+ All Categories
Home > Documents > TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO:...

TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO:...

Date post: 10-Mar-2018
Category:
Upload: vuongkhanh
View: 243 times
Download: 9 times
Share this document with a friend
37
TENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. APSRTC TENDER FOR IMPLEMENTATION OF COMPUTERISED PARCEL AND COURIER SERVICES (PACS) IN APSRTC COUNTERS through “e-Tenders”
Transcript
Page 1: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

TENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017.

APSRTC

TENDER FOR IMPLEMENTATION OF COMPUTERISED PARCEL AND COURIER

SERVICES (PACS) IN APSRTC COUNTERS

through “e-Tenders”

Page 2: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

DISCLAIMER

The information contained in this Tender document or subsequently provided to Tenderers,

whether in document or verbal or any other form by or on behalf of Andhra Pradesh State

Road Transport Corporation (APSRTC) by any of its employees or advisors, is provided to

Tenderers on the terms and conditions set out in this Tender document and such other

terms and conditions subject to which such information is provided.

The purpose of this Tender document is to provide interested parties with information that

may be useful to them in eliciting their proposals pursuant to this Tender document. This

Tender document may not be appropriate for all persons, and it is not possible for APSRTC,

its employees or advisors to consider the investment objectives, financial situation and

particular needs of each party who reads or uses this Tender document.

This Tender document includes statements, which reflect various assumptions and

assessments made by APSRTC in relation to the Contract. Such assumptions, assessments

and statements do not purport to contain all the information that each Tenderer may

require.

The assumptions, assessments, statements and information contained in this Tender

document, may not be complete, accurate, adequate or correct. Each Tenderer should,

therefore, conduct his/its own investigations and analysis and should check the accuracy,

adequacy, correctness, reliability and completeness of the assumptions, assessments,

statements and information contained in this Tender document and obtain independent

advice from appropriate sources.

Information provided in this document to the Tenderer(s) is on a wide range of matters,

some of which depends upon interpretation of law. The information given is not an

exhaustive account of statutory requirements and should not be regarded as a complete or

authoritative statement of law. APSRTC accepts no responsibility for the accuracy or

otherwise for any interpretation or opinion on law expressed herein.

APSRTC, its employees and advisors make no representation or warranty and shall have no

liability to any person, including any Applicant or Tenderer under any law, statute, rules or

regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,

damages, cost or expense which may arise from or be incurred or suffered on account of

anything contained in this Tender document or otherwise, including the accuracy,

adequacy, correctness, completeness or reliability of the Tender document and any

assessment, assumption, statement or information contained therein or deemed to form

part of this Tender document or arising in any way in this Tender Stage.

CHIEF TRAFFIC MANAGER (C & P)

Page 3: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

e- TENDER DETAILS

1. Department

Name ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION

2. Circle/Division Office of the VC & MD, Commercial section, RTC house, PNBS,

Vijayawada

3. Tender Number C2/541(23)/2017-DyCTM(C-2), Dt.15.05.2017.

4. Tender Subject TENDER FOR IMPLEMENTATION OF COMPUTERISED PARCEL AND

COURIER SERVICES (PACS) IN APSRTC COUNTERS

5. Period Of

Contract Three years

6. Form Of

Contract As per Tender Document

7. Tender Type Open

8. EMD EMD of Rs.25,00,000/- (Rupees Twenty five Lakhs). Bidders should make payment of the same amount to e-portal.

9 S.D. The successful Tenderer should pay Security Deposit of Rs. 75,00,000/- (Rupees Seventy Five Lakhs). EMD of successful bidder will be converted as SD and balance amount of Rs.50,00,000/- (Rupees Fifty Lakhs) should be paid through RTGS to APSRTC Account no: 62472413226, IFSC Code: SBHY0020169, A/c. Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada Or Bank Grantee can be submitted in the prescribed proforma towards Performance Guarantee. Successful bidder shall at his own expense submit a Performance Bank Guarantee for an amount of Rs.50,00,000/, within fifteen (15) working

days of the date of notice of award of the contract or prior to signing of the Agreement whichever is earlier, it shall be an unconditional and irrevocable Performance Bank Guarantee (PBG) from a Scheduled Bank acceptable to APSRTC, payable on demand, for the due performance and fulfillment of the contract by the successful bidder

10 Tender

document

Process Fee

Rs. 11,500/- (Eleven Thousand Five hundred only) Pay amount through RTGS to APSRTC Account no: 62472413226, IFSC Code: SBHY0020169, A/c. Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada.

Page 4: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

11 Bid Details:

DETAILS Date Time

Schedule Down Loading Start Date/Time 09.06.2017

11.00 hrs

Pre Bid meeting Date/Time 20.06.2017

11.00 hrs

Schedule Down Loading End Date/Time 01.07.2017

17.00 hrs

Bid Submission Last Date/Time 03.07.2017

14.00 hrs

Technical Bid Opening Date/Time 03.07.2017

15.00 hrs

Commercial Bid Opening Date/Time 04.07.2017 15.00 hrs

12 Contact Person Phone Nos. regarding

e-portal

7337318402,

7337318403,

7337318405

13 Officer Inviting

Bids

Chief Traffic Manager (C&P), APSRTC

14 Contact Person Chief Traffic Manager (C&P)

15 Address/

e-mail id

C T M(C&P), Commercial Section, RTC House, PNBS, Vijayawada,

[email protected],

16 Contact Details:

Telephone

CTM(C&P) - 99592 22746

DyCTM C2 - 91009 48675

17 Procedure to

Offer

Submission

Bidders shall submit their response through Bid submission to the tender

on e-Procurement platform at https://tender.apeprocurement.gov.in by

following the procedure given below.

Bidderswould be required to register on the e-procurement portal

https://tender.apeprocurement.gov.in and submit their bids online.

Offline bids shall not be entertained by the Tender Inviting Authority for

the tenders published in e-procurement platform. The Bidders shall

submit the details in the online standard formats displayed in e-

procurement web site. The Bidders shall attach/upload the scanned

copies of the receipts for payment of EMD and application fee in the e-

procurement web site. The Bidders shall attach all the required

Page 5: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

documents for the specific tender after uploading the same during the bid

submission as per the Tender Notice and Bid Document.

1. Digital Certificate Authentication:

Bidders shall authenticate the bid with their Digital Certificates for

submitting the bid electronically on e-procurement platform and the bids

not authenticated by digital certificate of the Bidders will not be accepted

on the e-procurement platform

https://tender.apeprocurement.gov.in.

2. Registration with e-procurement platform:

For registration and online bid submission, Bidders may contact HELP

DESK of M/s Vupadhi Technologies Limited

orhttps://tender.apeprocurement.gov.in.

3. Payment of Transaction Fee:

It is mandatory for all the participant Bidders from 1st January 2006 to

electronically pay a Non-Refundable Transaction fee to M/s APTS (Andhra

Pradesh State Technological Services), the service provider through

"Payment Gateway Service on e-procurement platform". The Electronic

Payment Gateway accepts all Master and Visa Credit Cards issued by any

Bank and Direct Debit Facility/Net Banking of ICICI Bank, HDFC, Axis

Bank to facilitate the transaction. This is in compliance to G.O. Ms. No.

13 dated 07.05.2006. A service Tax/ GST of 15% + Bank Charges on the

transaction amount payable to M/s APTS (Andhra Pradesh State

Technological Services) shall be applicable.

4. Tender Document:

Bidders are requested to download the Tender Document and read all the

terms and conditions mentioned in the Tender Document and seek

clarification, if any, from the Tender Inviting Authority. Any offline bid

submission clause in the tender document should be neglected. The

Bidders have to keep track of any changes by viewing the Addenda /

Corrigenda issued by the Tender Inviting Authority from time-to-time, in

the e-procurement platform. The Department calling for Tenders shall not

be responsible for any claims / problems arising out of this.

5. Bid Submission Acknowledgement:

Bidders shall complete all the processes and steps required for Bid

submission. The system will generate an acknowledgement with a unique

Page 6: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

bid submission number after completing all the prescribed steps and

processes by the Bidders. Users may also note that the bids for which an

acknowledgement is not generated by the e-procurement system are

treated as invalid or not saved in the system. Such invalid bids are not

made available to the Tender Inviting Authority for processing the bids.

