Reply to Pre-Bid Queries for Supply of micro-ATM based

Transcription

Reply to Pre-Bid Queries for Supply of micro-ATM based
SR.
No.
RFP Pg
No.
RFP Rule No RULE DETAILS
1
12
3 Prequalification / Eligibility Criteria.
Point-6. - OEM
2
35
41 Sub-letting Pre-Conditions. Point -7
(Relation)
3
9
2 Objectives of RFP
QUERIES/SUGGESTIONS/CLARIFICATIONS
Response
Since the project involves operational support & services at field apart from hardware supply & Please refer revised
maintenance, SI with Authorization of OEM should be allowed to bid wherein SI should be
Prequalification / Eligibility
responsible for overall delivery and project manintenance point of view and OEM should be
Criteria of the RFP.
responsible for all hardware support & spare supply. If not lead bidder, at least, players having
strong field presence and capability of offering solid logistical support should be allowed to be
part of CONSORTIUM during bidding so as to get commitment on logistical support. This is a
very crucial component for the project success nd cannot be left to the OEMs who themselves
are not comfortable with delivering this without a Logistical Support partner. Also, there are
various states like Gujarat, AP, MP which have come up with similar kind of requirement for
large scale deployment of devices at FPS where SI has been allowed to bid apart from OEMs.
In case of sub-letting (now requesting Consortium), Relation with the agency should be
bonafide Whole Seller/ Sole distributor/ Authorised dealer of the equipment being quoted in
this bid. We request to also consider authorization for the given project from OEM for this
role.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
When will the Application Development RFP be published? After the device is selected or in
parallel? Since device app is closely linked with device OS platform and peripherals, we request
to keep Application Development as part of this RFP. Also, there could be 3 potential different
bidders / devices and application for each of the device will need to be taken up separately so
it's advisable to keep that in scope of this RFP. Normally, this is the practice followed by other
states and government projects like AP-PDS, Gujarat PDS, Chhattisgarh PDS, MP PDS,
Department of Post etc.
It is envisaged that by the time of
delivery of the PoS devices, the
device application would be
ready.
As per RFP
4
11
5
6
3 Prequalification / Eligibility Criteria.
Considering the project value of 53 cr, Turonover criteria should be higher. Also, the project
Point-2. (Financial Turnover) & Point-4 experience & Turnover criterai is same - there should be a reasonable difference in the two
(Technical Capability)
criteria and the Project experience should be smaller than Turnover
-
9
-
2 Project Profile
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
Considering overall deployment of 26500 devices, only players (Consortium partners who will
offer logistical support in case of a consortium) having significant experience of supplying
Micro ATM compliant HHTs (10,000+ Device in last 3 years) should be allowed to bid. Also,
relevant experience of supplying devices for PDS should be included like 500+ Devices should
be supplied for PDS
As per RFP
PIN Pad required for interoperable PIN based Rupay Txn on Micro ATM?
PIN pad is not a part of the
specifications, As per RFP
Refer Annexure-3 of the
Amended RFP
7
56 Annexure-3
Technical Specifications
1D barcode reader is must? What is the proposed use of that device?
8
56 Annexure-3
Technical Specifications
Can soft keypad (on touchscreen) be considered OR hard key pad is must?
Hardkey pad is must, As per RFP
9
10
11
12
13 11
14 11
56 Annexure-3
17 4.C
6
Technical Specifications
If GPRS & WiFI is available, then Ethernet and PSTN can be made optional considering the
Please refer Annexure-3 of the
device deployment at FPS level. Or you can split this requirement based on connectivity. So in amended RFP
locations with good connectivity, the Govt should not insist on all options
Projetc Deliverable, Milestone & Time T=0 should be either issuance date of work order OR readiness of applciation whihever is later. Please refer Scope of Work of
Schedule
More time should be given for the first order. The order should be broken up into smaller parts the Amended RFP
for the first time order
1 Estimated Procurement Cost
Estimated Project Cost Budget of Rs 53 cr. Is exclusive of manpower ? What is the split ?
Project cost includes entire
scope of work. As per RFP
16 4.A.2.b
PreQualification/
Eligibility
PreQualification/
Eligibility
CriteriaTechnical
Capability
Monitoring Setup
Payments to BC/DC will be on actuals means based on number of BC/DC deployed at the rate Please refer to Scope of Work of
mentioned in the Financial bid - pls confirm that it doesn’t mean whatever is received from
the Amended RFP
Govt need to be paid to BC/DC as there will be some supervisiory level & project management
expenses to be recovered from these payments
Consortium in any form is not allowed Looking to the complexity of project, requesting you to allow Consortium Partner up to Two Please refer revised
(Lead bidder & Consortium Partner).
