request for proposal (rfp) for core pds (centralised...
TRANSCRIPT
1
Request for proposal (RFP)
For
Selection of supplier and system integrator
For
CORE PDS
(Centralised Online Real-time Electronic PDS)
in
Raipur, Chhattisgarh
Ver 1.0
Release Date 13.05.2011
2
Table of Contents
Sr. No Title Page No.
1 Acronyms and abbreviations 3
2 Important Information 5
3 PROJECT BACKGROUND 6
4 CORE PDS (Centralized Online Real-time Electronic PDS) 6
5 The essential components of the CORE PDS 7
6 Benefits of CORE PDS 8
7 Project Objectives 8
8 INSTRUCTIONS TO BIDDERS (ITB) 9
9 SCOPE OF WORK 17
10 EVALUATION CRITERIA 19
11 Technical Evaluation 20
12 Financial Evaluation 20
13 Payment Terms 21
14 Annexure I -Technical Specification of Hand Held Devices 22
15 Annexure II – Details of Application in Handheld device 23
16 Annexure III – Specifications of Smart Cards 27
17 Annexure IV 28
3
.
1.1 Acronyms and abbreviations
Abbreviation Description
GOI Government of India
CGSCSC/NAN CG State Civil Supplies Corporation
DGS&D Director General Of Supply and Disposals
POS Point of Sale Device
SCOSTA Smart Card Operating System for Transport Application
Standard for any Smart card Application from NIC
MD(CGSCSC) Managing Director (CGSCSC)
DSR Daily Sales Register
HO Head Office
HOD Head of Department
PDS Public Distribution System
MKSY Mukhysmantri Khadya swahayata Yojana
BPL Below Poverty Line
APL Above Poverty Line
DO Delivery Order
TC Truck Challan
BG Bank Guaranty
DD Demand Draft
Cr Crore (Rs.)
L Lacs (Rs)
KL Kilo Litre
SRS Software Requirement specification
MIS Management Information system
FPS Fair Price Shop
4
IOCL Indian Oil Corporation Limited
BPCL Bharat Petroleum Corporation Limited
HPCL Hindustan Petroleum Corporation Limited
GPRS General Packet Radio Service
NIC National Informatics Centre
RFP Request for proposal
EMD Earnest Money Deposit
FCS Food and Civil Supplies
SDK Software Development kit
CDMA Code division multiple access
5
1.2 Important Information
A. Schedule of Dates
S.No. Events Date
1. Start date for issuance / sale of RFP Document 13.05.2011
2. Last date for Submission of Queries 26 .05.2011
3. Pre-Bid Conference 26.05.2011
12:00 Noon
4. Issue of Pre-bid minutes 03.06.2011
5. Last date for issuance/sale of RFP Document 30.06.2011
3:00 PM
6. Last date and time for Proposal submission & closure
of tender box
30.06.2011
3:00 PM
7. Date and time of opening of Pre-Qualification bids 30.06.2011
3:30 PM
• Note: RFP can be purchased on any working day between 11:00 AM to 5:00 PM from Start
date of issuance to last date and time of issuance.
B. RFP Document Fees
INR 3,500/- (INR Three Thousand five hundred only) through Demand Draft or Bankers Pay
Order from a nationalized / scheduled bank, drawn in favour of “Commissioner, Food Civil
Supplies & Consumer Protection”, payable at Raipur.
In case RFP document is downloaded through internet, document fee should be paid and
receipt should be taken from CGSCSC. The receipt/DD should be available along with the Pre-
Qualification Bid form.
C. Earnest Money Deposit
INR 3,00,000/- (INR Three lacs only) through Demand Draft from a nationalized /scheduled
bank, drawn in favour of “Chhattisgarh State Civil Supplies Corporation Limited”, payable
at Raipur.
D. Contact Person’s Address for correspondence and clarifications
Commissioner
Directorate of Food & Civil Supplies
B – 39 / 7
In front of Nagar Nigam Pani Tank
New Rajendra Nagar
Raipur
Fax: (0771) 4023379
Email: [email protected]
6
2. PROJECT BACKGROUND
2.1 Introduction
A. Background
Chhattisgarh has been successful in computerizing the whole supply chain and achieved most
of the envisioned objectives. Supply chain computerization has helped increase transparency,
accountability and efficiency. This computerisation includes
� Unified Ration Card Database
� Automated Allotment
� Online, real-time inventory management at warehouses
� SMS Alerts & Reports in public domain
� Call centre and Complaint Monitoring System
Chhattisgarh is now ready to implement CORE PDS.
B. CORE PDS (Centralized Online Real-time Electronic PDS)
. What is CORE PDS and how it works?
CORE PDS is ultimate technical solution to solve most of the problems associated with PDS.
CORE PDS is to de-link beneficiary from FPS and give the beneficiary choice of selecting FPS
where from she wants to take her ration. The FPS in CORE PDS has a POS device/Kiosk
(Where ever POS device is mentioned in this document it may be read as POS/Kiosk) and all
beneficiaries of that FPS shall have smart cards. Those FPSs who are ready with connectivity,
smart cards and POS device shall be in CORE PDS. The beneficiaries from these FPSs can
take their ration from any of the FPSs in CORE PDS. The following procedure will be
followed to issue PDS commodities to a beneficiary in FPS in CORE PDS.
� Beneficiary swipes the card, selects the family member and places the finger print
� Member Name, Finger print , card number is sent to the central sever
� If the beneficiary has bio metric details and opted for bio-metric authentication the
details are sent to ADHAAR server for authentication.
� Once card is authenticated, available balance commodity details are shown in the POS
� FPS enters commodities being issued with his card swiping
� The quantities are deducted from the balances on central server and success report is
given to POS for further processing
� SMS is given to the registered mobile (if any) with the card with the transaction details
7
FPSs in CORE PDS will be periodically replenished by the commodities sold in that period.
