, Print

Resolution: 150 dpi or higher,

Language – English & Hindi

(mandatory). Other language

Unicode support (preferable)

Receipts and other printed items

must be legible for at least two

months from the date of printing

Must be able to print out

transaction status and a mini-

statement of at least the last 10

transactions.

14

Battery Replaceable & rechargeable Li-ion

or Li-Polymer battery, Minimum

mAH capacity – 2000 mAH ,

Minimum 6-8 hours of battery life.;

Charger must support voltage

fluctuations of 110-220 volts

Device to function even when

battery is being charged

15

Antenna Internal antenna is mandatory,

option for external antenna

preferable

16 Power Adaptor AC/DC Adaptor with surge

protection. Input 240V AC , 50Hz.

17 Speaker A facility should be provided for

voice confirmation of the

Page 94: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 94of of of of 140

transaction. Voice confirmation

should be audible in normal and

outdoor conditions.

There must be a provision for the

machine to read out aloud in

Telugu, the details of the

transactions

18

QR and Bar code

reader

Internal or external reader capable

to read QR code and/ Barcode from

Aadhaar letter

19 Other

Accessories

Durable Carry case, Multilingual

user manual

20 Support Manufacturer’s warranty for 3

years

21

Security 2048-bit PKI, 256-bit AES, Base64,

SHA-256 for full compliance with

Aadhaar Authentication API

specifications 1.6 or later

22 GPS Industry standard 16 channel

NMEA compliant GPS support 1

23

Environment &

Durability

Dry heat Test – Operating (50±2°C

for 2 hrs)

Cold Test - Operating (0±3°C for 2

hrs)

Dry heat Test (55±2°C for 2 hrs)

Damp Heat Cyclic (40°C for (12+12

hrs), No of Cycles: 2)

Cold Test (-10±3°C for 2 hrs)

Drop/ Free Fall Test ,in unpacked,

switched OFF & Normal handling

condition (Height : 100 mm, Total

number of falls = 2)

Vibration Test, in unpacked

switched OFF condition(10-150Hz.,

0.15mm/2g, 10 Sweep cycles/

axes)

Bump test -In packed switched OFF

condition. (1000 Bumps, 40g,In

vertical position )

24 Humidity 10-90% RH Non-condensing

25 Safety UL or IEC60950 compliance

26 Environment,

health and safety

ROHS certification

27

EMI/ EMC

compliance •••• Radiated Emission Testing as

per CISPR 22

•••• Radiated immunity testing as

per CISPR 24 up to 1 GHz

•••• ESD Test as per CISPR 24 -

Charges 6 KV

28

Ingress

protection (IP)

Compliance

IP41 – Conditioning

29 Magstripe reader

and PIN Pad specifications

Page 95: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 95of of of of 140

a Magstripe reader ISO triple-track 1/2/3, bi-

directional, high-coercivity

B

Security · 3DES encryption

· TMK/TPK support with all

keys remote download

capability

· UKPT / DUKPT capability

c PCI-PED for POS PCI (Payment Card Industry)

PED (Pin Entry Device) for POS

30

EMV capability

( optional)

Devices accepting EMV payment

card and PIN must have EMV level

1 and level 2 certificationii

31

NFC reader

( optional)

Contactless smart card readers

compliant to ISO 14443 A and B

cards (for all four types of NFC

tags) and ISO/IEC 18092

32 Device Identity Each machine should have a

unique identity

Software Specifications

33

Best Finger

Detection

Client

•••• BFD client application

compliant to Aadhaar Best

Finger Detection (BFD) API

1.6 or later.

•••• BFD application should have

capability of displaying NFIQ

score of each finger.

•••• Voice enablement of BFD

output in English and Hindi

•••• BFD output print on receipt

should indicate best finger(s)

pictorially

•••• Under 2 minute(120 seconds) for end to end

process 1

34

Authentication

Client •••• Authentication client

application compliant to

UIDAI’s Aadhaar

Authentication API 1.6 or

later.

•••• Fingerprint Authentication

•••• Device should support

fingerprint authentication

client

•••• Displaying Minutiae points of

captured template is

mandatory

•••• Displaying NFIQ score of captured image is preferable

•••• Authentication client should support all the

authentication factors as prescribed in Aadhaar

Authentication API 1.6 or

Page 96: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 96of of of of 140

later

•••• Application should at least

support single finger and 2-

finger fusion authentication

•••• Authentication using OTP

•••• Device should have

authentication client using

OTP

•••• Other Features

•••• Voice enablement of

Authentication output in

English, Hindi and Telugu

•••• Under 1 minute( 60 seconds)

for end to end process for

two finger authentication 1

35

Integration •••• · BFD and Authentication

client application integration

with respective AUA server

application

•••• Should able to communicate through SSL / https using SSL

v1, SSL v3 and TLS

36

e – KYC e-KYC client should be integrated

conforming to Aadhaar e-KYC API

1.0 specification

37

Terminal

Management

Remote management of terminal

Ability to update software/patches

remotely onto terminal;

The machines should run only

firmware versions preapproved by

the department. Vendor should be

able to display a report of machine

and its firmware

Note:

1. Bidder should submit valid Purchase Orders .

Place: Bidder’s signature

Date : and Seal

Page 97: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 97of of of of 140

Name of the Bidder :

Name of the Project:

Form – PQ#8 (Single / Consortium)

Technical specifications of e Weighing Machine Bidder should meet the specifications mentioned as below table:

S.No Prescribed Specification

Specification of e

Weighing Machines

Offered by the bidder

(To be filled by

bidder)

Whether the

bidders’ e Weighing

Machines conforms

with the prescribed

specification

(To be filled by

Department in’ Yes’

or ‘No’)

1 Model Approval for the said Weighing Scale

given by Director, Legal Metrology, GoI, New

Delhi.