Prequalification / Eligibility
Criteria of the RFP.
The bidder must have successfully Requesting you, kindly ammend the clause like:
Please refer revised
completed at least one similar project The bidder/ Consortium Partner must have successfully completed at least one similar project Prequalification / Eligibility
comprising of Service Delivery using comprising of Service Delivery using Handheld devices in PSUs, Banks, Autonomous bodies, or Criteria of the RFP.
Handheld devices in PSUs, Banks, Government Departments, of amount not less than INR 17.00 Crores during the last three
Autonomous bodies, or Government financial years i.e. April 2011-March 2014.
Departments, of amount not less than OR
INR 17.00 Crores during the last three The bidder/ Consortium Partner must have successfully completed at least two similar
financial years i.e. April 2011-March projects comprising of Service Delivery using Handheld devices in PSUs, Banks, Autonomous
2014.
bodies, or Government Departments, of amount not less than INR 10.50 Crore (each project)
OR
during the last three financial years i.e. April 2011-March 2014.
The bidder must have successfully
completed at least two similar projects
comprising of Service Delivery using
Handheld devices in PSUs, Banks,
Autonomous bodies, or Government
Departments, of amount not less than
INR 10.50 Crore (each project) during
the last three financial years i.e. April
2011-March 2014.
15 12
PreQualification/
Eligibility
Criteria -OEM
The Bidder should be Original
Equipment Manufacturer (OEM) of
quoted product (make & model) and
the product is manufactured in India.
As per RFP
Requesting you, kindly ammend the clause like:
The OEM must be a registered company Have registered office in India for last five financial
years.
AND
The OEM must have a service centre in India.
16
14
Scope of work Develop /Print User manual
Since the application is developed by RISL, the User manual has to be developed by RISL and
manage its distribution.
Request to revise: The Bidder should be Original Equipment Manufacturer (OEM) of quoted
product (make & model) or Authorised Parter of the OEM and the product is manufactured in
India.
Refer scope of work of the
amended RFP
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
17
12
Eligibility
Criteria
OEM: The Bidder should be Original
Equipment Manufacturer (OEM) of
quoted product (make & model) and
the product is manufactured in India.
18
14
4.a Scope of
work
The scope of work is divided into two
major parts:
a) Supply, Installation and
Commissioning of the Hand-Held
Terminals (POS)
b) Integration of front-end and backend Application Software for both PDS
and e-Mitra (being
developed seperately by DoIT&C/ RISL)
c) Operational & Technical Support
Services
19
14
4.1.ii
Deploy the latest version of the device The application provided by RISL would be installed on the PoS. Application update and version Refer scope of work of the
applications developed by RISL on the control will be the responsibility of RISL.
amended RFP
PoS devices and also make all the
configurations requried for using
theses applications on
PoS devices
As per RFP
Scope of the RFP are as follows:
a) Supply of the PoS devices only
b) PoS device application and back end software will be provided by the RISL
c) Device SDK will be provided by the supplier of the PoS
Since the front end and back end applications are developed by RISL, integration needs will be
taken care of by RISL.
If any other integration work needs to be undertaken it will be extra effort and the same will
be chargeable.
20
16
4.2.a.iii.h
Provide all patches and update for
system software, APIs, SDK and
provide onsite technical manpower
support in using SDK and APIs for
access and usage
of User department application
residing in central server.
Please clarify: PoS application and back end software is developed by RISL. RISL will need to
manage the device application updates (suggested method automatic).
21
17
C.c.1
Please clarify: who will certify. 30 days delivery timeline has dependency of the PoS application Bidder has to ensure that the
to be supplied by RISL.
application is pre-loaded and
tested on the device.
As per RFP
22
9
Project Deliverables, Milestones and
Time Schedule:
Delivery of tested devices (at all
desired locations) preloaded and
tested with developed application
software
Delivery of cash (e-mitra) and
application development Magstripe
card +Bank PIN
23
11
3.PREQUALIFICATIO
N/ ELIGIBILITY
CRITERIA
24
15
2. Operational Toll free.
& Technical
support.
We assume that application development both clinte side and server side are in the scope of
purchaser and all the certifications associated with it will be in the scope of purchaser itself.