The Government of AP and M/s APTS (Andhra Pradesh State

Technological Services) are not responsible for incomplete bid submission

by users.

18 General Terms &

Conditions

As per Tender Document

CHIEF TRAFFIC MANAGER(C&P)

Page 7: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

HOW TO APPLY

Click at https://tender.apeprocurement.gov.in to download e-procurement

notification and Tender document

Read the complete document, carefully

Price Bid shall be submitted online only

The system will generate an acknowledgement with a unique offer submission number on successful completion of the above process.

For any help or technical support on e-procurement, Bidders may contact M/s

Vupadhi Technologies Limited over phone or in person or their helpdesk at:

e-procurement Help Desk

Vupadhi Technologies Limited

1st Floor, Ramky Grandiose, Sy. No: 136/2&4, Gachibowli,

Hyderabad – 500032. Telangana State.

Phone : +91 40-39999700, 39999701 Fax : +91 40-39999702

email ID: [email protected] Zippr Code: VTSL6105

Page 8: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

TABLE OF CONTENTS

Sl. No.

Description Page No.

1 About APSRTC 1

2 Computerised Parcel and Courier Services (PACS) Project in APSRTC Counters 2

3 Definitions used in this document 3

4 Tender for Implementation of Computerised Parcel and Courier Services (PACS) Project in APSRTC counters on the Basis of Commission of Net Revenue Realized

3

5 Key events and dates 4

6 Pre-bid meeting 4

7 Eligibility criteria for bidders 4

8 Cost of Tender Document 5

9 Earnest Money Deposit 5

10 Security Deposit 5

11 Bid submission and correspondence 6

12 Bid evaluation 7

13 Negotiation, contract finalization and award 7

14 Scope of work 7

15 Booking of Parcels & Couriers 7

16 Surveillance 8

17 General terms and conditions 8

18 Penalties 12

19 Termination and withdrawal 13

20 Form T1 (Bid compliance sheet) 16

21 Form T2 (Covering letter for bid) 17

22 Form T3 (Tender form) 18

23 Form T4 (Costing details) 20

24 Form T5 (Financial proposal) 21

25 Annexure-1 (Proposed Parcel pass centres and counters) 22

26 Annexure-2 (Indicative parcel booking) 24

27 Annexure-3 (Configuration of hardware) 29

Page 9: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

1. ABOUT APSRTC

Public Transport is one of the most common modes of transport especially in a

developing country like India and consequently also in the State of Andhra Pradesh,

where 95% of routes are Nationalized for Public Transport with a view to develop the

economy of the State.

The Government of Andhra Pradesh established the Andhra Pradesh State Road

Transport Corporation in pursuance of the Road Transport Corporations Act, 1950

realizing the necessity and need for efficient, adequate, economical and well-

coordinated system of road transport services. Thus, APSRTC was born in 1958 and

is now grown into the largest public sector passenger transport Corporation in the

world and as such holds the records in the Guinness Book of World Records.

Some of the key factors (as on 31-03-2017) about APSRTC include:-

Number of Vehicles 11833 Average Daily Earnings Rs 1221.70 Lakhs Avg. Daily Volume of Operation 45. 28 Lakhs KMs Average Bus Utilization 376 KMs Per Schedule; Carries 65.80 lakhs passengers daily and nearly 237 Crore passengers in a

year; Average fleet utilization; 99.55 % punctuality; 96.93 %

Andhra Pradesh State Road Transport Corporation is organized into 4 Zones,

12 Regions, 18 Divisions; 128 Depots with 5 Zonal Workshops. It has man power

strength of 65 thousand employees.

Various branded services offered by APSRTC include:-

Regular Services operated daily with various levels of comfort, such as, Vennela, Amaravathi, GARUDA, GARUDA plus, Garuda CARONA, Super Luxury, Sapthagiri Super Luxury, Ultra Deluxe, Deluxe, Express, Sapthagiri Express, Telugu Velugu, Metro Luxury AC, City Metro Deluxe, City Metro Express, City Ordinary, Contract Carriage Services, Advance Reservation Services; Concessional Travel Schemes, such as, CAT Card, Vanitha , Vihari and Travel As You Like etc;

APSRTC is the first State Transport Undertaking to have introduced Night services, Deluxe services and One Man Services etc., and holds the record of getting Petroleum Conservation Research Association of India (PCRA) Trophy continuously for the past 26 years.

1

Page 10: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

1.1. THE TRAIL BLAZER ON THE ROAD

Andhra Pradesh State Road Transport Corporation has been leading by example. It has a number of firsts of its credit in India: First to nationalize Commuter Road Transport services in the country, in 1932. First to introduce long distance Night Express services. First to introduce A/c sleeper coach, Hi-Tech, Metro Liner, Metro Express and

Inter-City services. First to introduce Depot computerization – in the year 1986. First to appoint Safety Inspectors for improving the safety of the commuters. All the Depots in the State are computerized. First to introduce Central Call Centre among STUs.

As part of its philosophy to provide various facilities and schemes to benefit traveling public, APSRTC has introduced its Cargo services to transport parcel and couriersfor faster delivery to customers using the available Vehicle fleet the year 2016 and it was implemented at all the major Places/ Bus stations of Andhra Pradesh. In order to attain the desired goals in the recently introduced PARCEL service, to keep the best use of the available luggage space with its fleet and for faster delivery of items booked etc, APSRTC is implementing computerised parcel and courier services (PACS) in its Parcel counters in 146 Bus stations of APSRTC and 14 other locations.

The number of indicative parcels and couriers booked and revenue realized up to

31.03.17 since introduction of the Cargo service in APSRTC through the operation of manual Counters, is furnished in Annexure - ‘1’.

2. COMPUTERISED PARCEL AND COURIER SERVICES (PACS) PROJECT in APSRTC Counters:

The computerized parcel and courier services (PACS) in APSRTC Counters is being implemented to meet the Customer requirement and to fulfill APSRTC’s vision to become the choice Parcels and Couriers transport for customers by providing regular, reliable, fast and cost effective Customer service with exceptional efficiency and speed in delivering the service to the Customer.

Computerized parcel and courier services (PACS) in APSRTC Counters will be a Web based project being implemented by APSRTC to facilitate Customer for easy booking of Parcels and Couriers not consuming much time of customer as well as to attain accuracy in delivery of the items booked and accountal of counter revenues etc. The project will be implemented at the designated Counters/Places as per the annexure-2

In order to provide better computerized parcel and courier services (PACS) in APSRTC Counters and also to enable the “PACS” (Parcel and Courier services) application Software to deliver reliable and error free service to Customers, the application is being developed in 3-Tier Architecture, wherein the Database will hold the Data, the procedures and packages and the application tier will hold the business logic and the presentation layer will be accessed through a Browser on the Computers.

2

Page 11: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

APSRTC is getting the required software for Computerized parcel and courier services (PACS) project developed through a third party which will host the same in their Data Centre. 3. DEFINITIONS USED IN THIS DOCUMENT Bus Depot: Buses are attached to Bus Depots. Depots maintain and operate

the buses. Bus Station: A Bus station is attached to a Bus Depot. Each Bus Depot can

have many Bus Stations attached to it. Buses operate between Bus stations. Ticket Booking (both advance and current) is done here.

Service: A service is any bus operating between two places at a particular time on a Route of a particular Bus Type. Each service has a unique number (Service ID) within the Corporation.

Service ID: Unique number given to a service. Bus Type: Regular Services operated daily with various levels of comfort, such

as, Vennela, Amaravathi, GARUDA, GARUDA plus, Garuda CARONA, Sapthagiri Super Luxury, Ultra Deluxe, Deluxe, Express, Sapthagiri Express, Telugu Velugu, Metro Luxury AC, City Metro Deluxe, City Metro Express, City Ordinary;Contract Carriage Services, Advance Reservation Services; Concessional Travel Schemes, such as, CAT Card, Vanitha, Vihari and “Travel As You Like” etc;

In Voice: Parcel and Courier outlets: The counters established for accepting and

delivering parcel/couriers. PARCEL: Each Pack of Parcel booked for delivery at other locations. COURIER: Each Pack of Courier booked for delivery at other locations Net transactions: Transaction made at all Parcel and Courier counters,

enabling the Corporation to realize revenue through receipts for booking of Parcel and Couriers.