2 Manufacturing License from the concerned state government, issued by Controller,

Legal Metrology

3 Dealing License from the concerned state

government, issued by Controller, Legal Metrology

4 ISO certification for e weighing machines 5 Capacity of 60 Kilograms; e

(Readability/interval ) =5 Grams; and Class III, with stainless steel platform of size 50 x

50 Centimeters

6 Good quality scales with 2 years warranty 7 Auto TARE limit selectable while machine is

switched on

8 S-232C interface provision for computer or other devices interfacing

9 Provision for wireless RS-232C interface provision for computer or other devices

interfacing.

10 Provision for USB interface to communicate

with POS device

11 Sealing Provision as per Model Approval of

GOI or State government instructions

12 The scale design should be Micro controller or processor based.

13 The Scale should be supplied with bright LED or VFD

14 Model, Accuracy, Maximum Capacity, Minimum capacity, Class, structure should

be as per Model Approval

15 The scale should be rugged to use in noisy

and dusty environment Provision for

Page 98: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 98of of of of 140

customer display

16 Auto Calibration should be linked with

jumper on the inside PCB

17 Experience in supply to Government firms 18 Battery backup up to 6 hours 19 The device should have suitable features to

prevent tampering

20 Device should be able to send a unique log to

POS machine/server in the event of an

attempt to tamper it

Note:

1. Bidder should submit relevant certifications for eligibility .

Place: Bidder’s signature

Date : and Seal

Page 99: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 99of of of of 140

Name of the Bidder :

Name of the Project:

Form – PQ#9 (Single / Consortium)

Help Desk Service

The successful bidder/s shall provide for a help desk centre satisfying all the conditions as

specified in this RFP.

Bidders not already having such a facility shall give an undertaking as below.

Undertaking to establish a Centralized Help Desk/Service Centre in district HQ

To Date

Fax: (040) 2322 7458 : Email : [email protected]

Sir,

Sub: Undertaking to establish a Call Centre/Service CentreWe (Company/ Companies in

case of consortium), while applying for the tender for “Selection of Service Provider for

Implementing Aadhar Enabled Public Distribution System” for CA,F&CS Dept., hereby to

opening a Centralized Help Desk in State HQ &, Service centrein the allotted district at

the district head quarters to us within 15 days of signing of contract. We further commit

to equipping such Help Desk /service centres with the requisite physical infrastructure

and manpower to provide the required warranty and maintenance services.

Yours Sincerely,

Name,

Designation of Head of Organization,

Organization Seal

Date

Place

The Managing Director

Andhra Pradesh Technology Services Ltd.,

IVth Floor, BRKR Bhavan,

Tankbund Road, Hyderabad – 500 063 Telephone: (040) 2322 0305, (040) 2322 3753

Page 100: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 100of of of of 140

Name of the Bidder :

Name of the Project:

Form – PQ#10 (Single & Consortium Bidders)

Local Presence

Bidder should have local office as on date of bidding.

Sl.No Local Office Address , Contact Numbers Contact Person Details

Note: An undertaking in this regard should be submitted on the Company Letter head.

If the bidder is not having local presence, it has to open a local office within 15 days from the issue of LoI

and same must be communicated to APTS for future correspondence.

Place: Bidder’s signature

Date : and seal.

Page 101: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 101of of of of 140

Name of the Bidder:

Name of the Project:

Form – PQ#11 (Prime & Consortium)

Declaration Regarding Clean Track Record

To:

The Managing Director

APTS,

4th Floor, BRKR Bhavan,

Tankbund

Hyderabad-63

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP Document

[No._________________]. I hereby declare that my company/ Consortium Partners has not been debarred/

black listed as on Bid calling date by any Central or State Government/ Quasi Government Departments or

Organizations in India for non-satisfactory past performance, corrupt, fraudulent or any other unethical

business practices. I further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 102: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 102of of of of 140

Name of the Bidder:

Name of the Project:

Form – PQ#12 (Prime & Consortium)

Power of Attorney

Annexure 18: Format for Power of Attorney

To:

The Managing Director

APTS,

4th Floor, BRKR Bhavan,

Tankbund

Hyderabad-63

Sir,

Sub: Power of Attorney

I hereby confer on Shri/Smt…………………………………………, Designation, Organization, the power of

attorney in respect of your departmental tender floated vide RFP No…………………………..and

authorize him/her to sign all documents related to the tender.

Yours Sincerely,

Name,

Designation of Head of Organization,

Organization Seal

Date

Place

Page 103: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 103of of of of 140

Name of the Bidder:

Name of the Project:

Form – PQ#13 (Prime / Consortium)

Acceptance of Terms for Delivery has been furnished

Bidder should submit “Letter of Acceptance of Terms for Supply, Installation and

Delivery” on the Company Letter head

Place: Bidder’s signature

Date : and seal.

Page 104: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 104of of of of 140

Name of the Bidder:

Name of the Project:

Form – PQ#14 (Prime / Consortium)

Intellectual Property Rights (IPR)

Bidder should submit evidence of ownership of IPR of the entire software solution which have to

be transferred to the CA,F&CS Dept. after successful completion of the project.

Or

No Objection certificate from the software solution provider on its letter head for transferring the

Intellectual Property Rights to CA,F&CS Dept.

Place: Bidder’s signature

Date : and seal.