We assume that bidder would provide SDK and required training to the application
development team.
Refer scope of work of the
amended RFP
Refer scope of work of the
amended RFP
Average annual turnover of the Bidder Keeping in view of the project size and value we feel that thebidders should have atleast 100 cr As per RFP
from IT/ITeS including hardware and
trun over in the last 3 years combined. This will help in smooth execution of the project due to
Software services during last three
the bidders fianacial stablity and expereince.
financial years (2010-11, 2011-12, 201213) as per the last published audited
balance sheets should be at least
Rs.17.00 Crores
Since Bidder cannot estimate the calls and hence the costing (the FPS owners might also use
Refer scope of work of the
and missuse or abuse the facility of Toll Free number) and we suggest to have Call Center with amended RFP
Mobile Number not toll free number and even if OEM has Toll Free, we assume that the toll
free number would be given only to Fare Price Shop owner.
25
17
4. C.c.1
T1= T0 + 30 days T0 is the date of
Will the total devices will be installed in one single phase. Or what is the project road map.will Refer Pg 28, clause 29) of the
providing the corresponding/ individual the department will place the total order in one single slot.
RFP
work-order (under the Rate Contract)
to the successful bidder
26
56
Annexure 3 A Bar Code Reader Should have 1D
barcode and QR reader
27
56
Annexure 3 A Interface USB 2.0 or higher (full speed), Device gets 5 volts supply through USB where as internal Thermal printer requires 7 volts.
the USP port should support device
There fore we request the department to consider and deleat charging through USB.
battery charging through any other
USB charging
source. Additional RS-232 port may be
optional.
Please refer Annexure-3 of the
amended RFP
28
56
Annexure 3 A Communication :Terminal shall support We suggest to have either of alteast 2 communication modules instead of all communication
GSM networks with GPRS, Wi-fi,
modules in all devices depending upon given area as it increases the cost. Please note that
Ethernet, PSTN (integrated ports)
PSTN can be provided through ADSL modem where ever required.
Please refer Annexure-3 of the
amended RFP
what is purpose of using bar code scanner and Q R code code in the application flow. If the
purpose of bar code scanner is to read QR code then it can be done using internal camera.
Which is more cheaper than a barcode module. This will be a cost effective solution.
As per RFP
29
49
7.2.e
Penalty for Non-Availability of
Request the department to change the resoultion time from 24 hours to 48 hours or 2 working Refer revised Service level
Operational and Technical Support
days.
Agreement of the RFP
Services: If any device user requests for
personal visit of engineer/ manpower
for technical support and assistance,
the helpdesk operator shall send the
engineer to the desired device location
for
technical assistance/ troubleshooting
and rectification within 24 hours of
logging the request/complaint. A
penalty of Rs. 100 per day shall be
levied to the successful bidder for
delay in engineer reporting to a device
location. Additional penalty of Rs. 500
per hour shall be levied to the
SUCCESSFUL BIDDER if the engineer
does not resolve the problem or
provide working replacement with in
48 hours
30
16
4.2.b
b) Monitoring Setup: The successful
Request the department should specify what is the minimum for District co ordinaters & Block Refer to annexure-20 of the
bidder shall designate dedicated Block Co ordinators.
amended RFP
& District Coordinators (to be
stationed at all block and district
headquarters as per the directions
ofRISL/ User Department) for
management of the project during the
entire project period foexecution, coordination and implementation of the
project and to provide
periodicfeedback and reporting to the
respective Government authorities as
demanded from time to time.
Successful bidder/Agency shall take
permission from RISL before
deployment of Block Coordinators/
District cordinators. Payment towards
Block/ District coordinators shallbe on
actuals. The detailed roles and
responsibilities of the above staff are
as under:
31
others
ROHS
To encourage enviroment protection we advise to use Lead Free electronic hardware as
mandated by BIS and STQC. This now required for all electronic Hardware items in India.
32
others
Sealing
Request you to add IP 51 . IP 51 will ensures protection against water & Dust, considering local Refer Amended RFP
field conditions, especially in Desert Area.
33
others
Other points
Provision to connect Solar UPS may be suggested due to local power condtitions.
As per RFP
As per RFP
34
11
3.1).4. - Pre- Technical Capability:
We assume that the experience of Spot Billing System projects using Handheld machines can Please refer revised
Qualification The bidder must have successfully be shown to satisfy this criterion. Please confirm.