Net Revenue: The total amount realized by booking Parcel and Couriers at all the counters, after deducting amount paid to other facilitators. Pick-up, door delivery, loading, unloading charges and Commission paid to ATB Agents, Logistic Business Developers, Business Facilitators and others who are authorized to book parcels at places other than bus station counters.

4. TENDER FOR IMPLEMENTATION OF COMPUTERISED PARCEL AND

COURIER SERVICES (PACS) PROJECT IN APSRTC COUNTERS ON THE BASIS OF PERCENTAGE OF COMMISSION ON NET REVENUE REALIZED THROUGH RECEIPTS ISSUED FROM BOOKING OF PARCEL AND COURIERS.

Sealed tenders are invited from bidders for implementation of computerized parcel and courier services (PACS) project in APSRTC Counters on commission basis of net revenue realized through receipts issued for booking of parcel and couriers in APSRTC, on percentage of net revenue basis, for a period of three years .

3

Page 12: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

The number of APSRTC centers, Private locations where Parcel and Courier counters are to be established, are given in Annexure -2. These are the minimum number of locations required, and the contractor will have to operate more centres/counters based on the need. The period of contract is for three years only from the date of commencement of the project . The date of commencement of the project will be decided / declared by the Chief Traffic Manager (C&P). 5. KEY EVENTS & DATES

Sl. No. Event Date

1 Last date for receipt of queries 19.06.2017

2 Pre-bid meeting 20.06.2017

3 Issue of clarifications to prospective bidders 23.06.2017

4 Last day for receiving bids 03.07.2017

6. PRE-BID MEETING

APSRTC will conduct a pre-bid meeting to clarify the objectives/scope of the tender in APSRTC Conference Hall, RTC House, PNBS, Vijayawada at 11.00 hrs., on 20.06.2017 the date mentioned in “Key Events & dates” clause. Only two representatives from each firm/company/consortium will be allowed to participate in the pre-bid meeting. All related queries should be sent through e-mail on or before last date for receipt of queries as indicated in “Key Events & dates” clause. The queries shall be sent to the mail id [email protected]. Clarifications, if any, may be obtained from the Chief Traffic Manager (C&P), APSRTC, RTC House, PNBS, Vijayawada. 7. ELIGIBILITY CRITERIA FOR BIDDERS a) A bidder can be an individual / firm / company. b) The individual / firm / company should be having all the statutory approvals

and licenses required for manpower supply agency viz Registration with Labour

Department for man power supply, PF & ESI registration. c) The individual/firm/company should be in the business for the last 3 years and

should have an average turnover of not less than Rs. 200 lakhs/annum during the last 3 years i.e., 2014-15, 2015-16 & 2016-17.

4

Page 13: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

d) Experience in similar transaction based IT projects like handling of mee-Seva, e-Seva counters, AP Online, Ration Card issue, Aadhar Card issue, Passport services, Citizen Charter Services in Municipalities/local bodies, any G2B, B2B, B2C, G2C services, Computerized Bus Pass issues in any Road Transport Corporations is preferable. The bidders should have the prescribed experience in related business for at least one year during the previous five years period. The bidders shall submit documentary evidence in proof of successful handling of the project.

e) The contractorwill have to set up an office in Vijayawada within one month from the date of issue of Letter of Intent or before signing of contract whichever is earlier.

f) Bidders who have been either blacklisted earlier by APSRTC or who failed to execute contracts entered with APSRTC or had legal litigations will not be eligible for consideration.

8. COST OF TENDER DOCUMENT

Cost of the Tender Document is Rs. 11,500/- (including ST @ 15%) and has to be paid through RTGS Rs. 11,500/- (Eleven Thousand Five hundred only).

APSRTC Account no: 62472413226, IFSC Code: SBHY0020169, A/c. Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada A scanned copy or Screen shot of the transaction should be uploaded along with technical bid documents.

The Tender Document has to be downloaded from APSRTC website www.apsrtc.gov.in 9. EARNEST MONEY DEPOSIT

A sum of Rs. 25,00,000/- (Rupees Twenty five lakhs only) should be paid towards Earnest Money Deposit. Bidders should make payment of the same amount to e-portal.EMD amount will not carry any interest. The EMD will be refundable to the unsuccessful bidders only after finalization of Tenders in all respects. The EMD of contractor will be returned only after completion of all transactions under the Agreement to be entered into, are completed.

No exemption of EMD is allowed to Government Organisations / undertakings or Small Scale Industries.

10. SECURITY DEPOSIT

The successful bidder should Deposit Rs. 75,00,000/- (Rupees Seventy Five lakhs only) towards Security Deposit. The Earnest Money Deposit of the successful bidder will be converted as Security Deposit and the balance amount of Rs 50 lakhs of Security Deposit, through RTGS to APSRTC Account no: 62472413226, IFSC Code: SBHY0020169, Name: APSRTC, Bank name: SBI, Gandhi Nagar, Vijayawada

Or Bank Grantee can be submitted in the prescribed proforma in favour of Financial Adviser, APSRTC, Vijayawada before entering into an Agreement.

5

Page 14: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Bank Guarantee should be valid for a period of 40(36+4) months from the date of Agreement. Any delay in submission of Security Deposit and entering into Agreement would result in forfeiture of EMD.

The proforma of the Bank Guarantee should be as prescribed by APSRTC. The Security Deposit shall not carry any interest. In case the contract is extended, the Bank Guarantee shall have to be extended for further period as desired by APSRTC. In general BG has to be valid for a period of six months over and above the agreement/contract period. 11. BID SUBMISSION AND CORRESPONDENCE

Bidders shall submit their response through Bid submission to the tender on e-Procurement platform at https://tender.apeprocurement.gov.in Address for Correspondence The Chief Traffic Manager(C&P), Andhra Pradesh State Road Transport Corporation, RTC House, PNBS, Vijaywada – 520002, Andhra Pradesh Tel No — 99592 22746 Website : http://www.apsrtc.gov.in Contact Person The Chief Traffic Manager(C&P) Andhra Pradesh State Road Transport Corporation, RTC House, PNBS, Vijaywada – 520002, Andhra Pradesh Tel No — 99592 22746 E-mail:[email protected] The Tender has to be submitted in accordance with the terms and conditions prescribed. Tenders received without EMD, cost of tender document will be summarily rejected. The tenders are liable to be cancelled at any stage without assigning any reason(s). Any clarifications required regarding the Terms & Conditions shall be obtained from the Chief Traffic Manager (Commercial), APSRTC, before submission of the tenders. No clarifications will be entertained later.

6

Page 15: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

12. BID EVALUATION The value of the bid will be worked out as given hereunder: Rate of Percentage (%) commission to be quoted on the net revenue realized for booking of Parcel and Couriers at Parcel and Courier counters. 13. NEGOTIATIONS, CONTRACT FINALIZATION AND AWARD

The L1 bidder (bidder quoting the lowest Rate of Percentage commission will be called for negotiations, for awarding the contract.

If APSRTC is unable to finalize a service agreement with the lowest bidder, APSRTC may proceed to the next higher bidder and so on until a contract is awarded.

APSRTC shall however reserve the right to reject all the offers and cancel the tender, after negotiations, if none of the negotiated offers are found to be financially viable. The successful bidder will have to enter into an agreement within 15 days from the date of receipt of “Letter of Intent”, duly submitting Bank Guarantee for the prescribed amount, towards Security Deposit. 14. SCOPE OF WORK The contractorshall establish Computerized parcel and courier services (PACS) at locations indicated in Annexure - 2; carry out the required Civil &Electrical Works for establishing the Centers; Provide required weighing machines, Scanners, Computer, Systems, Bar/QR code printers and readers, Peripherals, CC cameras with DVR 7 days and other allied equipment, provide required LAN/Networking, UPS Systems, required Manpower, operate the centers as per the prescribed terms and conditions, etc., deposit the daily Parcel and Courier receipts amount in the designated Bank account or at Depot Counters as prescribed etc., and all other related works. The works mentioned below are indicative but not exhaustive:-

14.1. BOOKING OF PARCELS AND COURIERS

a) Receiving the securely packed Parcels and Couriers from customers. b) Scan the item, verify to confirm the item is not explosive, inflammable and

banned/ prohibited item. c) Bar/QR coding the Item received d) Entry of the Parcel details into the computer. e) Issue of receipt to the customer. f) Arrange to handover the parcels duly generating Consignment note g) Plan and organize loading of vehicles duly following the que generated by

System.