C. The essential components of the CORE PDS :
CORE PDS Software
CORE PDS software works like CORE banking software. A valid card holder can go to any
FPS in CORE PDS and take her ration. CORE PDS software maintains PDS beneficiary
accounts, allows state governments to add their card holders’ entitlements every month as per
their norms and allows beneficiary withdraw her entitlements from any FPS in CORE PDS.
Biometric authentication would be optional. If either state government or beneficiary opts for
biometric authentication after ADHAAR of opted beneficiaries are ready, the software sends
ADHAAR and fingerprint to ADHAAR server for authentication. Once the card is
authenticated the transaction will be allowed. FPSs are replenished periodically with the
commodities sold.
This software shall be developed by NIC. The selected Supplier and Solution Integrator
(Vendor) is not responsible for the development of software. Vendor is responsible for the
development of POS application to talk to CORE PDS software.
SMART CARD
Smart Card shall have Ration Card number, family member details, issue date etc. Space shall
be reserved for storing finger prints of the family members and other welfare scheme details.
FPS in CORE PDS
FPS which is ready with all its beneficiaries smart cards issued , POS device and GPRS or wired
connectivity can be part of CORE PDS. POS device will be registered and beneficiary accounts
will be created in central server. Receipt of commodities at FPS are done through POS device
and recorded on central server. Sale of commodities is through POS device and beneficiary
smart cards. Whenever a beneficiary gets ADHAAR it is updated in central server through a set
procedure. If the beneficiary opts for biometric authentication authentication will be done
through ADHAAR server. FPS shall be replenished periodically with the quantities sold in that
period.
FPS not in CORE PDS
If it is not possible to bring any of the 175 FPSs in CORE PDS at in the first go the FPSs shall
continue issuing PDS commodities manually. Every month, these FPS shall enter their receipt
and sale (i.e FORM C) in CORE PDS using their smart card at warehouse. Or, the FPS works on
off-line mode and updates central server periodically.
8
D. Benefits of CORE PDS
The common problems being faced by a beneficiary at FPS are listed below.
• FPS not opened when the beneficiary wants to take
• Declares ‘no stock’ even when the FPS has sufficient stocks
• Salesperson misbehaves with the beneficiary
• Under weighs the commodity deliberately
• Takes a few rupees extra than chargeable
• Need to spend at least 2 to 3 hours to take ration
• Quality of commodities deteriorated deliberately at FPS
CORE PDS eliminates all the common problems faced by a beneficiary at FPS as it empowers the
beneficiary to go to any FPS in CORE PDS. Beneficiary will now go to a FPS where service is
better. Due to competition service is supposed to be improved. But there are two serous issues to
be considered in CORE PDS.
2.2 Project Objectives
• To de-link PDS Beneficiary with FPS and give the beneficiary choice of selecting FPS where
from she wants to take her ration.
• To create competition between the FPSs to improve their service
• To ensure the PDS commodities reach the right beneficiaries
• To create transparency in the issue of PDS commodities to the beneficiaries
• To study the result of this project as pilot, to roll out the CORE PDS project through out the
state with necessary changes.
Implementation Model
• The project shall cover all the 175 FPS located in Raipur city serving about 75,000 BPL and
75,000 APL beneficiaries.
• Smart Ration cards shall be printed and issued to 75,000 BPL beneficiaries, before the start of
CORE PDS.
9
• Smart Ration Cards for APL beneficiaries shall be printed and issued on the beneficiary’s
request and cost, at the Smart Ration Card Issuing Centres. The issuance of Smart Ration Cards
to the APL beneficiaries shall be taken up with in three months after CORE PDS is
implemented. Till such time, APL beneficiaries shall be issued PDS commodities on
production of paper ration card from the FPS where the card is linked. The transaction shall be
recorded on the POS device with the help of FPS card.
• Each FPS shall be given a POS device/Kiosk with below mentioned features.
o Smart card reader & writer(Contact)
o GPRS
o Numeric Key pad ( Touch screen/ Button based)
o LCD display
o Printer
o Battery operated and chargeable
o Should support Java or any one programming language so that application can be
developed/maintained by NIC or any third party..
o With some amount of internal disk space to store FPS details.
• The Smart Ration Card holder can go to any FPS in CORE PDS and take his entitlements as
per the procedure listed in 2.0.
• The FPS will be replenished periodically with the commodities sold
3 INSTRUCTIONS TO BIDDERS (ITB)
3.1 Definitions
• “Agreement” means the Agreement to be signed between the successful bidder and FCS
Department, Chhattisgarh, including all attachments, appendices, all documents incorporated
by reference there together with any subsequent modifications, the RFP, the bid offer, the
acceptance and all related correspondences, clarifications, presentations.
• “Authorized Representative” shall mean any person authorized by either of the parties.
• “Bidder / vendor” means any firm or group of firms (called consortium) offering the
solution(s), service(s) and /or materials as required in the RFP. The word Bidder/vendor when
used in the pre-award period shall be synonymous with parties bidding for this RFP, and when
used after award of the Contract shall mean the successful party with whom FCS Department,
Chhattisgarh, signs the agreement for rendering of services for implementation of this project.
• “Contract” is used synonymously with Agreement.
10
• “Default Notice” shall mean the written notice of Default of the Agreement issued by one
Party to the other in terms hereof.
• “Law” shall mean any Act, notification, by law, rules and regulations, directive, ordinance,
order or instruction having the force of law enacted or issued by the Central Government
and/or the Chhattisgarh Administration or any other Government or regulatory authority or
political subdivision of government agency.
• “Party” means FCS Department or Bidder, individually and “Parties” mean FCS Department
and Bidder, collectively.
