Amendment No.1 to Bidding Document. IFB NO- ITS-KSRTC-Mysore/2010/Tender Notice No.001 Date:

Similar documents
Section III - Evaluation and Qualification Criteria (Without Prequalification)

Section III Evaluation and Qualification Criteria (Revision 1)

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

Date: 5 th November Loan Agreement Number: [ID-P 268] IFB Number: [MM3-CBS-TVE (P2L1)

C E Y L O N E L E C T R I C I T Y B O A R D

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.


MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

BIDDING DOCUMENT (SINGLE-STAGE) Issued on: 04 th January for the. Procurement of

5.Section 5 - Specimen Forms

RFQP Part II draft Concession Agreement

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

QUERIES & RESPONSES DATE

INVITATION FOR QUOTATION. TEQIP-III/2018/mnitj/Shopping/5

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB)

BIDDING DOCUMENTS. for. Procurement of. Eastern Peripheral Expressway ITS Installation Project. Invitation for Bids PART 1 - Bidding Procedures

Procedure for appointment of new franchisees at places outside the State of Karnataka. Eligibility Criteria. Appointment Procedure:

Development of ICT Infrastructure in HPPWD and HPRIDC

NOTICE INVITING TENDER (NIT)

I. General 1. Project information:

Office of the Executive Engineer, National Highway Division No.VII, KOLHAPUR.

Terms of Business for PRO.ECN.MT4 Account

Scheme rules for Facilitating Exporter s participation in trade fairs

Belghoria Divisional Office, 5/5, B.T. Road,Kolkata Short Tender Notice Inviting Tender No. BTO/ 095/ SBSTC dated

Thirteenth Kerala Legislative Assembly Bill No. 325

IN THE HIGH COURT OF KARNATAKA AT BANGALORE. DATED THIS THE 9th DAY OF JULY 2014 PRESENT THE HON'BLE MR. JUSTICE N. KUMAR AND

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

Center For Journalism & Mass Communication Visva-Bharati Santiniketan

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Section 4 - Bidding Forms

Terms of Business for STANDARD and NANO Accounts

documents and evaluation of bids), monitoring of implementation, evaluation of operations and maintenance, and post-commissioning stages of a project.

Terms of Business for STANDARD and NANO Accounts

Terms of Business for ECN Accounts

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

Terms of Business for PRO.ECN.MT4 Accounts

Section 4. Bidding Forms

CORPORATION BANK HEAD OFFICE, PANDESHWAR MANGALORE Date: January 16, 2014 PREMISES DIVISION. For procurement of 200 Nos.

Tender for the purchase of Biometric Equipments in CSE Department

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

CONTRACT NO: LKDD- 02

H P Power Transmission Corporation Ltd. (A State Govt. Undertaking) *Press Tender Notice* (E-Tendering Mode Only)

Terms of Business for ECN.MT4 & NDD.MT4

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of

SCREEN: SCR-2 SCREEN: SCR-3

INDIAN INSTITUTE OF TECHNOLOGY MADRAS Chennai Telephone : [044] /9760 FAX : [044] /

Corrigendum 2. Modifications in the Tender Document

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Terms of Business 11 th April 2016 TERMS OF BUSINESS

RANCHI MUNICIPAL CORPORATION

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

SCHEDULE OF PRICES CONTENTS PRICES FOR SUPPLY OF PROPRIETARY ITEMS PRICES FOR MANDATORY SERVICES SCHEDULE OF PERSONNEL RATES- ADDITIONAL SERVICES

A D D E N D U M - 02

THE MYSORE PAPER MILLS LTD (A Government of Karnataka Undertaking)

NOTICE INVITING TENDER (e-tender)

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Section VIII. Special Conditions of Contract

Details of the tender can be obtained from our website (

J A M M U & K A S H M I R S T A T E R O A D T R A N S P O R T C O R P O R A T I O N J&K SRTC BIDS FOR

ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor

Tender for Supply and installation of Desktop Computers SECTION I

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

INTERNATIONAL GARMENT FAIR ASSOCIATION

4. A bid Security of US $1, must be submitted along with the bid.

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

MT4 ECN ZERO ACCOUNT TERMS OF BUSINESS V 3

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

INDIAN INSTITUTE OF TECHNOLOGY MADRAS Chennai

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Determination of Value of Supply