Page 105: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 105of of of of 140

APPENDIX II

Technical (TQ) Proposal submission Forms

Page 106: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 106of of of of 140

Guidelines for Technical Proposal

1 Technical Proposal should comprise of the following:

1 A printed covering letter, on the bidding organization's letterhead with all required information

and authorized representative's initials shall be submitted along with the proposal.

2 The technical proposal should contain a detailed description of how the bidder will provide the

required services outlined in this RFP. It should articulate in detail, as to how the bidder's

Technical Solution meets the requirements specified in the RFP. The technical proposal must not

contain any pricing information. In submitting additional information, please mark it as

supplemental to the required response.

3 Proposals must be direct, concise, and complete. All information not directly relevant to this RFP

should be omitted. Department will evaluate bidder's proposal based upon its clarity and the

directness of its response to the requirements of the project as outlined in this RFP.

4 The bidder is expected to provide bill of materials for the proposed solution as part of technical

proposal without price quote. The Bill of materials/deliverables as given in the technical solution

should be in consonance with the commercial proposal. Any deviations in the final deliverables

between technical and commercial proposals shall make the proposal as being unresponsive and

may lead to disqualification of the proposal. Department reserves the right to take appropriate

action in this regard.

5 Bidders are required to provide in their proposals, details and sizing estimates of hardware

required to be procured.

6 The bidder must address the following in their project implementation strategy:

6.1. A detailed Project schedule and milestone chart.

6.2. Approach and Methodology

6.3. Bidder's plan to address the key challenges of the project.

2 The technical proposal should address the following at the minimum:

2.1 The proposal should have information specific to “Implementing Aadhar Enabled Public

Distribution System (AeDPS).

2.2 Describe how the functional requirements will be translated into technical implementations,

that is, it should map with the Functional Requirements Specifications.

2.3 Provide an infrastructure growth plan, including mechanisms for coping with a mismatch of

traffic demand and network capacity, both at the time of launch and thereafter

2.4 Propose how availability, performance rates for the system will be measured and maintained

2.5 Project Management Plan including

2.5.1 Implementation Methodology and Plan to include

2.5.1.1 Key implementation objectives, key deliverables and an implementation

schedule for the same

2.5.1.2 Indication of Time Frame

2.5.1.3 Data Backup plan

2.5.1.4 Escalation Process during implementation

2.6 Quality and Security Assurance Plan

Page 107: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 107of of of of 140

2.7 Training Plan

2.8 Hand holding, Operations and Maintenance Plan

2.9 Bill of Materials (without price) location wise to include all Hardware, Software

2.10 Detailed specifications including make, model and version of Hardware and Networking

equipments

2.11 Licensing details of software with details of maintenance arrangements with OEM

2.12 Manufacturer Authorization letters to be attached of all the components of the Bid

2.13 The Service Provider shall be responsible for providing the Exit Management Plan for the

project to APTS at the time of submission of bids

2.14 Post Implementation Plan

2.14.1.1 Manpower Deployment to support operations and maintenance of Services and IT

infrastructure

2.14.1.2 Method of calculating uptime of IT infrastructure and reporting format

2.14.1.3 Maintenance arrangements with OEM for all supplies arranged through them

2.14.1.4 Exit Management Plan

3 Documentation

3.1 The Service Provider shall prepare all necessary documentation for the project, and provide

them to department or its designated Consultant for review, approval, record, reference etc as

mentioned in this RFP. Some of the documents (but not limited to) to be provided include –

3.2 Detailed manuals for each appropriate unit of the supplied equipment and services.

3.3 The training manuals and administration manuals

3.4 Inspection and testing procedures manual including QA Policy as per STQC framework and

Procedures for the software/hardware equipments

3.5 Any other document(s) deemed necessary for implementation, operations and maintenance of

the hardware and network equipments and the overall system.

4 The Service Provider shall provide the Manufacturer's Authorization Letter along with an

undertaking from the OEM that the product has been introduced not earlier than 2 years from the

date of the Bid.

Page 108: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 108of of of of 140

Name of the Bidder:

Name of the Project:

Form – TQ#1

Understanding of the project

a. Understanding the overall management of services

b. Client software Proposed

c. Technical Approach and Methodology (including the Risk management, Business continuity

plan and Quality assurance plans.)

d. Work Plan.

e. Organization and staffing

f. Capacity building

g. Approach for Project implementation

h. Implementation of AADHAR Enabled Public Distribution System

Innovative features specified for Effective & efficient proposed Solution.

Place: Bidder’s Signature

Date: with Seal

Page 109: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 109of of of of 140

Name of the Bidder:

Name of the Project:

Form – TQ#2

Details of service centres in the Project Districts

S. No Full address of

service center

Contact person Name,

Designation with

mobile No.

No. of support

engineers

A B C D

Note: 1.Escalation Matrix of Bidder and O.E.M Details shall be furnished

2. Spare Parts Management Details shall be furnished

Place: Bidder’s Signature

Date: with Seal

Page 110: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 110of of of of 140

Name of the Bidder:

Name of the Project:

Form – TQ#3

Project Implementation Plan

Bidder should submit indicative Project Implementation Plan as per the Time Lines.

Page 111: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 111ooooffff 140

APPENDIX III

Commercial Proposal submission Forms

Page 112: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 112ooooffff 140

Form C - Commercial Proposal Submission Form

[Location, Date]

To: [Name and address of Employer]

Dear Sirs:

We, the undersigned, offer to provide the for [Insert title of Assignment] in accordance with your Request

for Proposal dated [Insert Date], and our Technical Proposal.

Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures].

This amount is inclusive of the Domestic taxes such as --------- (Indicate the amounts against each).