Prequalification / Eligibility
Criteria
completed at least one similar project
Criteria of the RFP.
comprising of Service Delivery using
Handheld devices in PSUs, Banks,
Autonomous bodies, or Government
Departments, of amount not less than
INR 17.00 Crores during the last three
financial years i.e. April 2011-March
2014.
OR
The bidder must have successfully
completed at least two similar projects
comprising of Service Delivery using
Handheld devices in PSUs, Banks,
Autonomous bodies, or Government
Departments, of amount not less than
INR 10.50 Crore (each project) during
the last three financial years i.e. April
2011-March 2014.
35
12
36
11
3.1).6. - Pre- OEM: The Bidder should be Original We request the dept. to allow the SI partners to bid for this tender representing the Original
Qualification Equipment Manufacturer (OEM) of Equipment Manufacturer (OEM).
Please refer revised
Criteria
quoted product (make & model) and
Prequalification / Eligibility
the product is manufactured in India.
Criteria of the RFP.
3.1).1. - Pre- Legal Entity: Consortium in any form is We request the dept. to allow consortium of two members to have more bids in competition.
Qualification not allowed.
Please refer revised
Criteria
Prequalification / Eligibility
Criteria of the RFP.
37
11
Average annual turnover of the Bidder
from IT/ITeS including hardware and
Software services during last three
3.PREfinancial years (2010-11, 2011-12, 2012- Keeping in view of the project size and value we feel that thebidders should have atleast 100 cr
QUALIFICATIO 13) as per the last published audited
trun over in the last 3 years. This will help in smooth execution of the project due to the
Please refer revised
N/ ELIGIBILITY balance sheets should be at least
bidders fianacial stablity and expereince. We also request the department to add 50 Cr postive Prequalification / Eligibility
CRITERIA
Rs.17.00 Crores
networth to take up such a big project for successful exection.
Criteria of the RFP.
38
11
The bidder must have successfully
completed atleast one similar project
comprising of Service Delivery using
Handheld devices in PSUs, Banks,
Autonomous bodies, or Government
Departments, of amount not less than
INR 17.00 Crores during the last three
financial years i.e. April 2011-March
2014.
OR
The bidder must have successfully
completed atleast two similar projects
comprising of ServiceDelivery using
Handheld devices in PSUs, Banks,
Autonomous bodies, or
Government,Departments, of amount
not less than INR 10.50Crore (each
Request to eloborate the term service delivery.
project) during the last three financial We request you to also add domain specific experience Like deploying 4000 devices for any
years i.e. April 2011-March 2014.
Food and Civil supply directly.
As per RFP
Other points
As per RFP
39
others
40
12
Chapter-3: Pre- The Bidder should be Original
qualification/ Equipment Manufacturer (OEM) of
Eligibility
quoted product (make & model) and
Criteria
the product is manufactured in India.
Devices should be tested at NABL Labs or the OEM should have inhouse test labs
OEMs always try to use their core-competence and focused on design and manufacturing their
products, to invite more competition kindly allow authorized resellers/partners/system
Please refer revised
integrator to bid on behalf of the OEMs.
Prequalification / Eligibility
Criteria of the RFP.
41
11
Chapter-3: Pre- Technical Capability: Successful
qualification/ completion of projects
Eligibility
Criteria
42
11
Financial:
Turnover
43 56
44 56
45 56
ANNEXURE-3:
TECHNICAL
SPECIFICATIO
NS
ANNEXURE-3:
TECHNICAL
SPECIFICATIO
NS
ANNEXURE-3:
TECHNICAL
We request you to alter the requirement to “multiple Purchase Orders of value of 10 lacs or
above each, executed either directly or indirectly through business partners”. We suggest that
for technical capabilities, the bidder may be requested to provide details of their design and
manufacturing setup along with technical capabilities of the personnel involved.
As per RFP
We find that the PO value to prove technical capability (17 crs single PO) and the financial
turnover asked for here, i.e, 17 crs are co-incidentally same. We would suggest that the Please refer revised
Prequalification / Eligibility
tenderer ask for the company turnover to be minimum three times of the project cost.
Criteria of the RFP.
Min. 1 GSM SIM slot and dual SAM
Software upgrades can be done through OTA (Over the Air)/ GPRS connection to secured FTP
slots for software upgradation in
site, USB drives and even through Ethernet ports. We request the tenderer to allow use of USB
device
drive and Ethernet ports for software upgrade and not make it mandatory for the device to Please refer Annexure-3 of the
Amended RFP
have SAM slots.