7

Page 16: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

h) Receiving Parcels and Couriers from other stations, ATB Agents, Logistic Business developers, Business facilitators.

i) Arranging door delivery of Parcels and Couriers through business facilitators, delivery boys etc., authorized by APSRTC.

j) Keeping Parcels and Couriers in safe custody and handing over them to customers.

k) Cash receiving and remittance. l) Generation of reports required.

In view of the Computerization, the cost of operation will come down. The bidders will have to take this into account and quote accordingly.

14.2. SURVEILLANCE SYSTEM

Surveillance System (Cameras, DVR and all required accessories) shall be

installed at the Parcel Counters, as per the specifications given in Annexure-3. The number of Cameras to be installed at each centre is indicated in Annexure-3. Cost of the equipment, required cables & connectors etc., and all the expenditure for installation of the surveillance system shall be borne by the bidder. The DVR should be capable of storing the previous seven days data. The recording to be overwritten in first in first out, with the previous 7 days data available at any point of time. The recording should be provided to APSRTC’s authorities as and when demanded. Data back-up should be taken on any other storage devices for all incidents.

15. General Terms & Conditions

15.1. The maximum period for opening Parcel counters at the locations mentioned at Annexure–2, with full-fledged transactions is ONE month from the date of Agreement.

15.2. The Successful bidder should enter into an agreement with the Chief Traffic Manager (C&P), APSRTC, Vijayawada on Non-Judicial Stamp Paper duly franked with requisite stamp duty as communicated by Govt. from time to time as per the terms and conditions. Here in after, the successful bidder will be called as “contractor”. The computerized parcel and courier services (PACS) Project in APSRTC Counters is for installing, networking, operating and maintenance of Parcel and Couriers counters on commission basis.

15.3. The Specifications of hardware, networking and equipment are only given for guidance. Higher configuration equipment can be provided based on the requirement. The present manual system may be studied in detail by the bidders for thorough understanding of the project.

15.4. Tenders/offers should be open for at least six months from the date of opening of the tender and for a further period not exceeding six months, if required by APSRTC.

15.5. The Vice Chairman & Managing Director of APSRTC, Vijayawada, reserves the right to cancel the tenders at any stage and can invite fresh tenders without assigning any reason(s).

15.6. The decision of APSRTC is final in allotment of computerized parcel and courier services (PACS) Project in APSRTC Counters.

8

Page 17: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

15.7. The bids submitted are not permitted to be withdrawn at any stage of process and APSRTC will not be responsible for any delay in finalizing the tenders for reasons beyond its control.

15.8. The successful bidders should commence the project at all the centers specified at Annexure – 2 within one month from the date of Agreement.

15.9. The contractor shall have to open Parcel counters and install the computers, other hardware and networking for booking of Parcel and Couriers at all the locations as specified in the Annexure – 2 including all civil and electrical works within one month.

15.10. The contractor can utilize accommodation available at APSRTC locations on free of cost basis and arrange at his cost accommodation private locations. The contractor should arrange all infrastructure and required man power for completing the assigned project at both APSRTC and private locations at his cost (as per Annexure – 2). At APSRTC Bus stations the counters available can be utilized by the contractor for booking of Parcels and Couriers, utilize the

storage facility available on free of cost basis. Any Civil Engineering Works for improvements of counter or storage facility has to be carried out by the contractor at his own cost with prior approval of competent authority. Electricity service connection will be provided by APSRTC where the facility is available otherwise the contractor has to obtain electricity connection at the centers. Power charges will be borne by the contractor and he shall submit the proof of payment of electricity bills every month to the Depot Manager/ATM (Commercial), concerned. The identification and allotment of accommodation/counters is at the discretion of APSRTC. The decision of APSRTC authorities is final in allotment of accommodation/counters.

15.11. Legal disputes, if any, should be settled only in the jurisdiction of Vijayawada courts.

15.12. Bidders shall fill up the required information as prescribed in the tender form. Incomplete bids/bids without full information are liable for rejection.

15.13. These rates will be applicable for the three years contract period and will not be subject to any upward revision for any reasons whatsoever. The rates shall be quoted exclusive of Service Tax/ GST .

15.14. The individual/Firm/Company shall furnish the IT Returns, Audited P&L account and balance sheet for 2014-15, 2015-2016 and 2016-17 along with the tender form.

15.15. All the required infrastructure at the centers such as man power, hardware, UPSs, software (other than application software), Anti-Virus, civil and partition constructions, furniture, internal electrical connections, telephone lines/ Broad Band/wireless connections depending on number of counters in the center, with a minimum 2 Mbps speed and back up lines with stipulated speed, Fans, fittings, furniture, Drinking water, Security for counters, parcels,

couriers etc., shall be arranged by the contractor only. Two separate internet connections should be provided in each centre, to ensure business continuity. The monthly maintenance cost and usage charges have to be borne by the contractor only.

15.16. The contractor shall install the hardware and network equipment as per the specification mentioned in the tender form enclosures. The actual hardware/network equipment of higher specification than specified will also be accepted.

9

Page 18: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

15.17. Suitable accommodation for running the Parcel counters shall be provided by APSRTC at free of cost where RTC accommodation is available. In places, where APSRTC does not have its own accommodation such as listed in the Annexure – 2

15.18. The contractor should hire suitable premises in consultation and approval of Executive Director, Zones/RM/DM concerned. The rent for the hired accommodation, electricity charges, water charges etc., shall be borne by the successful bidder. These locations shall be at least minimum 10’ X 10’ in size and with space for at least 10 persons to stand in queue. These locations should be abutting main road or nearby Bus Stops at locations specified. These centers should have proper covering.

a) All the Municipal/ Statutory levies, taxes etc., imposed by State and Central Government/Service Tax/ GST es etc., should be borne by the contractor to carry out the business.

b) The persons engaged to carry out work shall be paid minimum wages as

fixed by the Commissioner of Labor from time to time for semi skilled category. The bidder shall submit recorded evidence to that effect.

c) Tax Deduction at Source (Income Tax) as per the provisions of Income Tax Act would be made from the commission payable.

d) Service Tax/ GST , as per the provisions of Service Tax/ GST Act will be reimbursed on submission of proof of payment.

15.19. The contractor shall establish a Control Centre at RTC House Vijayawada for monitoring the whole activity. An area not exceeding 200 sq. feet will be allotted on free of cost basis at the specified location. APSRTC officials will also use this control centre for monitoring and assistance for carrying Parcel and courier activities from time to time based on the instructions of the Corporate Office. The Control Centre shall be established. APSRTC Supervisors/officials possess inspection rights. Their reports will be sent to Chief Traffic Manager (C&P), Vijayawada for initiating necessary disciplinary actions, imposing of penalties in case of mal-practices.

15.20. The contractor shall make arrangements to open additional counters as per the need of the Depot Manager/Regional Manager/ED, whenever required, on increase of demand.

15.21. The required man power should always be ensured so that inconvenience is not caused to the Customers.

15.22. The Counters shall be operated from 08.00 hrs to 20.00 hrs or two shifts or 24/7 as indicated in the annexure 2 throughout the year including Sundays and National holidays.

15.23. The Vendor should make arrangements at counters so as to ensure that the issue of receipt to customer duly accepting the Parcel or Courier, taking cash is made with high speed within 180 seconds. The firm should take necessary upgradation of hardware, Network equipment and communication lines whenever required.

15.24. APSRTC Officers/Supervisors will be deployed in each Region for close supervision of the day to day Parcel and Courier activities, remittance of cash, cross verification of reports.