We hereby confirm that the financial proposal is unconditional and we acknowledge that any condition

attached to financial proposal shall result in reject of our financial proposal.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract

negotiations, up to expiration of the validity period of the Proposal.

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

We remain,

Yours sincerely,

Page 113: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 113ooooffff 140

Name of the Bidder:

Name of the Project:

(All the Options to be mandatorily filled)

Commercial Form-C#1(Option I)

To supply the equipment & provide services as stipulated in RFP for a period of 5 years, we

affirm that the prices quoted are inclusive of delivery, installations, commissioning, connectivity

and maintenance charges and all sales/service/taxes.

1A. Hire Model –inclusive of Weighing Machine & client PoS

software,Connectivity,Training

Name of the Bidder Project Period ( 5 years ) Estimated Average number of Transactions 1000 Per Month Per POS/

3000 Per Quarter Per POS. Proposed Cost per Transaction (Rs)

(Rounded to two decimal places)

Total Value of the Contract (Rs)

(For an estimated average of 60000 transactions for

5 years)

1B. Hire Model –exclusive of Weighing Machine but inclusive of client PoS

software,Connectivity,Training

Name of the Bidder Project Period ( 5 years ) Estimated Average number of Transactions 1000 Per Month Per POS/

3000 Per Quarter Per POS. Proposed Cost per Transaction (Rs)

(Rounded to two decimal places)

Total Value of the Contract (Rs)

(For an estimated average of 60000 transactions for

5 years)

Note: a. The estimated average number of monthly transactions for a POS device deployed in a FP shop in a mandal

is 2000.

b. The POS devices at other service points like pension related and SHG related would average around 25 to

300 transactions per month.

c. Hence the overall average can be taken as 1000 transactions Per Month Per Service Point

(Signature of Bidder)

Page 114: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 114ooooffff 140

Commercial Form-C#2A- (option II)

Purchase Model inclusive of Weighing machine

S.No Item Amount (In Rs.)

1 Hardware (ePoS & e-Weighing Machine), Software,

Connectivity, Training, & inclusive of all applicable

taxes including VAT * inclusive of warranty for 2

years. (breakup of each item to be filled in table 2c)

2 Annual Maintenance Contract (AMC) PER DEVICE

cost for Years I, II and III of the project (i.e. after the

24 month-warranty period)

a. Year-I: (%age of device

unit cost)

b. Year-II: (%age of device

unit cost)

c. Year-III: (%age of device

unit cost)

3 Total Cost (1+2 (a+b+c))

Rupees in words----

Commercial Form-C#2B- (option II)

Purchase Model exclusive of Weighing machine

S.No Item Amount (In Rs.)

1 Hardware (ePoS), Software, Connectivity, Training,

& inclusive of all applicable taxes including VAT *

inclusive of warranty for 2 years. (breakup of each

item to be filled in table 2c)

2 Annual Maintenance Contract (AMC) PER DEVICE

cost for Years I, II and III of the project (i.e. after the

24 month-warranty period)

a. Year-I: (%age of device

unit cost)

b. Year-II: (%age of device

unit cost)

c. Year-III: (%age of device

unit cost)

3 Total Cost (1+2 (a+b+c))

Rupees in words----

Page 115: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 115ooooffff 140

*Must be inclusive of all the costs of the device (e-POS device AND electronic weighing machine) i,e hardware costs, client

software development, costs for providing warranty services for the first 24 months of the project and all applicable taxes,

including Value Added Tax

Table 2C - Detailed Item wise Breakup Cost Form

S.no Item Description Unit Cost (Rs)

1 e-PoS Machine

2 e-Weighing Machine

3 Client Software

4 Training Cost

5 Connectivity Cost

6 Other items (If any)

Total

# The detailed item wise costing has to be filled up by the bidders necessarily to estimate

the item wise cost.

Note:

1. The Evaluating Committee shall assess the quotes received from bidders inclusive & exclusive of

e-Weighing Machine in both the models ( Hire & Purchase). The Right to choose the required

Option & Model is reserved with GoAP/ Civil Supplies department.

2. The Evaluating Committee shall assess the quotes obtained in both the options and

choose the best option to be adopted by the GoAP. The L1 bidders will be accordingly

announced from the ‘Best Option’ chosen by the Evaluation Committee.

(Signature of Bidder)

Page 116: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 116ooooffff 140

Annexures

Annexure 1: Technical specifications for e POS Device

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

(To be filled by

Department in’

Yes’ or ‘No’)

1.

Biometric Sensor

and Extractor

All the parameters of Biometric

Devices for Authentication should

be as per certification of UIDAI as

per latest STQC Scheme for

Certification of UIDAI Biometric

Devices (Authentication)

http://www.stqc.gov.in/sites/uplo

ad_files/stqc/files/POS-Device-

Certification-ver-0.6.pdf

2.

Processor 32-bit, ARM-9/x86 equivalent or

higher, 380 MHz or higher

frequency. Device should be

capable of performing 2 finger

authentication end to end under 60

seconds and 10 finger BFD under

two minutes2

3. Memory Total RAM 128 MB or higher,

FLASH 256MB or higher.

4. Add on Memory Micro SD Slot minimum 4GB.

Prefer 8GB.

5.

Keypad Minimum 16 key alpha numeric

keypad with navigation keys, key

size to be large enough for

navigation, Or On screen key pad.

QWERTY Keypad is preferable

6.

OS/Software OS with GUI Support, JVM or

equivalent support & SDK for 3rd

party application Development

7.