Integrated Thermal Printer (57 mm
For such devices it is logical to have printers separated from the main block of the device.
width, 10 lines/ sec). Multilingual
Printer being a mechanical device that has parts that moves and so drains out batteries very
printing capability
fast, as a result the device would not function for a full day on a single charge. Linking this
device with a wi-fi or bluetooth printer with the FPS will ensure the main device and the
printer work longer. Since the tenderer is anyways asking for wi-fi enabled device, we request
Please refer Annexure-3 of the
for a change in this specification.
Amended RFP
51 Keys QWERTY Keypad with options May we request the tenderer to limit this requirement to full QWERTY plus function keys, Please refer Annexure-3 of the
Amended RFP
for alpha numeric input
which is normally 49 keys, instead of 51.
Should be at least Rs. 17.00 Crores
46 56
47 17
48 53
ANNEXURE-3:
TECHNICAL
SPECIFICATIO
4 C (a) Table
under: SCOPE
of WORK,
Timelines,
Deliverables
ANNEXURE-1:
Aadhaar
Authenticatio
n Framework
Display: 3.5” or better
T1= T0 + 30 days T0 is the date of
providing the corresponding/individual
work-order (under the Rate Contract)
to the successful bidder
Benefits of Authentication: 3(b)
“Aadhaar based authentication of the
vigilance officers/inspectors/auditor
combined with time stamping & GPS
tracking can strengthen the vigilance &
accountability activities
The IBA Micro ATM standards ask for viewing of last 10 transactions without vertical scrolling.
We believe having a 5” + screen for such use will be beneficial for the project.
As per RFP
Since the delivery will include (1) testing of h/w, preloading of device application, testing of
that and also trainings to FPS, the timeline of 30 days after each PO needs to be relooked. We
request you to kindly provision 60 days as T1 for every repeat order and T1 = 90 days for the
Please refer scope of work of the
first order.
Amended RFP
What is expected in this device to strengthen the authenticatication process in terms of its
location? Please clarify.
For your reference, IBA’s MicroATM standards documentation calls for ability of the device to
locate itself in terms of its latitude/longitude.
Refer Amended RFP
49
It is suggested to change it as ARM CORTEX A8 PROCESSOR, because in cortex A8, 1GHz
processor, dual core is not required which just drains the battery and there is no added
advantage in running the application.
In ARM cortex A8 processor there is no dual core, it is dual issue. They need to mention CortexA8 processor dual-issue superscalar, achieving twice the instructions executed per clock cycle
at 2 DMIPS/MHz. Go thru the below link and definition.
56 Annexure 3
Processor - ARM CORTEX A8 DUAL
CORE
The ARM Cortex-A8 processor is highly-optimized by ARM for performance and power
efficiency. With the ability to scale in speed from 275MHz to 1.35GHz, the ARM Cortex-A8
processor can meet the requirements for power optimized devices with a power budget of less
than 300mW and enables performance-optimized consumer applications requiring greater
than 2500 Dhrystone MIPS. Compared to the ARM11 core, the Cortex-A8 processor is a dualissue superscalar, achieving twice the instructions executed per clock cycle at 2 DMIPS/MHz.
Whitepaper link
http://www.ti.com/lsds/ti/arm/sitara_arm_cortex_a_processor/sitara_arm_cortex_a8/overvie
w.page?paramCriteria=no&intc=searchrecs&keyMatch=CORTEX%20a8%20dual%20core&tisear Please refer Annexure-3 of the
Amended RFP
ch=Search-EN
50
56 Annexure 3
RAM 256 MB
It is suggested to change it as 512 MB RAM, because for cortex A8 processor min 512 MB is
required to run the application faster
56 Annexure 3
FLASH 1 GB
To be changed to 4 GB FLASH
In future if we need to add any other applications in the same POS machine, we require
minimum 4GB flash
51
Please refer Annexure-3 of the
Amended RFP
Please refer Annexure-3 of the
Amended RFP
52
To be changed to 45 KEYS OR HIGHER
56 Annexure 3
KEYBOARD 51 KEYS
53
45 Keys covering all required alphabets, functional keys including separate numeric keys
Please refer Annexure-3 of the
Amended RFP
To be changed to
56 Annexure 3
54
56 Annexure 3
FINGER PRINT SENSOR STQC CERTIFIED STQC CERTIFIED OPTICAL FINGERPINT SENSOR
FINGERPINT SENSOR
Capacitive sensor doesn't not work in dirt and sweaty fingers. For FPS shops are more dirt area
due to grain. Also there is no indication in capacitive sensor when to place the finger and when
to remove the finger.