15.25. APSRTC reserves the right to open additional counters for booking of Parcels & Couriers at e-Seva centers, AP ONLINE centers, ATB counter or at any other place as decided by the Corporation by engaging necessary Staff or Business Facilitators or Agents.

10

Page 19: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

15.26. The successful bidders should make adequate security arrangements at all centers to safeguard the property of the Customers as well as Corporation.

15.27. APSRTC reserves the right to open computerised/manual Parcel and Courier counters at any place, if it feels necessary, on parallel lines, in case the Vendor is not able to meet the demand.

15.28. The Hardware and Networking problems should be rectified by the Contractor without causing any problem for un-interrupted usage of the system.

15.29. In the premises of Parcel and Courier Counters there shall not be any business carried out by the Contractor except the activity related to APSRTC. The premises shall be kept clean and tidy. The maintenance of premises is the responsibility of the successful bidder. Any lapse will warrant penalty.

15.30. Any advertisements, print material by the Vendor for improvement of his business etc. shall be at his own cost and the content should be approved by APSRTC authorities.

15.31. The daily amount realized at all Counters towards booking of Parcel and

Courier should be remitted in the earning section of APSRTC’s designated Depot before 08.00 hrs on the next day as per the Day Revenue Report.

15.32. The commission payable to the Contractor for booking of Parcel and Couriers will be paid on monthly basis on net revenue realized through the counters. Such commission eligible corresponding to all the centers during the month shall be paid at HO, Vijayawada. The contractor shall raise the bill to the Dy.CTM(Commercial 2),HO, Vijayawada, on the 1st of every month along with relevant reports duly certified by the respective ATM(commercial) of the region. The commission payable for previous month to the contractor will be released after pre-audit subject to submission of all stipulated claims as indicated. After submission of monthly claim by the vendor, the commission charges will be paid after post audit.

15.33. No conveyance/bus pass shall be provided to any employee engaged by the Vendor nor any sort of compensation be paid by APSRTC.

15.34. All statutory encumbrances for employing the man power has to be borne by the Successful bidder. APSRTC is not responsible for the same. The documentary proof for recovery of PF, ESI etc., shall be submitted to APSRTC. If the contractor fails to produce such documentary proof, this amount would be recovered from the commission payable to the Successful bidder.

15.35. The Vendor shall maintain all the registers specified by APSRTC, prepare the MIS reports and make available for use of APSRTC Inspecting Officials. The reports should not be disclosed to any outsider. Depot-wise, Region-wise MIS reports have to be generated and submitted to the inspecting officials on demand.

15.36. Necessary spares, consumables required must be assessed well in advance and kept at each center. The cost of these consumables to be borne by the firm.

15.37. APSRTC reserves the right to add/modify any Terms and Conditions while entering into an agreement with the successful bidder.

15.38. In case of any disputes regarding interpretation of Terms and Conditions, decision of Vice Chairman & Managing Director, APSRTC, Vijayawda is final.

15.39. The successful vendor shall not disclose to any other party about the knowledge of system or pass on the possession of material and information given to the successful vendor under this agreed contract or any information which has been generated during the running of the project. The successful vendor should hold such material and information in strict confidence, not to make use of them other than for the performance of this contract, except

11

Page 20: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

release it only to designated employees requiring such information for operation, maintenance and control and inspection of the systems. During the execution of the contract and thereafter the above information should not be released to any other parties.

15.40. The operation of Parcel and Courier at private locations has to be arranged by the contractor by hiring accommodation himself. The connectivity of all centers to APSRTC Central Parcel Server should be through Broad Band/any other type of internet connection with minimum 2 Mbps bandwidth. All necessary network equipment and security software shall be provided by the successful bidder, at his own cost, duly ensuring the speed of the transaction.

15.41. The required stationery for Receipts will be supplied by APSRTC. The Contractor is accountable for all the stationery supplied to him. The other stationery such as computer Stationery, Registers, Files, white papers etc. should be provided by the vendor

16. PENALTIES 16.1. If the contractor fails to accept and commence the project within the time as

agreed in the Tender, the EMD amount is liable for forfeiture in favor of APSRTC. The VC&MD of APSRTC reserves the right to cancel the project assigned to the contractor and allot the same to any individual/firm in case of unsatisfactory progress of the project.

16.2. The Vendor shall be penalized for the down time of any counter, system due to the reasons such as non-availability of UPS power, hardware and software lack of sufficient personnel, communication lines (leased/ISDN/Broadband), network failure etc., In case the break down is for more than one hour and system slow down for more than 2 hours, the minimum penalty that would be levied is Rs.500/- for the first occasion, Rs.1,000 /- for second occasion and Rs.2,000/- for the third and subsequent occasions by the RTC’s Project Manager/DM/Dy.CTM/RM/ED Zone concerned. Repeated occurrences would result in forfeiture of Security Deposit and invocation of Bank Guarantee besides levy of penalty by Chief Traffic Manager (C&P), APSRTC, Vijayawada.

16.3. A penalty up to an amount of Rs. 500/- for the first occasion for the delay in despatch/handing over of the Parcel/Courier of Customer will be levied by Depot Manager/ATM(C) and Rs. 1,000/- for the second occasion by Dy.CTM and Rs. 1,500/- for the third and above occasions by ED Zone concerned. Repeated delay would result in forfeiture of Security Deposit and invocation of Bank Guarantee besides levy of penalty as stipulated above by Chief Traffic Manager (C&P), APSRTC, Vijayawada.

16.4. A penalty up to an amount of Rs.1,000/- will be levied for the first occasion, Rs. 2,000/- for the second occasion and Rs. 3,000/- for all subsequent occasions of issue of wrong despatch of Parcels/couriers, by DM/Dy.CTM/RM/ED Zone concerned.

16.5. Any delay in execution of project in the centers as per the schedule specified, will result in levy of penalty of an amount of Rs. 500/- per week per center by Chief Traffic Manager (C&P).

16.6. The successful vendor shall install electrical sub meters at the locations allotted. In case the Vendor uses the generator provided by APSRTC, a sub meter has to be arranged by the contractor and the contractor shall make the payment to APSRTC for use of generator. Electricity Charges, Water charges, Telephone bills, Taxes and any communication channel charges shall be paid by the contractor without any default.

12

Page 21: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

In case of non-payment of such bills, the amount, if paid by APSRTC, shall be recovered along with penal interest of 18% PA. This would be deducted from the commission payable. Such occurrences repeatedly would result in forfeiture of the Security Deposit/ Invoking the Bank Guarantee by Chief Traffic Manager (C&P), APSRTC, Vijayawada.A photo copy of receipts pertaining to payment of electricity charges and generator charges have to be submitted to the concerned In-charge of Parcel and Courier service project , every month, within one week from the date of receipt of the bills from APSRTC, failing which penalty will be imposed.

16.7. Any failure to remit the cash in the designated RTC Account, as prescribed, by the stipulated time, results in recovery of the amount along with penal interest @ 36% per annum besides forfeiture of Security Deposit and invoking the bank guarantee in case of repetition. The connectivity to the Parcel and Courier centers from the Central file server shall be stopped immediately and necessary penal provisions shall be invoked viz., collecting

penal interest @ 36% PA. 16.8. Any complaints from the Customer on collection of excess charge,

misbehavior, fraudulent activities of staff, discourteous behavior, poor services, unnecessary delay in transactions etc. shall be viewed seriously and attracts penalty up to Rs.2,500/- for each occasion by ATM/DM concerned.

16.9. Penalty to the tune of Rs. 50/- per day, per camera will be levied if surveillance camera is not working. Penalty to the tune of Rs. 100/- per each occasion will be levied if the seven days recording is not made available on demand.

16.10. Penalties will be recovered from the bills payable to the successful bidder. 16.11. ED (M&C) is the appellant authority with regard to penalties levied based on

any/all of the penalty clauses. 17. TERMINATION/WITHDRAWAL

17.1. At any point of time during the subsistence of the contract, the contract can be terminated by the Corporation giving one month advance notice without assigning any reason. In such a case Security Deposit is returnable, after adjusting dues. In such circumstances, the deposits which may remain to the credit of the Corporation will be refunded after all the dues payable to the corporation have been settled out of the deposits made by the Contractor (security deposit, bank guarantee etc.). Corporation shall not be liable to pay any damages that the Contractor may suffer on account of such termination.