IO Ports Minimum 1 USB 2.0 (or higher)

port3 . Prefer 2 USB 2.0 (or higher)

ports, capability to add USB hub,

RJ45 (Ethernet) port integrated or

on the base or through peripheral

connectors.

8. Language

Support

Unicode Support for all Indian

languages including English

9. Status Multi Colour LED's (to indicate

2End to end authentication time includes time to enter Aadhaar number in sample application, capturing two fingerprints of

residents, displaying minutiae count for feedback, sending the request for authentication and displaying the result of

authentication. Similarly, 10 fingerprint BFD includes, entering Aadhaar number of resident, capturing 10 individual fingers,

calculating and displaying NFIQ, forming BFD Packet, sending the request and receiving and displaying the result of the BFD.

During this process, only single attempt is conducted for the capturing fingerprint. 3USB port(s) should not have already been used for connecting biometric sensor/extractor or other integrated peripherals.

Page 117: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 117ooooffff 140

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

(To be filled by

Department in’

Yes’ or ‘No’)

Indications network connection, signal

strength, to indicate battery charge

remaining etc) Or,

On screen display of all indicators

like battery charge, network

strength etc.

10. Connectivity

Two channels of connectivity are

mandatory for devices. First

connectivity as GPRS/Edge is

mandatory. Second connectivity

can be through SIM slot / USB/

other integrated port. E.g., Dual

SIM capability, GPRS + CDMA,

GPRS + broadband, GPRS + PSTN,

etc.

There must a provision for easy

replacement of SIM card

11.Non-volatile

storage

Must be capable of storing audit

trails of at least 1000 transactions

12.

Display Minimum screen size – 2.5”,

Minimum QVGA resolution,

Color Display - TFT 4k colors,

Readable in sunlight

\Must be capable of displaying last

10 transactions without scrolling

horizontally. Each transaction must

display at least the date, type, and

amount ( in case device is used for

financial transactions).

13.

Printer Integrated or external

(Bluetooth/USB) printer, Print

Resolution: 150 dpi or higher,

Language – English & Hindi

(mandatory). Other language

Unicode support (preferable)

Receipts and other printed items

must be legible for at least two

months from the date of printing

Must be able to print out

transaction status and a mini-

statement of at least the last 10

transactions.

14.

Battery Replaceable & rechargeable Li-ion

or Li-Polymer battery, Minimum

mAH capacity – 2000 mAH ,

Minimum 6-8 hours of battery life.;

Charger must support voltage

fluctuations of 110-220 volts

Page 118: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 118ooooffff 140

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

(To be filled by

Department in’

Yes’ or ‘No’)

Device to function even when

battery is being charged

15.

Antenna Internal antenna is mandatory,

option for external antenna

preferable

16.Power Adaptor AC/DC Adaptor with surge

protection. Input 240V AC , 50Hz.

17.

Speaker A facility should be provided for

voice confirmation of the

transaction. Voice confirmation

should be audible in normal and

outdoor conditions.

There must be a provision for the

machine to read out aloud in

Telugu, the details of the

transactions

18.

QR and Bar code

reader

Internal or external reader capable

to read QR code and/ Barcode from

Aadhaar letter

19.Other

Accessories

Durable Carry case, Multilingual

user manual

20.Support Manufacturer’s warranty for 3

years

21.

Security 2048-bit PKI, 256-bit AES, Base64,

SHA-256 for full compliance with

Aadhaar Authentication API

specifications 1.6 or later

22.GPS Industry standard 16 channel

NMEA compliant GPS support 4

23.

Environment &

Durability

Dry heat Test – Operating (50±2°C

for 2 hrs)

Cold Test - Operating (0±3°C for 2

hrs)

Dry heat Test (55±2°C for 2 hrs)

Damp Heat Cyclic (40°C for (12+12

hrs), No of Cycles: 2)

Cold Test (-10±3°C for 2 hrs)

Drop/ Free Fall Test ,in unpacked,

switched OFF & Normal handling

condition (Height : 100 mm, Total

number of falls = 2)

Vibration Test, in unpacked

switched OFF condition(10-150Hz.,

0.15mm/2g, 10 Sweep cycles/

axes)

Bump test -In packed switched OFF

condition. (1000 Bumps, 40g,In

4Mandatory for devices put into service from Apr 1, 2013 onwards as per MicroATM v1.5 specs

Page 119: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 119ooooffff 140

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

(To be filled by

Department in’

Yes’ or ‘No’)

vertical position )

24. Humidity 10-90% RH Non-condensing

25. Safety UL or IEC60950 compliance

26.Environment,

health and safety

ROHS certification

27.

EMI/ EMC

compliance

· Radiated Emission Testing as per

CISPR 22

· Radiated immunity testing as per

CISPR 24 up to 1 GHz

· ESD Test as per CISPR 24 -

Charges 6 KV

28.

Ingress

protection (IP)

Compliance

IP41 – Conditioning

29.Magstripe reader

and PIN

Pad specifications

a. Magstripe reader ISO triple-track 1/2/3, bi-

directional, high-coercivity

b.

Security · 3DES encryption

· TMK/TPK support with all keys

remote download capability

· UKPT / DUKPT capability

c. PCI-PED for POS PCI (Payment Card Industry) PED

(Pin Entry Device) for POS

30.

EMV capability (

optional)

Devices accepting EMV payment

card and PIN must have EMV level

1 and level 2 certification5

31.

NFC reader(

optional)

Contactless smart card readers

compliant to ISO 14443 A and B

cards (for all four types of NFC

tags) and ISO/IEC 18092

32.Device Identity Each machine should have a

unique identity

Software Specification

33.