• “Proposal / Bid” means the Pre-Qualification, Technical and Commercial Proposals all
together, i.e., complete proposal for the implementation of CORE PDS as per the scope given
in this document.
• “Request for Proposal (RFP)” means this document and its annexure etc., seeking a set of
solution(s), services(s), materials and/or any combination of them.
• “Requirements” shall mean and include schedules, details, description and statement of
technical data, performance characteristics and standards (Indian & International) as applicable
and specified in the RFP.
• “SCOSTA” means Smart Card Operating System for Transport Applications, a standard being
developed by NIC for interoperability of Smart Card applications across the country.
• “Termination Notice” means the written notice of termination of the Agreement issued by
one Party to the other in terms hereof.
3.2 Invitation to bid
FCS Department, Chhattisgarh invites Bids from the organizations that are willing to take such
project and can deliver value to the Department of Food & Civil Supplies, Chhattisgarh. More
than one organsiation can form a consortium to participate in the tender. But one company can
not be member of more than one consortium participating in the tender.
The bidders will need to submit their comprehensive bids – Pre-Qualification bid, Technical
bid and financial bid – in three separate sealed envelopes, at the address mentioned in Section
“Submission of Bids”. The details of scope of work, technical requirements and formats for
submission of bids have been given in the subsequent sections.
3.3 Contents of Invitation to Bid
Invitation to Bid (ITB) document consists of:
� This RFP document
� Annexure to this document
11
� Pre-Qualification Bid Form
� Technical Bid Form
� Financial Bid Form
� Any other corrigendum that FCS Department, Chhattisgarh might release on a later date
Wherever the term “Invitation to Bid” is referred, it should be considered as inclusive of all
the documents mentioned above.
3.5 Licensed Products and Services
The selected vendor would be required to obtain license/authorization for any software or
hardware or services to fulfill its performance obligations under this contract. In case of any
infringement on this by vendor, FCS Department will not be responsible for the same.
3.6 Concessions Related to Government Projects
At no stage of the project, FCS Department, Chhattisgarh would provide any form or
certification or undertaking, which the bidders/the selected vendor might ask for getting
concessions / benefits in various activities due to government related work.
3.7 Cost of Proposal
The vendor shall bear all costs associated with the preparation and submission of its Proposal,
and the department will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the proposal process.
3.8 Site Visit
The bidder may visit the office of the FCS Department and at various other field locations at his
own cost with the prior permission of the department.
3.9 Clarification of RFP Documents
A prospective vendor requiring any clarification of the RFP documents may notify FCS
Chhattisgarh in writing, either by post, fax or email, at the following address, before the date
and time mentioned in the 1.2 A Schedule of Dates.
Commissioner
Directorate of Food & Civil Supplies
B – 39 / 7
In front of Nagar Nigam Pani Tank
New Rajendra Nagar
Raipur
Fax: (0771) 4023379
Email: [email protected]
12
3.10 Pre-Bid Conference
It is proposed to schedule a pre bid conference on the date and time mentioned 1.2 A Schedule
of Dates. The bidders are requested to attend this pre bid conference to seek clarifications in
matters related to the project or the bidding process of this project.
The pre bid conference shall be held at the CG State Civil Supplies Corporation HQ, Raipur.
However, non-attendance at the Pre-Bid Conference will not be a cause for disqualification of
a vendor but, separate queries from such vendors will not be entertained at any later stage.
The bidders are requested to send their queries as per schedule to make such conference more
productive. Queries received after the set time limit shall not be considered in the pre bid
conference.
3.11 Amendment of RFP Documents
At any time prior to the deadline for submission of Proposal, the Department may amend the
RFP documents by issuing suitable Corrigendum. Any corrigendum issued in this regard shall
be uploaded on website http://chattisgarh.gov.in and will be communicated through
email/written letter to those companies who have already purchased the RFP document.
To give reasonable time to the vendors, so that they can take corrigendum into account in
preparing their Proposals, the Department/FCS shall extend (if necessary), the deadline for
submission of Proposals.
3.12 Preparation of Proposal
3.12.1 Language of Proposal
The Proposal, and all correspondence and documents related to the Proposal exchanged
by the vendor and the Department should be in English or Hindi. Supporting documents
and printed literature furnished by the Vendor may be in any language other than English
or Hindi provided they are accompanied by an accurate translation of the relevant
passages in English or Hindi language. Supporting material, which is not translated in
English or Hindi, will not be considered for evaluation. For the purpose of evaluation and
interpretation of the bid proposal, the English or Hindi language translation shall prevail.
3.12.2 Currencies of Proposal and Payment
The currency (Rs) of the Proposal offer and the payments shall be in Indian Rupees
(INR).
3.12.3 RFP Document Fee
13
The bidders are required to purchase the RFP from the office of CG State Civil
Supplies Corporation, Hitawad Prangan, Avanti Vihar Colony, Tele Banda, Raipur on
any working day as per the schedule (as mentioned in Important dates) between 11
AM to 5 PM, by depositing demand draft/ bankers pay order of Rs. 3,500/- (Indian
Rupees Three Thousand Five Hundred Only), drawn on a nationalized / scheduled bank
and in favour of “Commissioner, Food Civil Supplies & Consumer Protection”,
payable at Raipur, towards non-refundable and non-transferable RFP document fee.
In case RFP document is downloaded through internet, document fee should be paid and
receipt should be taken from CGSCSC. The receipt/D.D should be available along with
the Pre-Qualification Bid form.
