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.
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.
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
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
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
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
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],
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.
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
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.
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
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.
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.
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
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:
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
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:
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
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.
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
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.
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
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
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
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.
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.
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
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).
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.
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
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.
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
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.
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.
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.
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.
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.
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]
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:
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
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
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.
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.
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
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
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
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.
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
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.
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.
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
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.
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
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
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).
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.
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.
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
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.
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.
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
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:
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.
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.
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
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.
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.
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)
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,
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.
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.
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.
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.
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
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)
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.
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
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.
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
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
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.
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
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:
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.
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:
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.
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.
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
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
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.
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
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.
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
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.
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
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
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
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
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
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
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
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
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.
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:
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
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.
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.
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
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
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.
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
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
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.
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
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,
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)
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----
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)
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.
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
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
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
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
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
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
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
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
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
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
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
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.,
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.
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.
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.
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.
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
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.
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.
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
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.
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
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)
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