Best Finger

Detection

Client

· BFD client application compliant

to Aadhaar Best Finger Detection

(BFD) API 1.6 or later.

· BFD application should have

capability of displaying NFIQ

score of each finger.

· Voice enablement of BFD output

in English and Hindi

· BFD output print on receipt

should indicate best finger(s)

pictorially

5EMV capability is currently optional, but may become mandatory based on guidelines from RBI on securing card present

transactions. Please refer to:http://www.emvco.com/approvals.aspx

Page 120: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 120ooooffff 140

S.No Component Prescribed Specification

Specification of POS Device

Offered by the bidder

(To be filled by bidder)

Whether the

bidders’ POS

device conforms

with the

prescribed

specification

(To be filled by

Department in’

Yes’ or ‘No’)

· Under 2 minute(120 seconds) for

end to end process 1

34.

Authentication

Client

· Authentication client application

compliant to UIDAI’s Aadhaar

Authentication API 1.6 or later.

Fingerprint Authentication

· Device should support fingerprint

authentication client

· Displaying Minutiae points of

captured template is mandatory

· Displaying NFIQ score of

captured image is preferable

· Authentication client should

support all the authentication

factors as prescribed in Aadhaar

Authentication API 1.6 or later

· Application should at least

support single finger and 2-finger

fusion authentication

·Authentication using OTP

· Device should have

authentication client using OTP

Other Features

· Voice enablement of

Authentication output in English,

Hindi and Telugu

· Under 1 minute( 60 seconds) for

end to end process for two finger

authentication 1

35.

Integration · BFD and Authentication client

application integration with

respective AUA server

application

· Should able to communicate

through SSL / https using SSL v1,

SSL v3 and TLS

36.

e – KYC e-KYC client should be integrated

conforming to Aadhaar e-KYC API

1.0 specification

37.

Terminal

Management

Remote management of terminal

Ability to update software/patches

remotely onto terminal;

The machines should run only

firmware versions preapproved by

the department. Vendor should be

able to display a report of machine

and its firmware

Page 121: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 121ooooffff 140

Annexure 2: Technical Specifications for e Weighing Machine

1. Model Approval for the said Weighing Scale given by Director, Legal Metrology,

GoI, New Delhi.

2. Manufacturing License from the concerned state government, issued by

Controller, Legal Metrology

3. Dealing License from the concerned state government, issued by Controller, Legal

Metrology

4. ISO certification for e weighing machines

5. Capacity of 60 Kilograms; e (Readability/interval ) =5 Grams; andClass III, with

stainless steel platform of size 50 x 50 Centimeters

6. Good quality scales with 2 years warranty

7. Auto TARE limit selectable while machine is switched on

8. S-232C interface provision for computer or other devices interfacing

9. Provision for wireless RS-232C interface provision for computer or other devices

interfacing.

10. Provision for USB interface to communicate with POS device

11. Sealing Provision as per Model Approval of GOI or State government instructions

12. The scale design should be Micro controller or processor based.

13. The Scale should be supplied with bright LED or VFD

14. Model, Accuracy, Maximum Capacity, Minimum capacity, Class, structure should

be as per Model Approval

15. The scale should be rugged to use in noisy and dusty environment

16. Provision for customer display

17. Auto Calibration should be linked with jumper on the inside PCB

18. Experience in supply to Government firms.

19. Battery backup up to 6 hours

20. The device should have suitable features to prevent tampering

21. Device should be able to send a unique log to POS machine/server in the event of

an attempt to tamper it

Page 122: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

Annexure 3: Process Diagram of AePDS

Fig.1-Process Diagram

Page 123: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

Annexure 3 (Contd.): Use Case Diagram of AePDS

Fig.2-Usecase Diagram

Page 124: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 124ooooffff 140

Annexure 3 (Contd.): Process & Use Case Diagram, Solution Architecture and Use

Cases (Cont.)

Fig.3-Solution Architecture

Page 125: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 125ooooffff 140

Annexure 3 (Contd.): Details of Application Use Cases in Handheld device (POS):

Use Case I – FPS dealer login

Press the Start Button on

the POS Device

System starts…

Shows connecting to net work..

Displays the FPS dealers and his/her representatives names, UIDs

FPS Dealer/representative

to select a name

System prompts for finger print of the person selected, after finger print

is captured, system to send the UID and finger print to the e-POS server.

On successful authentication, the home page with the following menu to

be displayed on the screen.

• Authenticate (including Fusion finger)

• Receive Goods

• Daily Sales Report

• Balance Stock Report

• Current Month Report

• Day Report (for a particular day)

• BFD

• Seeding

• Update Software

• Logout

Use Case II – Entitlement Withdrawal by Beneficiary at FPS

Click on Authenticate

System to display a list box containing type of cards like

WAP/AAP/YAP etc.,

Select type of card

Enter the ration card

number

If ration cards exists in DKR (Dynamic Key Register – Ration

Card database for the current month) and is attached to that

FPS, details of family members with UID/EID/mobile are

displayed.

FPS Dealer has to select Various scenarios are possible here

Page 126: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 126ooooffff 140

the family member came

to collect the entitlements

for authentication

• With UID

• Without UID

• With EID and Mobile

• With only EID

• Without EID

a) With UID

(i) If BFD (Best Finger Detection) is done already

• on selection of such beneficiary blue light comes on the

scanner , beneficiary to put best finger, after beep sound

beneficiary removes the finger

• If finger matches the commodity screen is displayed

• If finger does not match – click on OK and repeat the

process of finger print

• In case of five successive failures of finger print –

VRA/VRO/Checking Inspector/ASO/Tahsildar has to

authenticate the beneficiary by giving his /her finger print.