3.12.4 Proposal Validity
The Bids shall be valid for a period of minimum “SIX MONTHS” from the date of
submission of the bid. On completion of the validity period (6 months), in case required,
Department of FCS, Chhattisgarh, may solicit the vendor’s consent to an extension of the
period of validity. The request and the responses thereto shall be made in writing by post
or email. 3.12.5 Earnest Money Deposit – EMD
The Vendor shall furnish, as part of its bid, a refundable EMD comprising of demand
draft of Rs. 3,00,000/- (Indian Rupees three lacs only). The demand draft should be
drawn on a nationalized / scheduled bank valid for 180 days and in favour of
“Commissioner, Food Civil Supplies & Consumer Protection”, payable at Raipur,
The bid will be disqualified if the EMD is not submitted along with the pre-qualification
proposal. Unsuccessful bidder’s bid security will be released as promptly as possible as
but not later than 60 days after the award of the contract to the successful vendor. The
successful vendor will sign the Contract and deposit required security deposit payable to
CGSCSC at Raipur.
No interest will be payable on the amount of the EMD. The EMD may be forfeited in
following cases:
• If a vendor withdraws his bid or increases his quoted prices during the period of
bid validity or its extended period, if any; or
• In the case of a successful vendor, if it fails within the specified time limit to: o Sign the Agreement or, o Furnish the required security deposit.
3.12.6 Guidelines for Filling Financial Forms
14
The bidders should submit their financial bid in the specified formats only. No changes
would be allowed in the financial bid on account of foreign exchange fluctuations and
changes in local taxes, duties, levies, rate of inflation etc.
3.12.7 Documents Comprising the Proposal
The proposal submitted by the Bidder shall comprise the following documents:
• Vendor’s response to pre-qualification requirements as set forth in Section 5.1
of this RFP. Relevant annexure and statements as per Form 1 given in Annexure
9.1 with this RFP should be used for submitting the proposal.
• Earnest Money Deposit (EMD) of Rs. 3,00,000/- (INR Three Lacs only) shall
be enclosed in the envelope having original pre-qualification document
proposal.
• RFP document fee in the form of DD or receipt of RFP document fee from
CGSCSC shall be enclosed in the envelope having original pre-qualification
document proposal.
• Technical Proposal including all the technical forms, as attached in Annexure
9.2 of the RFP Document, duly filled on each page along with all
attachments/schedules duly completed and duly signed by the authorized
signatory of the Bidder/consortium.
• The Bidder's Financial Proposal in the format given in 9.3 duly signed by the
authorized signatory of the Bidder/consortium.
• Any other information that is to be submitted during the course of Proposal
process.
All sections in the bid should be adequately flagged and numbered.
3.12.8 Format and Signing Of Bid
The Vendor shall submit the proposal in 3 parts, first part comprising the Pre-
qualification bid format as given in Form 1 (Annexure 9.1), Technical Proposal providing
the information as per Form II (Annexure 9.2) and the Financial Proposal in the given
format in Form III (Annexure 9.3).
The vendor will submit one original set of the documents comprising the parts of the
proposal as described in RFP, bound with the section containing the Form of Proposal
and Appendix to Proposal..
Pre-qualification proposal , Technical Proposal and Financial Proposal shall be placed in
separate sealed envelopes as follows:
Envelope 1 – Pre-qualification proposal
Envelope 2 – Technical Proposal
15
Envelope 3 – One Hard copy of Commercial Proposal
The envelopes of Pre-qualification, Technical and Financial Proposals shall be placed
into an outer envelope and sealed. This outer envelope shall bear the submission address,
reference number and title of the RFP, and be clearly marked “Do not open before the
scheduled date and time”. FCS shall not be responsible for misplacement, losing or
premature opening if the outer envelope or envelopes of any of the three proposals are
not sealed and/or marked as stipulated. This circumstance may be case for Proposal
rejection. If the Proposal is not submitted in a separate sealed envelope duly marked as
indicated above, this will constitute grounds for declaring the Proposal non-responsive.
The copies of the Proposal shall be signed by authorized person of the vendor. All pages
of the proposal, where entries or amendments have been made, shall be initialed by the
person or persons signing the Proposal. All signatures on the letters / certificates
attached with the Bid document shall be dated suitably.
3.12.9 Address of Submission
The bids duly completed as per the instructions given in this documents and the
amendments issued if any, shall be submitted to the following address on or before the
last date of bid submission.
Managing Director CG State Civil Supplies Corporation,
Hitawad Prangan
Avanti Vihar Colony
Tele Banda
Raipur
492007
3.12.10 Deadline for submission of proposals
Proposals must be received by FCS at the address specified in the RFP not later than
scheduled date and time. The Client may, in exceptional circumstances and at his
discretion, extend the deadline for submission of Proposals by issuing a Corrigendum or
by intimating all vendors who have purchased the RFP document, in writing by post or
email. In this case, all rights and obligations of the FCS and the vendors previously
subject to the original deadline will thereafter be subject to the deadline as extended. 3.12.11 Late Proposals
Any Proposal received by FCS Chhattisgarh after the deadline for submission of
Proposals prescribed in RFP will be summarily rejected and will be returned unopened to
the Vendor.
16
3.12.12 Modifications and Withdrawal of Bids
The Vendor may modify or withdraw its Bid after the Bid's submission, provided that
written notice of the modification or withdrawal is received by FCS Chhattisgarh prior to
the deadline prescribed for submission of Bids.
The Vendor’s modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in accordance with the provisions of this Section. A withdrawal notice may
also be sent by fax or email but should be followed by a duly signed confirmation copy
(in original) not later than the deadline for submission of Bids.
No Bid may be modified subsequent to the deadline for submission of Bids. No Bid may
be withdrawn in the interval between the deadline for submission of Bids and the
expiration of the period of Bid validity specified by the vendor on the Bid Form.
3.12.13 Right to Accept and Reject the Bid
Notwithstanding anything contained in this document, Commissioner, FCS Chhattisgarh,
reserves the right to accept or reject any bid/s. Department also reserves the right to
cancel the bid process at any time prior to signing the contract and department will have
no liability for abovementioned actions. 3.12.14 Corrupt or Fraudulent Practice
In the event of the bidder engaging in any corrupt or fraudulent practices during the
bidding process, by the judgment of the FCS Department, Chhattisgarh, the bid will be
rejected.