EXACT PHYSICAL SUBMISSION WITH TENDER WITH EXISTING SOFTWARE
Sample Submission
Sample is required to avoid the vendors who import the products from china and labeling with
their name.
55
56 Annexure 3
56
8
57
11
58
15 4-A-1-viii
Bluetooth
Bluetooth shall enable direct input of weight from weighing scale, ensuring that no misleading
of quantity is done by the shopowner
Please refer Annexure-3 of the
Amended RFP
Please refer Annexure-3 of the
Amended RFP
As per RFP
2 The micro-ATM bank-led model allows The different service and maintenance resources are required for different form factors. It is
online interoperable financial inclusion therefore suggested to consider mentioning acceptable form factor(s), which may either be the
transaction at Hand-Held Terminals conventional PoS terminal or Tablet PC based solution.
(POS, Tablets, etc.) through the
business correspondent of any bank
using the Aadhaar authentication.
As per RFP
3 Eligibility criteria: Consortium in any In order to obtain more competitive price, the consortium (para 1) may please be allowed, and
form is not allowed.
the technical capability (para 4) and financial capability (para 2) of either consortium partner Please refer revised
may be allowed. One of the consortium partner should be the OEM of the quoted product Prequalification / Eligibility
Criteria of the RFP.
(para 6).
The infrastructure shall be provided by The infrastructure shall be provided by RISL or to be arranged by the successful bidder?
Attendance sheet of these trainings
shall be maintained and submitted to
the RISL/department.
Please refer scope of work of the
Amended RFP
59
11
60
15 2.a
61
67 -
62
56 Annexure 3,
Para A
63 Annexure Bar Code
Reader
3A
64
Annexure
3A
Interface
4 Technical Capability: The bidder must
have successfully completed at least
one/two similar project comprising of
Service Delivery using Handheld
devices in PSUs, Banks, Autonomous
bodies, or Government Departments,
of amount not less than INR
17.00/10.50 Crores during the last
three financial years i.e. April 2011March 2014.
Help Desk Support
The similar project with matching quantities/value are in the initial phase in the country.
Moreover, the point-of-purchase (PoP) equipments may also be considered with the point-ofsale (PoS) equipments. Accordingly, the implementation of multiple orders of PoS/PoP projects
of Rs. 4 Crore each may be considered.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
It is suggested to use existing State Helpdesk set-up of DoIT&C for handling the calls. The
Please Refer scope of work of
support staff shall be provided by the vendor.
the amended RFP
Financial Bid Format
As explained during the pre-bid meeting, the scope of work includes Supply & Installation,
Monitoring Setup and Helpdesk support. It is therefore suggested to include Helpdesk support
in the Financial Bid format.
The Helpdesk operation is to be started within 30 days of receiving the first work order. Thus
the period for Help Desk support operation may not be defined. The Helpdesk support may be
included on per man-month basis.
As per RFP
Communication - Terminal shall The requirement of Wi-Fi connectivity in the technical specifications may please be
support GSM networks with GPRS, Wi- reconsidered in view of data security aspects.
fi, Ethernet, PSTN (integrated ports)
As per RFP
Bar code reader should have
1D barcode and QR reader
USB 2.0 or higher (full speed),
the USP port should support device
battery charging through any other
USB charging source. Additional RS-232
port may be optional.
QR can be done through camera
which is cheaper than QR Reader
Terminal shall support GSM networks
with GPRS, Wi-fi, Ethernet,
PSTN (integrated ports)
Conflict in Network
PSTN can be removed
USB port capacity is only 5 Volt. This will not be sufficient to run the other components. Ex:
Thermal Printer will requires 7.7 Volts.