(ii) If BFD is not done before

• on selection of such beneficiary blue light comes on the

scanner , beneficiary to put any one finger, after beep

sound beneficiary removes the finger

If finger matches the commodity screen is displayed

If finger does not match – click on OK and repeat the

process of finger print

In case of three successive failures of finger print –

beneficiary will be asked to proceed for BFD (if already not

done)

After BFD the process for beneficiaries with BFD will follow

Authentication of

Beneficiaries without UID

but with EID and mobile

number :

On selection of such beneficiary System sends OTP( four digit one

time password) as SMS to the mobile number seeded against that

beneficiary.

Beneficiary to enter the OTP into the POS device. If the OTP is

correct the commodity screen is displayed for Issue of

Commodities

Page 127: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 127ooooffff 140

The system has to show the item wise monthly entitlements, quantity already drawn in that month

and balance quantity eligible and a text box for entering the quantity to be purchased. FPS dealer

enter the quantities of various items being purchased by the beneficiary and selects confirm. On

confirmation the sale data like Ration Card number, beneficiary details, items and quantities sold to

be communicated to e-POS server. The details will be recorded in e-POS transaction database and a

confirmation is sent to e-POS device, immediately a receipt has to be printed.

b) Authentication of Beneficiaries without UID and without EID:

• FPS dealer to inform him/her to go to enrolment centre, get himself/herself enrolled and come

with enrollment receipt to FPS. FPS dealer to seed the EID and/or mobile number and proceed

as per the process defined for beneficiaries with EID or EID and mobile phone

c) Authentication of Beneficiaries without UID, with EID and without Mobile Number

• On selection of such beneficiary –VRA/VRO/Checking Inspector/ASO/Tahsildar has to

authenticate the beneficiary by giving his /her finger print.

Click on Receive Goods

System to display name of Route officer/ Checking Inspector for that FPS,

e-POS device to display a screen showing all the commodities

Items and quantities being supplied will be entered into the text box and the click on confirm button.

System to display the name of the FPS dealer, FPS dealer to click on the name and provide finger

print. The data (items, quantities, UID of FPS dealer, finger of FPS dealer) will be sent e-POS server

for authentication.

On successful authentication the transaction will be recorded in the server and a receipt has to be

generated from the POS device.

Select the Checking inspector and give the finer print.

The system to send UID and Finger print to the e-POS server. e-POS server after successful

authentication from UIDAI server shall send a confirmation to the e-POS device.

Reports:

• Daily Sales Report,

• Balance Stock Report

• Current Month Report

Page 128: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 128ooooffff 140

• Day Report (for a particular day).

The POS device shall be able provide all these reports duly sending the data like date etc., to the e-

POS server and must be able to display the data received from the server as per the formats

prescribed by the dept. A print option to be provided.

Note: The above reports are only indicative, number of such reports has to be developed by the

successful bidder as per the needs of the department.

Click on BFD

System to display a text box for entering the UID number (12 digit). After entering the UID number,

system should show a screen for ten fingers starting from left thumb to left little and then right

thumb to right little finger. FPS dealer will select a finger incase if it not available (Handicapped) and

then click on capture.

System to prompt the user to place the finger one by one till all the ten finger are captured, duly

highlighting (on the screen) the finger, the finger already captured to be shown in different color

background. Provision to restart/cancel to be provided.

After capture is complete, the data to be submitted to the e-POS server on clicking ‘submit’. e-POS

server after successful verification at UIDAI servers sends a report on best finger, the same has to be

displayed on the screen and provision to give a printout has to be made.

Select the family for whom EID/UID mobile number is to be seeded

System to show the Ration Card Number, S.No and Name of the family member and then text boxes

for EID, UID and Mobile Number, if any data is available already it shall be displayed. The FPS dealer

enters the data like EID/UID and mobile number and clicks on Save/Submit. The data to be sent to

the E-POS server, upon successful authentication at E-POS server a confirmation to be displayed.

Select type of card

Enter the ration card number

If ration cards exists in DKR (Dynamic Key Register – Ration Card database for the current month)

and is attached to that FPS, details of family members with UID/EID/mobile are displayed.

Click on seeding

System to display a list box containing type of cards like WAP/AAP/YAP etc.,

Page 129: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 129ooooffff 140

Use Case III: Direct Provision for Seeding UID, EID and Mobile numbers into Ration Card

Database.

Press the Start Button on the POS Device

System starts…

Shows connecting to net work..

Displays the MLS Point in charge and his/her representatives names, UIDs

Use Case IV – MLS Point login:

MLS Point/representative to select a name

System prompts for finger print of the person selected, after finger print is captured, system to send

the UID and finger print to the e-POS server. On successful authentication, the home page with the

following menu to be displayed on the screen.

• Authenticate(fusion finger)

• Receive Goods

• Daily Sales Report

• DDs Report

• Balance Stock Report

• Current Month Report

• Day Report (for a particular day)

• BFD

• Seeding

• Update Software

• Logout

Notes:

1. The above use case are indicative only and may vary as per the needs of department from time to

time. The Successful bidder needs to develop/modify the client side e-POS application software duly

suing the API/ Web services provided by the UIDAI and the CA,F&CS Dept.

2. In case of authentication failure, the system shall ask for a retry for ‘3 to 5 ’ times. In case of failure

even after prescribed number of attempts the mechanism for Exception handling as suggested by the

dept shall be built into the system.

Page 130: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 130ooooffff 140

3. Error Codes & Actionable, exceptional handling Fraud Report feedback on POS Device, Inconsistent

authorization sometimes fail sometimes success, Elderly delegated auth once in 3/6 months.