Master Bidding Documents Procurement of Goods and User s Guide

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

INTERNATIONAL GARMENT FAIR ASSOCIATION

Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action)

No change in RFP. No change in RFP. EMD of unsuccessful bidders shall be returned on conclusion of this process. No change in RFP

Instructions to Bidders DATA SHEET

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI INVITATION FOR QUOTATION. TEQIP-III/2017/NITT/Shopping/33

Will it be submitted with Technical bid, if yes please provide format for the same?

RFP DOCUMENT FOR OPERATING AC SKY BUSES

TELEPHONE: , FAX:

Procurement of Goods

14 New legislation Taxation (International Investment and Remedial Matters) Act 2012 Budget 2012

Scheme Name: "Himachal Pradesh Universal Health Protection Scheme" Pre-Bid Queries & Responses

INDUSTRIAL EXTENSION BUREAU

TENDER DOCUMENT OF PURCHASE OF: Free Wheel Ratchet Bearing - NSS 30. M/s. Address. Details of Contact person in SPMCIL regarding this tender:

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

INVITATION FOR BIDS. Technical Bid: Interested bidders must present the technical bids outlining the following information:

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

ORDINANCE NO. BE IT ENACTED BY THE PEOPLE OF THE CITY OF LEESBURG, FLORIDA, that:

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

Notice Inviting Tender (NIT)

Approved Vendors List

San Francisco Paratransit

Regulations for trading operations

Transcription:

Amendment No.1 to Bidding Document IFB NO- ITS-KSRTC-Mysore/2010/Tender Notice No.001 Date: 04-06-2010 The s are requested to note the following amendments for the bidding documents. Sl. Existing Provisions of bidding document Amendments to Bidding Document 1 - The Implementing Vendors (IV) are required to meet the functional specifications provided in the Functional & Technical s section. All the technical specifications for hardware and software are illustrative in nature and the IV is free to propose solutions as long as the solution meets the functional specifications. 2 Minimum Specifications for LED/LCD Display Units Parameter1: Minimum and maximum viewing distance and angle of viewing (where the display screen looks DOT-FREE!) Minimum : Minimum Specifications for LED/LCD Display Units Parameter1: Minimum and maximum viewing distance and angle of viewing (where the display screen looks DOT-FREE!) Minimum : Viewing distance 3-30 meters Viewing distance 3-30 meters Minimum 150 V 60 H Minimum 60 V 150 H. 3 Minimum Specifications for LED/LCD Display Units Parameter3: Resolution in terms of number of pixels (X by Y) and the pitch between pixels for the display character Minimum of 32 X 32 pixels with a pitch of 30 mm per character 4 Page No. 163 Training Strength is blank 5 Page No. 155 VMU Point d- VMU should have at least IP54 or higher protection classification according to IEC 60529. 6 Section-6 Section-6 Minimum Specifications for LED/LCD Display Units Parameter3: Resolution in terms of number of pixels (X by Y) and the pitch between pixels for the display character Minimum of 32 X 32 pixels. Pitch can be 7-10 mm. Page No. 163 Strength: The estimated number of staff to be trained is 750 Drivers, 500 Conductors, 275 Driver cum Conductors, 60 Central Control Station Staff, 10 Depot Operators/Managers and 20 IT Systems Staff. Page No. 155 VMU Point d- VMU should have at least IP65 or higher protection classification according to IEC 60529.