17.2. If the contractor does not fulfill the terms and conditions specified by APSRTC and for any breach of terms and conditions of agreement entered with APSRTC, the contract will be terminated by APSRTC duly giving one month advance notice besides forfeiting Security Deposit and/or invoking Bank Guarantee besides confiscating of Hardware, furniture, equipment etc.

17.3. Malpractices such as wrong accountal, delayed non remittance of revenue in time thrice during a year, misuse of Parcel stationery, tampering of software, hardware etc. by the contractor results in termination of the contract, forfeiture of the Security Deposit and confiscating of Hardware, furniture and equipment etc., besides invoking Bank Guarantee.

17.4. If the contractor desires to withdraw from the agreement entered into, he will be allowed to do so only after completion of one year period from the date of commencement of the project for which three months advance notice has to be given in writing.

13

Page 22: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

17.5. The contract can be terminated by APSRTC on poor performance, repeated complaints from customers, loss or damage to the Corporation property and parcels/couriers in their possession, improper behavior of persons engaged by the contractor with customers/APSRTC officials, ineffective handling of Parcels/Couriers, mis-management of booking counters etc., by the contractor with three moths advance notice.

17.6. The contractor will be held responsible and the contractor will be terminated for improper checking of Parcels/Couriers and for booking contraband goods, inflammable items, explosive material etc. which are prohibited by the order of Govt.

17.7. The contract can be terminated if Parcels/Couriers without proper documents, invoices, way bills etc., are booked and transported duly violating the statutory obligations of Govt. departments.

17.8. The Contractor shall furnish information that is required by the Corporation from time to time connected with transportation of parcels, goods and

operation of courier services by the buses of APSRTC, otherwise the contract will be terminated.

17.9. The Contractor shall not employ, associate or include as business partner any person who was Contractor of the Corporation and defaulted in payment of contract amount. In case, it comes to the notice of the Corporation that the Contractor has employed/associated/included such person in carrying out the business, the Corporation shall have the right to terminate the contract, duly forfeiting Security deposit & Bank Guarantee.

18. General:

18.1. The contractor has to submit the list of persons engaged by him with ID Proofs

to APSRTC and the persons engaged should not be changed without prior approval of Assistant Traffic Manager (Comm.) of Regions.

18.2. The contractor has to replace any of the persons engaged by him as suggested by the Corporation in case of inefficiency, improper behavior, excess collection of amount over and above tariff, improper billing or any other factor which will be affecting the performance of Logistics business, within one month of issuing notice.

18.3. After expiry of the contract period the Vendor can take away all the equipment i.e., hardware, furniture, fixtures etc., only after clearing all pending dues to APSRTC

18.4. The number of counters can be increased or reduced on mutual consent. 18.5. The man power requirement given may vary, the firm has to provide additional

man power over and above the requirement indicated in Annexure-2 to ensure hassle free booking and delivery counters depending on the demand.

18.6. The Contractor shall comply with the provisions of all the Acts of Government relating to Labour Laws and the Rules and Regulations made there under, from time to time like payment of P.F., ESI, Minimum wages as prescribed by the Govt., and submit the proof of compliance on monthly basis.

18.7. The Contractor/Agency shall at all times indemnify the Corporation from all claims/ damages/compensation under the provisions of all Laws and Acts pertaining to the Labour engaged by them.

18.8. The Contractor shall indemnify the Corporation from any claims made by any authority and reimburse the same in case any payments are made by the Corporation.

14

Page 23: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

18.9. The Contractor shall obtain license/permission from the Labour Department, by paying welfare fund on all the persons engaged by it. Contractor shall not engage child labour. In case the Contractor employs contract labour, he shall comply with all the provisions of contract labour (Regulation and Abolition) Act, 1970. The Corporation is not liable for any violations of the above Act, by the Contractor.

18.10. The contractor shall not engage persons below the age of 18 years for the purpose of manning the counters. The persons engaged by the contractor shall not have any right or claim whatsoever, for employment in APSRTC at a future date.

18.11. The Contractor shall make his own arrangements for the safety and protection of consignments from weather conditions.

18.12. The Corporation is not liable to pay any compensation in case of death or injury (simple or grievous) caused in the Corporation premises to any person engaged, authorized or directed by the Contractor in the course of

transportation of parcels and goods. 18.13. The Corporation shall not be liable for any loss incurred by the Contractor, his

/ her customers, bankers, financial institutions, personnel engaged by the Contractor, or any other person connected to the business of the Contractor.

18.14. The Contractor shall not appoint other firms / agencies / individuals as sub-Contractors to man booking counters.

18.15. The business shall be carried out only on the name/firm, as the case may be, that was specified. During the course of contract, the Contractor/Agency shall not be allowed to change the name of the Agency or to transfer the Agency.

18.16. The Managing Director of APSRTC reserves the right to modify any condition/conditions of the agreement, and add any other condition/conditions during the contract period. The Contractor / Agency have to abide by the conditions modified/incorporated and has to enter into a fresh agreement with the Corporation at his/her/its cost.

18.17. In case of any dispute or differences arising on the terms and conditions of the tender or contract as the case may be, the decision of the Managing Director, APSRTC, shall be final and binding on both the parties.

18.18. If any dispute arises between Contractor and the Andhra Pradesh State Road Transport Corporation, only the Courts in Andhra Pradesh shall have jurisdiction

In witness thereof, the parties here to have set their signature on_______ day of______ at_________.

For and on behalf of the Contractor For and on behalf of APSRTC Witnesses: - 1.

2.

-oOo-

15

Page 24: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

16 Form T1

Bid Compliance Sheet

Bidder Should Mark Page No. on Enclosures (Bidder should ensure that all documents enclosed are neat and legible)

# Criteria (Document submitted) Mention Enclosure Page No.

Fill Compliance (Yes/No)

1 Bidder shall provide an attested copy of –

a) PAN card

b) Company Registration Certificate (if applicable)

c) Valid Service Tax/ GST registration Certificate

d) Income Tax Returns for the last three years(2014-15, 2015-16,2016-17).

2 Certified Audited copies of Balance Sheets, Profit & Loss Accounts, Annual Reports of last three financial years from bidder

3 Documentary proof regarding bidder being in the business of hardware and computer related services and IT enabled services.

4 Documentary proof of bidder having experience in similar transaction based IT projects like handling of mee-Seva, e-Seva counters, AP Online, Ration Card issue, Aadhar Card issue, Passport services, Citizen Charter Services in Municipalities/local bodies, any G2B, B2B, B2C, G2C services, Computerized Bus Pass issues in any Road Transport Corporations.

5 Documentary proof from bidder regarding having minimum average turnover of Rs. 200 lakhs/annum in the last 3 financial years

6 An affidavit duly attested by the notary that the Bidder was not Black listed by any PUC/Corporation/Board or State/Central Government in India

Page 25: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Form T2 Covering Letter for Bid

PLACE : DATE :

To The Chief Traffic Manager (C&P), A.P.S.R.T.C, RTC House, Vijayawada -520002. Sir,

Sub : PARCEL AND COURIER SERVICE PROJECT - Tenders for implementation of computerized parcel and courier services (PACS) Project in APSRTC Counters, on Commission basis, for a period of three years - Reg.

Ref : Notification in News Paper, dated.05.2017

--oOo—

With reference to the Notification cited, I hereby submit the Tender for computerized parcel and courier services (PACS) project in APSRTC Counters, on commission basis, subject to the Terms & Conditions and other rules stipulated by APSRTC, which are indicated in the RFP.

I / We agree to abide by the Terms & Conditions laid down in the RFP. All the information submitted with the bid is true to the best of my/our knowledge. In the event of My/Company’s /Firm’s /Agency’s failure to abide by any of the Terms & Conditions, the EMD amount paid by me/us stands forfeited in favour of APSRTC.