4. e-POS Client user manual, Creation of training material Training at various levels DSO/ ASO / FPS/

Inspector /MLS Point In charge.

Issue to each shop wise updated in the Issue Register and the same is updated in Stock Register

Indicative e-POS Workflow with Screen shots

Work Flow Processes for e-POS:

2) Workflow of distribution of ECs to beneficiaries

1) Workflow from MLS point to FP shop (as of now only RO entry is there)

3) Cash Transfer interfaces required (for kerosene)

4) Reports

1) Workflow from MLS point to FP shop (as of now only RO entry is there)

• Stock Received from FCI/CWC/SWC or any other.

MLS Point Stock receiving & Issuing Process Flow:

• Updated each truck stock details in the Goods Received Register.

• Consolidated day stock details of all trucks received and Issued will be updated in the Stock

Register.

• Actors: MLS Point In charge, RO

• The Data should be updated in the icfs database server & Authentication by MLS Point

Receiver.

Page 131: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

• Stock will be released accordingly.

DD Remittance Process flow:

• FPS Dealer gives the DD along with Stock allocated to MRO.

• It will be sent to MLS point for updating in the register.

• Complete detail will be sent to the concerned DM.

Page 132: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

Actors: FP Shop Dealer,MRO,MLS Point Incharge and DM.

Page 133: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

• While receiving commodities FP Shop Dealer needs to authenticate.

• List with commodities detail OB, KRA, Qtd and QaD.

Existing Process:

Stock receiving at FP Shop process flow:

• Received option in the POS

• RO UID authentication.

• Generating the Report print for both Dealer and RO.

Actors Involved: RO and FP Shop Dealer

Registers Maintained at MLS Point: Goods Received Register, Stock Register, Issue Register

Remittance Register

2) Workflow of distribution of ECs to beneficiaries

Existing work flow:

• Beneficiary option in the POS Machine

Page 134: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

• Get the details based on the RC number.

• Authenticate family member with biometric. ( OTP for EID/Seeding if not seeded/BFD if not

done)

• List the commodities for issuance to the beneficiary.

• Confirm and print the List of commodities given to the Beneficiary.

Actor: FP Shop Dealer, Beneficiary

Exception Cases:

• OTP who has EID.

• Seeding if not seeded the Data.

Page 135: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

• BFD if not done earlier.

• UID not able to authenticate ( Old age/not having ten fingers (Leprosy))

3) Cash Transfer interfaces required (for kerosene):

Two Levels

• Cash Transfer to Beneficiary bank account

• FP shop Dealer Account

FP Shop based on the transaction subsidy cash will transferred to the FP shop dealer.

• Transaction performed on the POS

• Cash will be transferred to beneficiary account.

Page 136: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

4) Reports

Existing Day Report process flow:

• Day Report with complete details of the commodities issued.

• Print for the same taken.

Day Report should give with following fields:

• No. of Transactions done

• Commodities Issued.

• No. of authentication failed.

• Authentication mandatory for Print.

• Remaining Stock available

Page 137: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 137ooooffff 140

Instruction Notes:

• Touch screen should have locking facility after some idle time.

• No Scrolling bars in the screen.

• More Reports need to be added in future that flexibility should be available in the device.

• Extra Commodities should be configurable for future use.

Page 138: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

RFP- CA,F&CS Dept.-Selection of Service

apts: One Stop-Shop Solution provider for e

Annexure 4 E-POS System –

Confidential and Proprietary

Service Provider for “Implementing Aadhar Enabled Public Distribution System

Shop Solution provider for e-Governance. Page:

– High Level Architecture Diagram

Confidential and Proprietary

Implementing Aadhar Enabled Public Distribution System”

Governance. Page: of of

Page 139: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 139of of of of 140

Acronyms and Abbreviations

Abbreviation Description

AePDS Aadhaar Enabled Public Distribution System

APL Above Poverty Line

APSCSCL A P State Civil Supplies Corporation Limited

AUA/ASA Authentication User Agency/Authentication Service Agency

BG Bank Guarantee

BSNL Bharat Sanchar Nigam Limited

BPL Below Poverty Line

CA,F&CS Dept Consumer Affairs, Food & Civil Supplies Department

CCS Commissioner of Civil Supplies

CDMA Code Division Multiple Access

Cr Crore (Rs.)

DD Demand Draft

DKR Dynamic Key Register

DSR Daily Sales Register

EMD Earnest Money Deposit

e-POS Electronic Point of Sale

FPS Fair Price Shop

GPRS General Packet Radio Service

GoI Government of India

INR Indian Rupee

L Lakhs (Rs)

MD(APSCSC) Managing Director (APSCSC)

Page 140: Request for Proposals (RFP) for Supplies - ePoS RFP- Published Version.pdf · RFP- CA,F&CS Dept.- –Selection of Service Provider for Implementing Aadhar Enabled Public Distribution

Confidential and Proprietary

RFP- CA,F&CS Dept.-Selection of Service Provider for “Implementing Aadhar Enabled Public Distribution System”

apts: One Stop-Shop Solution provider for e-Governance. Page: 140of of of of 140

MIS Management Information system

MLS Point Mandal Level Stock Point

NR/Hawker Nominated Retailers (Kerosene)

OTP One Time Password

PDS Public Distribution System

PoS device Point of Sale Device

RFP Request for Proposal

SDK Software Development kit

SLA Service License Agreement

SRS Software Requirement Specification

UIDAI Unique Identification Authority of India

UID/EID Unique Identification/Enrolment Identification Number


Recommended