Servers and Accessories in CCS Page No. 148-150 7. Text in the Bidding Document Page No. 125 Servers and Accessories in CCS Page No. 148-150 The minimum number of processors for various servers listed under Server specifications under E-2-a will be as listed in table 12. The point no.6 to be deleted. Section-6 - Functional and Technical s B. Business s B1-a. ITS Objectives Commuters 6. Integrate solutions with Advanced Fare Collection solutions (in subsequent phase) 8 Page No.126 B1-b. Meeting Stakeholder s Travelers at the bus stops/stations Information availability on Seat Availability to be deleted. Electronic ticket sale machine and fare collection system to be deleted. 1. Information availability on Bus routes (Bus Numbers: Starting Destination Point en route stops), Schedule of the buses ETA/ETD, Seat availability, approximate travel time in at least two languages English and Kannada, point to point bus fares, types of buses AC/Non-AC/Non-stop routes etc; accessibility to such Information should be both visual and audio enabled. 2. Electronic ticket sale machine and fare collection system. 9 Page No. 145 - Section-6 Provision for Disaster Recovery to be incorporated The selected bidder will be required to

make arrangements for disaster recovery at a site other than that at KSRTC headquarters. The following critical systems Passenger Information system, Central Control Station, Automatic vehicle location information sub-system must be functional within 8 hours from the beginning of an event which prevents the system from being used. In addition, there should be some provision for restoring full functionality of all systems within one week. It is the responsibility of the bidder to establish DR centre at his cost. The choice of technology and location is left to the bidder to meet the performance s. 10 Page No. 115 Sec. V SCC 37. Insurances (GCC Clause 37) GCC 37.1 ( c ) The Supplier shall obtain Third Party liability insurance for an amount of Rs. One million (USD 20,000). The insured parties will be citizen and organization. The insurance. The Insurance shall cover the period commencing from the date of the contract till the effective date of the expiry of the contract 11 Page No. 34 Bid Data Sheet Page No.115 Sec V SCC 37. Insurances (GCC Clause 37) GCC 37.1 ( c ) The Supplier shall obtain Third Party liability insurance for an amount of Rs. One million (INR. 1,000,000) / US Dollar Twenty Thousand (USD 20,000) The insured parties will be citizen and organization. The Insurance shall cover the period commencing from the date of the contract till the effective date of the expiry of the contract. Page No. 34 Bid Data Sheet BDS, ITB 6.1 (a) stands replaced as per table 1, 2, 3 and 4 attached herewith.

Factor 1. Eligibility a) Nationality Nationality in accordance with ITB 4.1. b) Bank Ineligibility Not having been declared ineligible by the Bank as described in ITB 4.5 c) Government Owned Entity d) Ineligibility based on a United Nations resolution or Borrower s country law Compliance with conditions of ITB 4.3 Compliance with conditions of Section III BDS, ITB 6.1(a) Qualification Table-1 All s combined Existing or intended must meet Existing must meet Existing must meet Each At least one

Factor Table-2 2. Historical Contract Non-Performance (a) History of nonperforming contracts Non-performance of a contract did not occur within the last 3 (three) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted. by to past All s combined Each by to past At least one (b) Pending Litigation All pending litigation shall in total not represent more than fifty percent (50%) of the s net worth and shall be treated as resolved against the. by to past by to past

Table-3 Factor 3. Financial Situation All s combined Each At least one (a) Historical Financial Performance Submission of audited balance sheets or if not required by the law of the bidder s country, other financial statements acceptable to the Employer, for the last 3 [three] years to demonstrate the current soundness of the bidders financial position and its prospective long term profitability. (b) Average Annual Turnover Average Annual Financial Turnover of at least INR 250 million in the last three consecutive financial years Twenty percent (20 %) of the Fifty percent (50%) of the

Table-4 Factor 4. Experience All s Each combined At least one Specific Experience a) The bidder should have been an IT solution provider for the transportation sector for the last 5 years as on date of bid opening. s s requireme nts N/A b) The bidder should have successfully deployed the proposed solution in a minimum of two Transport organizations with at least 100 buses in public or private sector environment in India or outside the country. s s of all characteristics N/A for one characteristic The technical and experience qualifications of Subcontractors can count for the provision of the following key components: I. Automatic Vehicle Location Tracking Network System. II. Passenger Information system. III. Setting up the Central Control Station including the network systems. IV. Providing the GSM/GPRS connectivity c) The ability of the company to support the implementation and maintenance of the systems hosted at Mysore, India, either through s or by itself. The company should be willing to establish project and services support office at Mysore over the period of the project and provide appropriate training to personnel identified by KSRTC for its efficient ITS operations. s s N/A s