Yours sincerely,

Signature of the bidder

AUTHORISED SIGNATORY WITH SEAL Name : Place : Date : Encl: 1) Tender Form and RFP. 2) Demand Draft(s). 3) Completed and filled up Forms T1, T3, T4 & T5 4) All Evidences/Documents/Certificates etc. required as per RFP 5) Original RFP duly signed with seal. 6) Other Documents (specify). Note to Bidder: The original RFP shall be utilized only for submission of the bid.

Separate sheets may be enclosed to the RFP for furnishing additional information.

17

Page 26: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Form T3

TENDER FORM (Bidder should ensure that all documents enclosed are neat and legible)

1 Full Name of the bidders (If the bid is submitted on behalf of Firm/Agency/ Company etc., furnish Name and designation of the person authorized to submit the bid)

:

2 Particulars of the Firm/Agency/Company with

Registration No. on behalf of which bid is submitted

:

3 If the Tender is on behalf of a Firm/Agency/Company please furnish.

a) Whether it is a partnership Firm, under the Partnership Act or a Company constituted under Indian Companies Act, 1956 or a Private Limited Company etc.

:

b) Nature of business being carried out

:

c) Previous experience in similar area (Enclose copies of documentary evidence as proof)

:

4 No. of employees on rolls

:

5 Whether the Individual/Firm/ Agency/Company has Branches carrying out business in the relevant fields in Andhra Pradesh and other States - if so, mention the Addresses of the Branches.

:

6 a) Name of the whole time Director / Head of the firm

:

b) Relationship/Designation of the authorized signatory who signed on behalf of Firm. 18

Page 27: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

7

7

8

Annual Turnover of the company (Rupees in lakhs) for the proceeding three years (in words) 2014-15 :

2015-16 :

2016-17 :

8 Address for correspondence & Phone Nos.

(FAX, Website, email etc.) (All correspondence will be made with local office only, if available)

a) Local Office

:

b) Head Office

:

9 a) Permanent address of the Head of the Firm with phone numbers.

:

b) Residential address of the personnel concerned

:

10

11

Cost of Tender Document payment details Copies of statutory approvals

a. Registration as man power supply agency with labour department:

b. PF :

c. ESI :

19

:

Page 28: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Form T4 COSTING DETAILS

(These details are only for reference purpose and will not be taken into account for the bid evaluation) Cost of Hardware for implementation of computerized parcel and courier services (PACS) Project in APSRTC Counters

(Configurations, make & model to be enclosed):

SL. HARDWARE MAKE/ No.of Unit TOTAL No. Specifications units cost cost

1. Personal Computers

2. Ethernet switch 8 port (Minor centers) (D-Link/DAX/HP/reputed brand)

3. Laser printers (B/W) /9 pin 80 col DMP printers 4. On line UPS 2 KVA

5. 9 pin 136 col DMP Printers

6. Bar/QR Code Printer 7. Bar/QR Code Readers 8. Weighing Machines

a) Maximum capacity : 100kg b) Accuracy : 100g c) plater size : 500/500 d) Interface : rs232/Bluetooth Required equal or higher specs are desirable.

11. Surveillance System equipment 12. Other Hardware (specify) --------------------------------------------------------------------------------------------------- Total cost of Hardware ( in Rs. ) :

--------------------------------------------------------------------------------------------------- Note:- a) The above Hardware should confirm to the specifications as per the enclosure. The certification to this effect has to be given in the specifications sheets. 13. Man power, rents, power charges etc.

20

Page 29: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Form T5

FINANCIAL PROPOSAL The contractor will be paid commission for installation of computers and necessary hardware providing internet connection and operation of computerized Parcel and Courier Services (PACS) project in APSRTC Counter by connecting to central server. The contractor will be required to quote commission as percentage of net revenue realized through parcel counters for a period of three years. Net revenue realized is the amount realized by booking Parcel and Couriers at all the counters after deducting charges paid for Pick-up, door delivery, loading, unloading, crew incentive, any statutory taxes collected from customers and transshipment

charges etc.,. Percentage (%) of commission to be paid : -------- on the net revenue realized through booking parcels and couriers excluding Service Tax/ GST In addition to the amount arrived at as a percentage of Net Revenue quoted above for booking of Parcels and Couriers at counters in APSRTC Bus stations, the contractor will also be paid 2% of the Net Revenue realized through booking of Parcels and Couriers by ATB Agents, Logistic Business Developers, Business Facilitators and others who are authorized to book parcels at places other than bus station counters (excluding Service Tax/ GST ).

21

Page 30: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

ANNEXURE – 1

Indicative Parcels and Couriers booked and amount realized through the

operation of manual counters 2016-17

Logistics Revenue (Rs. In lakhs)

Region

For

2016-17 Apr-17

Up to 24.05.2017

NEC 73 11 11

VSP 136 21 18

EG 217 35 29

WG 71 12 10

KRI 197 38 31

GNT 101 13 11

OGL 162 25 18

NLR 117 14 12

CTR 134 18 17

KDP 120 14 11

KRNL 101 14 12

ATP 119 16 13

CORP 1548 231 192

APSRTC entered into the business of Parcel and Courier services with 2,500

buses approximately available during June-2016. Revenue is growing steadily and the Corporation is targeting 3 Cr. per month

with the above mentioned buses. New business plans such as discount to bulk booking and regular customers is

started in May-2017 which will help in better utilization of the available space and multiply the revenue by two folds at least.

The number of bookings increased with pick up and door delivery services started at district Head Quarters. This facility is proposed to be extended to all places shortly to improve the revenue.

In view of the increased demand, the number of booking counters and the personnel working were increased by two times and this is having positive impact on revenue.

Market survey indicated that there is a need to increase the number of personnel, booking counters and duration of working of booking counters for improving the revenue by improved utilization of available luggage space.

The counters proposed at Annexure-2 are based on market survey. The number of buses available will be 12,000 approximately from 27-08-2017. Once a proper pickup and door delivery is arranged at all places, the courier

revenue will be significant. With the above improvements/changes, the expected revenue per month is

likely to touch Rs. 10 Cr. per month.

22

Page 31: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

Apart from the above revenue through RTC counters, it is expected that business facilitators and ATB Agents would get an additional revenue of Rs. 3 Cr. per month.

The Corporation is expecting Revenue of 90 Cr. in FY 2017-18, 170 Cr. in FY 2018-19 and Rs. 300 Cr. in FY 2019-20.

The above are indicative figures and the tenderer is requested to make his own assessment of revenue of RTC counters, expenditure for running counters before submitting quotation. The percentage of Net revenue quoted in the Commercial bid for maintenance of RTC counters will be final. APSRTC will not allow any upward revision of the percentage of Net revenue quoted in

the Commercial bid under any circumstances. The revenue of 3 financial years is purely indicative. The Corporation will not give any guarantee for the revenue during the 3 years Agreement period. Actual assessment has to be made by the firm before quoting the percentage of Net revenue in the Commercial bid. It is to be noted that there may be additional man power requirement at some places over and above the numbers indicated at Annexure-2, for realizing the revenue.

23

Page 32: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

24

ANNEXURE – 2

.No.