For the purpose of this clause:
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value
to influence the action of a FCS Department official in the selection process. It also
includes bringing undue influence through any quarter or interfering directly or indirectly
in the selection process to affect its outcome.
“Fraudulent Practice” means a misrepresentation of facts in order to influence selection
process to the detriment of the FCS Department.
3.12.15 Limits on Promotion
The vendor shall not perform any kind of promotion, publicity or advertising etc. at the
FCS Department and its field offices through any kinds of hoardings, banners or the like
without the express prior written consent of FCS Department, Chhattisgarh.
17
4 SCOPE OF WORK
4.1 Introduction
� Supply and maintenance of 225 nos (The number may vary ) Point of Sale (POS)
devices/Kiosks as per the specification given an Annuxere-I.
o POS devices should confirm to the minimum specification given in Annuxere-I
however higher configuration or different configuration may be accepted at the
desecration of the department.
o POS should run on standard operating system like Linux or Windows. Non
standard o/s will not be accepted.
o POS device should be rugged enough to be handled in roughest condition.
o POS device should be capable of running without power supply through mains
for minimum six hours.
� Supply of SDK for any standard language to develop application on the POS device.
o SDK must have necessary functions to access smart cards, GPRS, Screen,
printer and memory etc. The convenience in writing the code shall have
weightage in the evaluation.
� Development of application software to run on POS
o The application software shall be developed by the vendor as per the use cases
given by the NIC. (Refer Annexure-II for sample. Details will be given at the
time of issue of purchase order)
o The application along with the source code will be handed over to the
department for its acceptance.
o The accepted application module shall be pre-installed in all the POS devices by
the vendor before their delivery.
� Supply and Personalization of about 75,000 smart cards to be issued to BPL
beneficiaries of Raipur city, as per the specification given by NIC. Some smart cards
will be issued to operators of other schemes like MDM, ICDS, and Social Welfare
Hostels etc. to take ration from FPS. Another 75,000 Smart Cards shall be personalized
and printed by the vendor to issue to APL beneficiaries after 1 to 3 months of
successful run of CORE PDS. In case the CORE PDS is not operational because of any
reason, order for supply and personalization of these 75,000 cards to APL beneficiaries
will be canceled.
o Smart Cards should be SCOSTA compliant. Smart Card vendor should produce
necessary certificate from NIC, New Delhi, to that extent.
o Smart Cards should be as per the specifications given in the Annexure-III.
18
o Vendor should provide necessary software (along with source code) to
personalize and enable the smart cards.
o Printing, Personalization of Smart Cards in the first instance shall be
responsibility of the vendor.
o Replacement of lost smart cards and issuance of smart cards to the new users
after first lot of issuance shall be responsibility of the department. Vendor shall
provide necessary software to personalize and enable smart cards and transfer
necessary knowledge to the department FCS/NIC.
o Necessary security measures shall be taken in the smart card personalization so
that the smart cards can not be cloned or read by unauthorized persons.
o Personalization of the smart cards shall be done in the premises of directorate of
food. The hardware and software used for the personalization and printing shall
be handed over the department after finishing the personalization of first lot of
smart cards. The same will be used by the department for preparing new smart
cards or replacing lost smart cards. Necessary training to the department shall
be imparted by the vendor.
4.2 Maintenance
� The vendor will be providing onsite AMC for a period of minimum 5 years after one
year from the date of supply of the devices, on the request of FCS. The supplied POS
devices shall be under warranty in the first year. FCS may or may not give AMC to the
same vendor. If FCS department decides to give AMC to the successful bidder the
bidder is required to accept the AMC at the quoted rate.
� The vendor shall have authorized person for maintenance whose offices are located in
Raipur.
� The vendor shall maintain minimum 5% of the devices with his authorized vendors for
maintenance located in Chhattisgarh for replacement of faulty devices without losing
any time.
� The faulty device is required to be repaired or replaced within 48 hours of the
complaint.
� The scope of hardware support services will include preventive and corrective
comprehensive maintenance and cover installation, on-site diagnosis and resolution of
hardware faults in response to the reported problems. Vendor will also resolve all the
hardware problems detected during routine operational support activities and will
ensure that the problems are resolved by repair or appropriate replacement as and when
required.
19
5 EVALUATION CRITERIA
5.1 Pre Qualification Evaluations *
S.No. Criteria Document for
verification
1 Whether document fee receipt or demand draft
towards the document fee is attached?
Receipt/DD
2 Whether demand draft for EMD is attached and
proper?
D.D.
3 Whether vendor or partner has relevant experience
(Supply of POS devices & smart cards and related
application development and implementation)
available?
• (Total Work in the last 3 years above 3
crores ) The technologies considered for
calculation of value of the work include –
application development and
implementation using smart cards/POS
devices/ Biometrics and other related
technologies.
• Work orders being executed will also be
considered for calculating experience,
provided the work orders have been issued
before 01.03.2011 and work is in proress.
Copy of Work
Orders/Completion
Certificates duly
flagged.
4 Whether vendor or partner has supplied more than
1,00,000 smart cards in the last 2 years?
• Work orders being executed will also be
considered for calculating experience,
provided the work orders have been issued
before 01.03.2011 and work is in progress.
Copy of Work
Order/Completion
Certificate duly
flagged.
5 Whether specification of POS device meet minimum
requirements?
Self declaration by
vendor as per the
format
6 Whether the POS device has standard operating
system like windows or Linux?