Please remove the USB Charger for this device
Refer Annexure-3 of the
amended RFP
Refer Annexure-3 of the
amended RFP
65
66
67
68
Other
Other
8,9
Other
Other
Page No. 9
-
Devices should be tested under the
NABL Labs or Inhouse Test Lab
Dust resistance is mandetory
in such places like desert areas
Refer Annexure-3 of the
amended RFP
Refer Annexure-3 of the
amended RFP
Refer Annexure-3 of the
amended RFP
PROJECT PROFILE
MSR is essential as per the document
As per RFP
-
69
70
71
56
ANNEXURE-3: TECHNICAL SPECIFICATIONS
MSR is missing in the above document
As per RFP
Is the state of Rajasthan planning to issue Magstripe cards or will the customer be issued
Magstripe casrds by the lead/ operating bank. There is no magstripe proposed in the
Clause 2
Bhamashah card. If No, then the state can do away with Micro ATM specifications and
Project Profile- Micro ATM based HHT and types of
concentrate on PDS transactions with cash transactions of Bhamashah which does not require
Authentication required
Micro ATM compliance.
8 General
Refer Amended RFP
We suggest that the application development should be put in the scope of the bidder. Since
bidder is responsible for front end and back end integration, it will be best suited in te interest
Objective of The RFP for application development is of the project that application development be done by the respective bidder to avoid
being taken out separately.
coordination efforts and delays.
9 this RFP
As per RFP
72
73
74
Average annual turnover of the Bidder
from IT/ITeS including hardware and
Software services during last three
Pre
financial years (2010- 11, 2011-12,
qualification / 2012-13) as per the last published
eligibility
audited balance sheets should be at
least Rs. 17.00 Crores
11 criteria
Pre
OEM: The Bidder should be Original
qualification / Equipment Manufacturer (OEM) of
eligibility
quoted product (make & model) and
the product is manufactured in India.
11 criteria, sub
Dividing quantities among more than
27 Sub clause 23 one bidder at the time of award:
The turnover should be at least Rs. 100 crore for implementing such a huge project at at least
7500 locations.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
We suggest that the RFP should be modified to OEM or its authorized agent. This will allow Sis
to participate as the scope involves delivery, Installation and training at 26,500 locations. The
department can bind one OEM to either participate directly or through one SI only.
Kindly confirm that a single PO will be issued by RISL and the payment will be made by RISL
against the deliveries and as per the milestones mentioned.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
Refer Pg 28, clause 29) of the
RFP
Please refer Annexure-2 of the
amended RFP
56 Annexure – 3 Technical Specification
Compliant Certificate issued by IBA for the device make and model” IBA does not issue any
such certificate. Kindly clarify or allow bidders to submit the self-declaration.
The present specification is not as per NIC, HQ specification. So we request department to
consider standard spec circulated by NIC to all Commissioners and Food Secretary. Please refer
the attached specification for both POS and mobile terminal form factor. (POS specifications
attached)
56 Annexure – 3 Technical Specification
Ethernet, PSTN (integrated ports) a. For fairness, the department should ask for minimum 2
channels of connectivity (which can be 3G, wifi) – ethernet can be enabled thru an adaptor
cable. PSTN speeds will not offer enough bandwidth to carry PDS transactions and application Please refer Annexure-3 of the
updates, device management etc, so ideally mode of transmission should be 3G.
amended RFP
75
55 Annexure – 2 Bill of material, required documents
76
Please refer Annexure-3 of the
amended RFP
77
78
56 Annexure – 3 Technical Specification
79
56 Annexure – 3 Technical Specification
USB 2.0 or higher (full speed), the USB port should support device battery charging through
any other USB charging source. a. The department should mention – one USB OTG port for
charging and data and one full USB A port for connecting some peripheral like pen drive.
Display a. Transreflective is almost proprietary as not many vendors use it, so we request you
to explain the real requirement on field.
Please refer Annexure-3 of the
amended RFP
Please refer Annexure-3 of the
amended RFP
80
56 Annexure – 3 Technical Specification
58 Annexure – 5 Technical Specification
Keypad a. The department should allow touchscreen based qwerty – stylus can be used as well As per RFP
Battery a. The department should allow external battery bank for charging; objective is to
operate the device for 12 hrs
As per RFP
Please refer Annexure-3 of the
SAM a. What is the need of 2 SAMs, 1 SAM can manage sw upgrade authentication
amended RFP
59 Annexure – 6 Technical Specification
Printer a. External BT based should be allowed
60 Annexure – 7 Technical Specification
Barcode reader a. Reading using camera should be allowed
As per RFP
Please refer Annexure-3 of the
amended RFP
61 Annexure – 8 Technical Specification
Safety a. FCC should also be there. BIS should be mandatory
As per RFP
62 Annexure – 9 Technical Specification
Add-on antenna a. Outdated technology. Signal boosting should be done by infra companies.
As per RFP
We are OEMs and we try to use our core-competence focused on design and manufacturing,
while we have appointed distributors, resellers, service partners etc for all market-facing
activities. We believe that our business partners will do a better job than ours if our products
are selected to be supplied, installed, commissioned and serviced.
Kindly allow authorized resellers/partners to bid on behalf of the OEMs.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
Kindly clarify if the OEM is allowed to authorize it resellers to bid on their behalf, as stated in
this reference.
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
81
57 Annexure – 4 Technical Specification
82
83
84
85
86
87
88
The Bidder should be Original
Equipment
Chapter-3: Pre- Manufacturer (OEM) of quoted
qualification/ product (make &
Eligibility
model) and the product is
manufactured in India.
12 Criteria
“…..do hereby
authorize {M/s
__________________________} who is
our {Distributor/ Channel Partner/
Retailer/ Others <please specify>} to
bid, negotiate and conclude the
contract
63 MAF
89
Chapter-3: Prequalification/ Technical
Eligibility
Capability: Successful completion of
projects
11 Criteria
We request you to alter the requirement to “multiple Purchase Orders of value of 10 lacs or
above each, executed either directly or indirectly through business partners”. We suggest that
for technical capabilities, the bidder may be requested to provide details of their design and
manufacturing setup along with technical capabilities of the personnel involved.
As per RFP
Min. 1 GSM SIM slot and dual SAM
slots for software
upgradation in device
We find that the PO value to prove technical capability (17 crs single PO) and the financial
turnover asked for here, i.e, 17 crs are co-incidentally same. We would suggest that the
tenderer ask for the company turnover to be more than just one single order executed of
similar product.
Software upgrades can be done through OTA (Over the Air)/ GPRS connection to secured FTP
site, USB drives and even through Ethernet ports. We request the tenderer to allow use of USB
drive and Ethernet ports for software upgrade and not make it mandatory for the device to
have SAM slots.
Integrated Thermal Printer (57 mm
width, 10 lines/ sec).
Multilingual printing capability
For such devices it is logical to have printers separated from the main block of the device.
Printer being a mechanical device that has parts that moves and so drains out batteries very
fast, as a result the device would not function for a full day on a single charge. Linking this
device with a wi-fi or bluetooth printer with the FPS will ensure the main device and the
printer work longer. Since the tenderer is anyways asking for wi-fi enabled device, we request
for a change in this specification.
90
91
Financial:
11 Turnover
ANNEXURE-3:
TECHNICAL
SPECIFICATIO
56 NS
Should be at least Rs.
17.00 Crores
Please refer revised
Prequalification / Eligibility
Criteria of the RFP.
Please refer Annexure-3 of the
amended RFP
92
93
94
ANNEXURE-3:
TECHNICAL
SPECIFICATIO
56 NS
ANNEXURE-3:
TECHNICAL
56 SPECIFICATIO
ANNEXURE-3:
TECHNICAL
56 SPECIFICATIO
51 Keys QWERTY Keypad with options May we request the tenderer to limit this requirement to full QWERTY plus function keys,
for alpha numeric input
which is normally 49 keys, instead of 51.
As per RFP
Please refer Annexure-3 of the
amended RFP
Display: 3.5” or better
The IBA Micro ATM standards ask for viewing of last 10 transactions without vertical scrolling. Please refer Annexure-3 of the
We believe having a 5” + screen for such use will be beneficial for the project.
amended RFP
T1= T0 + 30 days
T0 is the date of providing the
corresponding/ individual work-order
(under the Rate Contract) to the
successful bidder
Since the delivery will include (1) testing of h/w, preloading of device application, testing of
that and also trainings to FPS, the timeline of 30 days after each PO needs to be relooked. We
request you to kindly provision 60 days as T1 for every repeat order and T1 = 90 days for the
first order.
As per RFP
95
4 C (a) Table
under: SCOPE
of WORK,
Timelines,
17 Deliverables
96
97
Benefits of Authentication: 3(b)
“Aadhaar based authentication of the
ANNEXURE-1: vigilance officers/inspectors/auditors
Aadhaar
combined with time stamping & GPS
Authenticatio tracking can strengthen the vigilance &
53 n Framework accountability activities
What is expected in this device to strengthen the authenticatication process in terms of its
location? Please clarify.
For your reference, IBA’s MicroATM standards documentation calls for ability of the device to
locate itself in terms of its latitude/longitude.
Refer Amended RFP
55 Annexure-2
Request to include Iris scanner
As per RFP
Bill of Material