Region

Depot/Place of Parcel and Courier Counters to be Established

No. of

shifts

Man Power

1 ANTANAPUR ANANTAPURAMU 3 7

2 BANGALURU 3 6

3 BELLARY 2 4

4 DARMAVARAM 2 4

5 GUNTKAL 2 3

6 GOOTY 2 3

7 HINDUPUR 2 4

8 KADIRI 2 4

9 KALYANDURG 2 3

10 MADAKASIRA 2 3

11 PUTTAPARTHY 2 3

12 PENUGONDA 2 3

13 RAYADURGAM 2 4

14 TADIPATRI 2 4

15 URAVAKONDA 2 3

REGION TOTAL 32 58

16 KAPDAPA BADVEL 2 2

17 JAMMLMADUGU 2 3

18 KAPDAPA 3 6

19 KODUR 2 2

20 MYDUKUR 3 4

21 PRODDUTUR 2 4

22 PORUMAMILLA 2 2

23 PULIVENDULA 2 2

24 RAYACHOTI 2 2

25 RAJAMPET 2 3

26 VEMPALLI 2 2

REGION TOTAL 24 32

27 KURNOOL ADONI 2 2

28 ALLAGADDA 2 4

29 ATMAKUR(k) 2 2

30 BANAGANAPALLE 2 2

31 BETAMCHERLA 1 1

32 DHONE 2 2

33 KODUMURU 1 1

34 KOYALKUNTLA 2 2

Page 33: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

35 KURNOOL 3 9

36 MGBS/HYD 2 4

37 MANTRALAYAM 1 1

38 NANDIKOTKUR 2 2

39 NANDYALA 3 5

40 OBS/KURNOOL 1 1

41 PATTIKONDA 2 2

42 RAJAVIHAR Jn 1 1

43 SRISAILAM 3 6

44 YEMMIGANUR 2 2

REGION TOTAL 34 49

45 CHITTORE CHENNAI 2 3

46 CHITTORE 3 3

47 HOSUR 1 1

48 KRISHNAGIRI 1 1

49 KUPPAM 2 2

50 MANGALAM 1 1

51 MADANAPALLE 3 3

52 PUNGANUR 2 2

53 PALAMANERU 2 2

54 PILERU 2 2

55 PUTTUR 2 2

56 SRIKALHASTHI 2 2

57 SATYVEEDU 2 2

58 TIRUPATHI 3 5

59 VINNAKOTA 1 1

60 VELLORE 2 2

REGION TOTAL 31 34

61 PRAKASHAM ADDANKI 2 3

62 CHIRALA 2 3

63 GIDDALUR 2 3

64 KANDUKUR 2 3

65 KANIGIRI 2 2

66 MARKAPUR 2 3

67 ONGOLE 3 4

68 PODILI 2 3

REGION TOTAL 17 24

69 NELLORE ATMAKUR(N) 2 2

70 GUDUR 2 2

71 KAVALI 2 3

72 NELLORE 3 6

73 KRISHNAPATNAM 2 2

74 NAIDUPETA 2 2

75 PADAKOLU 2 2

Page 34: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

76 RAPUR 2 2

77 SULLURPET 2 2

78 UDAYAGIRI 2 2

79 VENKATAGIRI 2 2

80 VAKADU 2 2

REGION TOTAL 27 29

81 KRISHNA AUTONAGAR 2 2

82 AVANIGADDA 2 2

83 GUDIVADA 2 4

84 GANNAVARAM 2 2

85 JAGGIAHPET 2 2

86 MACHILIPATNAM 2 4

87 NUZIVEEDU 2 2

88

PNBS/VIJAYAWADA Two locations in Arrival and Departure Blocks

6

18

89 TIRUVURU 2 2

90 VIDAYADHARAPURAM 2 2

91 VUYYURU 2 2

REGION TOTAL 26 42

92 GUNTUR BAPATLA 2 3

93 CHILKALURIPET 2 3

94 GUNTUR 3 8

95 MACHERLA 2 3

96 MANGALAGIRI 2 3

97 NARSARAO PET 2 5

98 PIDUGURALLA 2 3

99 PONNUR 2 3

100 REPALLE 2 3

101 SATTENAPALLE 2 3

102 TENALI 2 3

103 VINUKONDA 2 3

REGION TOTAL 25 43

104 WEST GODAVARI BHIMAVARAM 3 4

105 ELURU 3 8

106 JANGAREDDYGUDEM 2 2

107 KOVVURU 2 2

108 NIDADAVOLU 2 2

109 NARSAPURAM 2 2

110 PALAKOL 2 3

111 TANUKU 2 2

112 TADEPALLIGUDEM 2 3

REGION TOTAL 22

28

Page 35: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

113 AMALAPURAM 3 4 114 ANNAVARAM 2 2

115 EAST GODAVARI ELESWARAM 2 2

116 GOKAVARAM 2 2

117 JAGGAMPET 2 2

118 KATHIPUDI 2 2

119 KADIYAPULANKA 2 4

120 KAKINADA 3 6

121 MALKIPURAM 2 3

122 RAMACHANDRAPURAM 2 2

123 RAJAMAHENDRAVARAM 3 9

124 RAVULAPALEM 2 2

125 RAZOLE 2 3

126 SAMARLAKOTA 2 2

127 TUNI 2 3

128 YERRAVARAM 2 2

REGION TOTAL 35 50

129 VISAKHAPATNAM ANAKAPALLE 3 3

130 GAJUWAKA 2 3

131 MADDILAPALEM 2 2

132 MADHURAWADA 1 1

133 NAD/VISKHAPATNAM 1 1

134 MARSIPATNAM 2 2

135 PADERU 2 2

136 PURNA MKT/VSP 2 2

137 VISKHA STEEL CITY 2 2

138 DBS /VISAKHAPATNAM 3 6

REGION TOTAL 20 24

139 NORTH EAST COASTAL

REGION

PALKONDA 2 2

140 PALASA 2 2

141 PARVATHIPURAM 2 2

142 SRIKAKULAM 3 4

143 SRUNGAVARAPU KOTA 2 2

144 SALURU 2 2

145 TEKKALI 2 2

146 VIZIANAGARAM 3 5

REGION TOTAL 19

21

Page 36: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

OTHER LOCATIONS PROPOSED

1 HYDERABAD L.B.NAGAR 3 3

2 KPHB COLONY 3 4

3 JEEDIMETLA 2 2

4 BHEL 3 3

5 RANIGUNJ 2 1

6 MJ MARKET 2 3

7 CHENNAI PARRYS MARKET 3 6

8 PADI, AMBATTUR INDL. AREA 2 2

9 BANGALURU KALASI PALEM MARKET 3 3

10 PEENYA INDUSTRIAL AREA 3 4

11 VIJAYAWADA ONE TOWN 3 8

12 GOLLAPUDI 2 3

13 AUTO NAGAR 2 2

14 GANGUR 2 2

TOTAL 38 46

GRAND TOTAL 350 480

Page 37: TENDER NOTIFICATION NO: C2/541(23)/2017 · PDF fileTENDER NOTIFICATION NO: C2/541(23)/2017-DyCTM(C-2), Dt: 15-05-2017. ... CHIEF TRAFFIC MANAGER (C & P) e- TENDER DETAILS 1. Department

ANNEXURE – 3 CONFIGURATION OF HARDWARE

1. PERSONAL COMPUTERS (Lenovo / HP / Compaq / Dell) Intel Pentium Dual Core G630 or better processor Intel H61 or better chipset on OEM Motherboard 4 GB RAM Expandable up to 8 GB 500 GB HDD Internal DVD Writer 1 Parallel / 1 Serial / 6 USB Ports USB Keyboard & USB optical Mouse 18.5” LCD/LED Monitor IPV6 enabled 10/100/1000 Mbps NIC (on board / add on)

MS Windows Operating System 2. Laser Printers (A4 size Mono) (HP / Canon / Samsung / other reputed brand) Print speed (Normal) : 14 ppm Print quality (best) : 600 x 600 dpi

Interface : USB

3. UPS Systems of required capacity Online UPS Systems of reputed brand with required battery bank for providing minimum 3 hours backup (The backup has to be planned duly taking into account the power cuts imposed from time to time and availability of Generator Sets) 4. 9-Pin 80 Column Dot Matrix Printers Make : Epson / TVSE / WeP Print Speed : 250 cps at 10cpi High Speed Draft Mode Interface : Parallel and USB 5. 9-Pin 136 Column Dot Matrix Printers Make : Epson / TVSE / WeP Print Speed : 300 cps at 10cpi High Speed Draft Mode Interface : Parallel and USB 6. Surveillance camera

1/3" HDRIS Sensor, 700 TVL IR Dome , Day & Night with ICR, 3.6 mm fixed lens, DC 12V, IR range : 10 ~ 15 Mtrs.

7. DVR 4 (or 8 based on requirement) Channel DVR, H.264 Compression, Real Time Recording @ D1 Resolution, 1 Channel Audio, 1 SATA, HDMI, No Remote Control, No Panel, no PTZ Control, No Alarm, 1 TB SATA Surveillance HDD

-oOo-

29


Recommended