Self declaration by
vendor as per the
format
7 Whether POS device support Unicode? Self declaration by
vendor as per the
format
8 Whether smart cards are SCOSTA compliant? Self declaration by
vendor as per the
format
9 Whether smart card specifications meet minimum
requirement?
Self declaration by
vendor as per the
format
20
5.2 Technical Evaluation
The parties who have been qualified through pre qualification evaluation as per 5.1 shall be
considered for technical evaluation. Technical bids of only those qualified parties shall be
opened. All the qualified bidders are required to give a 30 minute presentation before the
evaluation committee about the features of POS devices, smart cards being used and SDK
available for the application development on POS. All the bidders are also required to give a
demo of the application developed as per the use cases given in Annexure-II before the
evaluation committee under field conditions. Marks shall be allotted by the evaluation
committee to each bidder as per the following criteria
S.No. Evaluation Criteria ( For 35 Marks)
1 The numbers of hours fully charged POS device shall work without power.
3 Ruggedness of the device and suitability to run in an FPS
4 Other special features of the device
5 Functions available in SDK
6 Demonstration of withdrawal at FPS transaction through POS and Smart Card
7 Demonstration of FPS transaction stored on Smart Card when there is no
connectivity and updation in the server when there is connectivity.
8 Demonstration of member details, finger prints and Aadhaar numbers
downloading from server and writing into smart card
9 Demo of remote administration of POS device.
10 Ease of compilation, installation & user friendliness of the demo application.
Bidder should get equal to or more than 20 marks out of 35 Marks in the technical evaluation, to
qualify for financial evaluation.
5.3 Financial Evaluation
The financial bids of the bidders who have been qualified in the technical evaluation shall be opened.
Financial evaluation shall be as per below procedure:
The maximum marks for financial evaluation is 63 Marks.
Cost of POS – A
AMC Cost for one POS – B
Cost of one blank smart card – C
Printing and personalization cost of one smart cart excluding coast of blank card – D
Cost of SDK – E
Cost of application development – F
Number of POS devices required by the department (aprox – 225) – P
Number of smart cards to be personalized and printed (aprox – 75,000) – Q
21
Number of blank smart cards to be supplied (aprox – 5000) – R
Total cost of the project (T) = P x (A+2B) + E + F + Q x (C+D) + R x C
Marks for the financial quote = (Cost quoted by the lowest bidder / Cost quoted by bidder) * 65
The bidder whose total of technical and financial marks is the highest will be awarded the work.
5.4 Payment Terms
1 80% of the cost of POS devices
0.8 * A * P
After supply of POS devices, preloaded with
the application software and accepted by the
department.
2 80 % of the cost of personalized smart
cards.
0.8 * Q * (C+D)
After supply of personalized smart cards to the
satisfaction of the department.
3 Cost of SDK + Cost of Application
Software + Cost of Blank Cards + 10% of
the cost of POS devices + 10 % of the cost
of the personalized smart cards.
E + F + R * C + 0.1 * A * P + 0.1 * Q *
(C+D)
2 Months after successful implementation of
the total application.
4 Remaining Payables
0.1 * A * P + 0.2 * Q * (C+D)
After 1 year successful running of the
application and satisfactory maintenance.
Cost of the APL smart cards shall be reimbursed periodically (at the end of every month)
22
6 Annexure I Technical Specification of Hand Held Devices
( Higher configuration than specified are permitted)
S. No Parameters Specification
i. Micro Processor 32 bit ARM CPU or higher
ii. CPU Speed 70 MHz
iii. Program Memory 16 MB
iv. Data Memory 32 MB
v. LCD 64x128 Pixel graphic display with Back- Light,
vi. Battery Lithium-Ion 1700 to 2100 long life. Light weight suitable for 12
hours operation. Life: 300 cycles
vii. Keyboard Minimum with 19 Keys Keyboard.
viii. Charger AC 180V to 280V charger for 3 to 4 hours charging.
Charging through Truck battery is preferred.
ix. Two Smart Card Slots ISO 7816 compliant contact card & reader Should Support protocols like
3DES; Smart card should be SCOSTA compliant.
x. Communication GSM GPRS or CDMA For Exchange of Data through TCP/IP
with server.
PSTN Modem inbuilt to transfer data through telephone cable
xi. Printer Integrated Thermal Paper Printer (56 mm width, 10 lines/sec).
xii. Cabinet Aesthetically designed
xiii Operating Temperature 0 to 55 degree Celsius
xiv. Humidity 98% RH, None condensing.
xv. Operating System Linux /Windows (Any standard OS)
xvi. Data Ports USB Host & Device & RS 232;
xvii. Protocol TCP/IP / HTTP /HTTPS-
xviii. Carry Case Carry case to house the POS device
xxii Finger Print Capture The device should have capability of capturing finger print
Xxiii Speaker to give audio
response to the
beneficiary.
REMOTE ADMINISTRATION:
The GPRS/ CDMA/ controlled POS device should be capable of getting administered by the server
using remote management techniques. In other words, the server should be able to control the remote
devices for the parameters, application download in to the terminal along with application block.
23
� Device shall support both on line connectivity and batch process capability of transacting data
from the terminal to the remote host.
� In case of failure of device, device should have extendable memory to transfer the transaction
data to online with another terminal/ or export it to the host thru PC environment.
� Device should have full IP protocol stack support to facility the data transfer from the terminal
to the remote host in any form of standard ( TCP, UDP, HTTP)
� Device should support any standard database. The database should be pre-loaded. The cost
should include the cost of the OS and other system software loaded.
� Provision to attach external USB devices like Finger Print Scanner, Memory devices etc.,
� Unicode support for Local Language Support Display & Print.
• If Supplied devices are rejected due to manufacturing defect, they should be replaced with in 3
days at free of cost.
7 Annexure II – Details of Application in Handheld device
There are two kinds of cards. One is issued to 175 Fair Price Shops; another one is to all the
BPL Beneficiaries
Fair Price Shop (FPS) Card
Non editable data
Fair Price Shop ID Text 9
Operating Agency Name Text 120 Unicode
Operating Agency Type Text 20
Cooperative Type Text 20
Village Code/Name Text 30
Urban/Rural Text 5
Block Code/Name Text 20
Village code/Name Text 30
NNN Code/Name Text 30
Ward Code/Name Text 40
District Text 30
State Text 2
Card Created by Text 10
Date of card creation Text 10
Valid up to Text 10
24
Beneficiary Card
Ration Card Number Text(12)
Name of the Ration Card owner Text(50)
Ration Card Type Text (2)
No. of Family Members Number(2)
Head of the Family Name Text (40)
Member1 Name Text(40)
Member2 Name Text(40)
Member3 Name Text(40)
Member4 Name Text(40)
Member5 Name Text(40)
Space for storing maximum 10 members including family head details should be reserved. Each
member’s details include Name, Aadhaar Number and 3 finger print templates. Member Names are
stored at the time of first time issuance. Aadhaar Number, Finger Print details are written at a later
stagfe through POS device. Space should be reserved for storing those details.
Smart Ration Card
Name
Village
Distinct
Ration Card Number
Date of Creation
Date of Validity
25
Use Case I – Entitlement Withdrawal by Beneficiary at FPS
The smart card of beneficiary is inserted in
the POS
Details (Ration Card no, Name) are
displayed on the screen. Member Names
including name of the head are listed for
selecting one member name.
User selects one name who is taking the
entitlements and puts the finger on the
finger print camera. Presses the SUBMIT
button
Ration Card Number, Member Name,
Finger print template, POS ID, FPS Smart
card number, FPS ID shall be sent to the
central server through GPRS. Ration card
number, Member Name, finger print
template, date, POS ID, FPS ID are stored
in a transaction table. Ration Card Number
is searched in the food account table and
balance entitlements are read and displayed
on POS device screen. Text boxes are
displayed against each commodity to enter
commodities to be withdrawn as shown in
the screen 1
User enters the commodities to be
withdrawn and presses SUBMIT button
FPS ID, POS ID, Commodities to be with
drawn, Ration Card number, Smart Card
Number are sent to server through GPRS.
FPS ID, transaction ID. Ration Card
number, Commodities withdrawn are saved
in the transaction table. Food balances are
reduced with the quantities withdrawn.
Success report is displayed on the POS
screen.
User prints the receipt. Handovers the
commodities to the beneficiary.
26
Use Case II – Offline issue when there is no connectivity
It is expected that there may be problems in the connectivity sometimes and online authentication and
check for balance PDS commodities is not possible. In those situations, beneficiary should not be
denied issuance of PDS commodities but should be issue offline.
User selects ‘Offline Issue Button’ System checks for GPRS connectivity and
if there is no connectivity instructs to insert
Beneficiary Card and FPS card.
Cards will be inserted. After authenticating offline that both the
card are genuine cards a screen (Screen 1)
appears asking for entry of PDS
commodities to be issued.
User enters the quantities to be issued and
presses enter.
The quantities should be less than
entitlements as per the type of the
beneficiary card. Receipt is generated after
storing the quantity details with some flag
in the smart card of the beneficiary as well
as on the FPS card with some unique
transaction id.
When beneficiary card flagged to indicate
offline issue, is inserted in any POS in the
system the details are to be updated in the
central server, if the transaction has not yet
been updated from FPS card. Beneficiary
card offline issue flag will be updated.
When FPS card flagged to indicate offline
issue is inserted in any POS with
connectivity all the offline transactions
stored in the card will be updated in the
server. If any transaction has already been
updated from beneficiary card it will not
again be updated. Off line issue flag will be
updated accordingly.
27
Use Case III
Write additional Member details , Aadhaar numbers, finger prints on beneficiary card through
POS device
User inserts Beneficiary card & FPS card
and selects ‘Update Card’
System reads beneficiary Ration Card
number and sends to the central server to
receive data to be updated on the card. The
data typically includes member name,
Aadhaar number and finger prints minutia.
The card will be updated with that data
after verifying the card number. The details
updated will also be displayed on the POS
screen.
8 Annexure III – Specifications of Smart Cards
• Microprocessor based Integrated Circuit(s) card with contacts and with 32 KB EEPROM
for Data Storage
• Compliant with ISO/IEC 7816-1,2 & 3 and SCOSTA 1.2b with all latest errata and
addendum (ref. http://scosta.gov.in)
• Must have a valid SCOSTA compliance certificate from NIC
• Supply voltage 3V or 5V – nominal
• Protocol T=0 or T=1
• Data retention for minimum 10 years
• Minimum 300,000 E2 PROM write cycles should support Windows, Linux & support
standard development environment eg. JAVA, C, VB etc
• Chip Temperature Range -25°C to +70°C
28
9 ANNEXURE 4 9.1 Form I – Pre- Qualification Proposal
9.1.1 Covering Letter for Pre-qualification bid Performa Date – dd/mm/yy
To,
Commissioner
Directorate of Food & Civil Supplies
B – 39 / 7
In front of Nagar Nigam Pani Tank
New Rajendra Nagar
Raipur
Subject: Proposal for Selection of Supplier and System Integrator for Implementation CORE
PDS in Raipur city.
Dear Sir,
Having examined the RFP document, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer services as required and outlined in the RFP for the same. The details sought by the
organization to evaluate the vendor’s technical and financial capacity to implement the project are
provided in the pre-qualification bid. All the details required for pre-qualification have been provided in
the specified formats and have been substantiated with support documents as required.
Sincerely yours,
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
29
9.1.2 Bidder’s profile
(To be filled by vendor / each partner in case of consortium)
S. No. Particulars Details Page no.
(for Any
attachme
nt)
1. Name of the firm
2. Registered office
address
Telephone number
Fax number
3. Correspondence
address (if different
from the above
address)
4. Details of the
Contact Person
(name, designation,
address)
Telephone number
Fax number
5. Is the firm
registered under
Indian Companies
Act
1956/Society/NGO?
Year and Place of
the establishment of
the
30
Company/Society/N
GO
6. Service Tax
Registration details
8. Bidder should have
ISO 9001:2000
certification or
must have
implemented any
other Internal
Quality System with
defined Quality
Policy and
Standards. Copies of
the certificates or
brief on Quality
policy & System
being followed to be
provided
9.1.3 Checklist for Pre-Qualification bid
Checklist as provided below should be attached:
S.
No.
Criterion Details Supporting
documents
Yes /
No /
NA
1 EMD
submitted
EMD comprising of demand draft of INR
3,00,000 (Rupees Three Lakhs )drawn on a
nationalized /
scheduled bank valid for 180 days and in
favour of Chhattisgarh State Civil Supplies
Corporation Limited”, payable at Raipur.
Demand draft of
INR
______________
2 Power of
Attorney
• Letter from the lead partner/prime bidder
authorizing the person signing the bid.
Original
authorization
31
• In case of consortium, the authorization
letter should be signed by the partners of
consortium nominating one of the partners
as the lead partner.
letters.
3 Registration
of
company
under
companies
act,
1956/Soceity
/NGO
• Vendor / all the partners (in case of
consortium) should be registered as a
Company//Society/NGO
• Vendor / Lead partner should be in
existence for at least 3 years
Registration
certificate
4 Undertaking
that
company /
all
companies
in case
of
consortium
are
not Banned
or
Blacklisted
Companies
by
Government
Institutions
in India
Self certificate signed by authorized
signatory need to be submitted.
5 PAN details
Copy of the PAN card of the vendor / each
consortium member
Copy of the PAN
card of the vendor
/ each consortium
member
6 Annual
turnover
details
Value of the work undertaken or under
progress more than 3 crores (Technologies
considered for calculation of value of the
work include – application development
and implementation using smart
cards/POS device
Audited Balance
sheets for last 3
years and Work
Orders
7 Smart Card The vendor / one of the consortium Copy of the
32
members should have the authorization to
supply Smart Cards from the manufacturer
of Smart Cards. Also the selected vendor is
required to provide a warranty of at least 6
year data retention on MRZ from the OEM
of the Smart Card.
certificate(s)
8 Vendor / one of the consortium
partner/Smart Card vendor should have
valid SCOSTA certificate from NIC for 32
Kb cards. The SCOSTA certification
should be valid throughout the period of
the contract
Copy of the
certificate
9 Distribution of at least 100000 Smart
cards along with personalization solution
in last 2 yrs.
Self attested
certificate
mentioning the
details of the
volumes of Smart
Card delivered
along with
respective client
names
33
9.1.4 Format for providing Financial Information
(To be filled by vendor or lead partner in case of consortium)
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
S.
No.
Description Amount of works
completed in Apr1
1st 2008 to Mar
31st 2011
Amount of Works
Under Progress
1 Turnover from POS and
Smart Card related
services. (Technologies
considered for
calculation of value of
the work include –
application development
and implementation
using smart cards/POS
devices.
34
9.1.5 Certificate 1 – Compliance for using SCOSTA certified Smart Card product
(On the letter head of the company)
To,
Directorate of Food & Civil Supplies
B – 39 / 7
In front of Nagar Nigam Pani Tank
New Rajendra Nagar
Raipur
Subject: Proposal for Selection of Supplier and System Integrator for Implementation CORE
PDS in Raipur city.
Dear Sir,
This is to certify that M/s. (lead bidder) _ accepts that in the event of acceptance of the bid submitted
by it and subsequent award of order, it shall use only SCOSTA certified Smart Card product (certified
by NIC) towards the fulfillment of the order and shall keep the SCOSTA certificate renewed as per the
latest amendments issued by NIC.
Yours faithfully,
Signature of signing authority with company seal
Name: Date:
Designation: Location:
35
9.1.6 Certificate 2 – From the vendor on company letterhead
To Whomsoever It May Concern
I, authorized representative of ______________________, hereby solemnly affirm the Veracity of
documents submitted as a part of pre-qualification, technical and financial Bid for Selection of
Supplier and System Integrator for Implementation CORE PDS in Raipur city.
In the event of any deviation from the factual information the FCS Department, Chhattisgarh, reserves
the right to terminate the contract without any compensation to the vendor.
Dated:
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Place:
36
9.2 . Technical Details
S.No
.
Criteria To ne
filled by
the
vendor
1 The numbers of hours fully charged POS device shall work
continuously without power.
No. of
hours
2 Special features of the device Specify
Demo application features Feature
added
(Yes/No)
3 Withdrawal from FPS using beneficiary card
4 Beneficiary transaction details updated in the server through
GPRS
5 Off line issue - demonstration
6 Updation of off line issue details in the central server through
beneficiary card, whenever there is connectivity.
7 Updation of off line issue details in the central server through
FPS card, whenever there is connectivity.
8 Writing on Smart Card at a later stage with the details obtained
from server.
9 Demo of remote administration of POS device.
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Place:
.
37
9.3 Financial Details.
Item Price (To be
filled by vendor)
Cost of POS/Kiosk with one year warranty
AMC Cost for one POS /Kiosk (after the first year)
Cost of one blank smart card
Printing and personalization cost of one smart cart
Cost of SDK
Cost of application development
Note:
Number of POS devices required by the department (aprox – 225)
Number of smart cards to printed in a personalized (aprox – 1,50,000)
Number of blank smart cards to be supplied (aprox – 5000)
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder