Documente Academic
Documente Profesional
Documente Cultură
PROPOSAL [RFP]
Goa Electronics
Ltd. [GEL]
TABLE OF CONTENTS
ANNEXURES
A ANNEXURE “A” (TECHNICAL BID FORMAT) 24
B ANNEXURE “B” (FINANCIAL
FINANCIAL BID FORMAT
FORMAT) 26
C ANNEXURE “C” (LETTER OF UNDERTAKING) 28
D ANNEXURE “D” (SPECIFICATIONS
SPECIFICATIONS FOR DIGITAL FARE METER WITH PRINTER, 30
GPS DEVICE AND PANIC BUTTON ALONG WITH OVER HEAD DISPLAY
DISPLAY)
D1 ANNEXURE “D1” (INFORMATION TO BE SUBMITTED FOR TYPE APPROVAL) 76
D2 ANNEXURE “D2” (CRITERIA
RITERIA FOR EXTENSION OF TYPE APPROVAL) 77
D3 ANNEXURE “D3” (PHYSICAL
PHYSICAL INTERFACE
INTERFACES (CONNECTORS) FOR POWER AND 78
I/Os)
E ANNEXURE “E” (SCOPE OF WORK OF BIDDER) 81
F ANNEXURE “F” (SCOPE OF WORK OF GEL) 89
G ANNEXURE “G” (AUTHO
AUTHORIZATION LETTER FORMAT) 93
H ANNEXURE “H” (COVERING LETTER FORMAT) 94
I ANNEXURE “I” (SAMPLE SUBMISSION FORM) 96
J ANNEXURE “J” (MANUFACTURERS LETTER OF GUARANTEE) 97
K ANNEXURE “K” (SPECIFICATIONS
SPECIFICATIONS OF OVERHEAD DISPLAY BOARD
BOARD) 99
2. TENDER NOTICE
GEL on behalf of Directorate of Transport, Government of Goa, invites RFP from parties who have
participated and qualified in the EOI ((No. GEL/DGM/EOI-18/1 dated 01st March 2018) in two bid
format comprising of Technical and Financial Bids from bidders for “Supply, Installation and
Maintenance of Digital
igital Fare Meters with Printer, GPS Device and Panic Button Integrated with
Over Head Display Board in Passenger TAXI
TAXI”.
”. The tender document for this may be downloaded
from the websites www.tenderwizard.com, www.goaelectronics.co.in and
www.etender.goa.gov.in
The Technical bids will be evaluated by the Technical Bid Evaluation Committee duly constituted
by the GEL. Financial bids of the technically acceptable offers shall only be opened before the
successful bidders and evaluated before awarding of the contract.
Goa Electronics Limited (GEL) reserves the right to reject all or any of the RFP without assigning
any reason thereof. The RFP which is conditional/ incomplete/ belated/ without earnest money,
processing fees, RFP fees willll not be entertained.
3. TENDER DOCUMENT
Earnest Money Deposit: Rs. 50, 00,000 Mode of Payment: ePayment Only
Cost of Tender Processing Fee: Rs. 1,500 Mode of Payment: ePayment Only
Mode of Payment towards Tender Document Fee (TDF), eTender Processing Fee (TPF) & Earnest Money
Deposit (EMD) to be paid online through ee-Payment mode via:
i. National Electronic Fund Transfer (NEFT) / Real
Real-Time Gross Settlement
ent (RTGS) / Axis Bank Over-
Over
the counter (OTC). Tenderer should download pre
pre-printed Challan
hallan towards credit of ITG available
on e-tender
tender website and make its payment through any of their bank
bank.
ii. Internet Payment Gateway (Debit/ Credit Card of type VISA, MATERCARD or RuPay).
iii. Net Banking: Payment can be made through the Internet Banking of Any Bank.
Note: Any Payments made through NEFT/RTGS/OTC will take 24 hours for its reconciliation. Hence the
payments through NEFT/RTGS/OTC should be made at least TWO BANK WORKING DAYS in advance
before any due date and upload the scanned copy of challans in to the e-Tender
Tender website as a token of
payment.
A hard copy of the completed Technical (Financial Bid is not to be submitted in hard copy) Bid documents
(hard copy) should be submitted on or before 02nd April 2018 up to 3.00 pm at the following address:
Therefore it is proposed to install a Digital Fare Meters with Printer, GPS Device and Panic
Button Integrated with Over Head Display Board to ensure compliance to all above
requirements through a single device.
GEL on behalf of DOT is calling this RFP from the bidders of Digital Fare Meters with Printer,
GPS Device and Panic Button Integrated with Over Head Display Board with an objective to
evaluate the bidders meeting the prescribed criteria as outlined in this document.
Once the RFP is floated, based on the technical and financial evaluation a Rate Contract will
be devised whereby parties will be empanelled at the L1 rate for supply of the devices.
It is proposed that the bidder quoting L1 rate in RFP may be given exclusive supply rights for
initial 6 months or atleast 50% of the order placed whichever is earlier. Subsequently, all
bidders qualifying through the RFP and agreeing to match the L1 rates will be empanelled
with the DOT for supply of the device.. In case the bidder quoting L1 rate is not in a position
to supply the device as per the requirement of demand and supply schedule mentioned in
the RFP, DOT reserves the right to call on the remaining empanelled bidders to take up the
supply. The DOT reserves
rves the right to restrict the number of vendors in the empanelment
process & the implementation of this clause.
The objective of this document is to select the bidders who supply Digital Fare Meters with
Printer, GPS Device and Panic Button Integrated with Over Head Display Board as per the
standards, specification requirements and minimum rate and meeting the prescribed criteria as
detailed in this document.
5. Stakeholders
Goa Electronics Limited (GEL)
GEL will be the Monitoring Agency for the entir
entire project period of 5 years.. During this tenure
GEL will monitor the execution of the project.
Selected Bidder
The selected bidder shall supply, install and maintain “The Device” in Passenger TAXI across
the state of Goa.. The selected bidder will also be responsible for distribution of the device
and provide best services.
Vehicle owner
The vehicle owner need to get the device installed in the vehicle from any of the bidder
empanelled by DOT. The vehicle owner have to take the total ownership of the device
installed in the vehicle.
The device supplied should be able to transfer the vehicle movement data on a periodical
basis to the CTRS (Central Tracking Response Syst
System)
em) application developed by GEL,
GEL installed
at SDC (State Data Centre), through GPRS and GPS devices. This data will be accessed through
web based application namely CTRS from the nominated control rooms i.e. the nearest police
station, the police control room and the MHA control room.
The same application will display the data at the computer terminals in the nearest police
station, the police control room and the MHA control room.
esponsibilities of DOT
7. Roles and Responsibilities
a. Take necessary approvals from DOIT in order to host CTRS web application on the SDC
server.
b. Ensure availability of Sufficient Internet Bandwidth connecti
connectivity is provided by DOIT
required at SDC and at the Data Recovery Centre shall be taken care of by the DOT.
c. Inspection of the devices installed/fitted in the Public Transport vehicles.
vehicles
Award of Contract
a. The contract will be awarded to the empanelled Bidder as per the Terms and Conditions
of the Tender.
b. No dispute can be raised by any Bidder, whose Tender has been rejected and no claims
will be entertained or paid on this account.
Clarifications by GEL/DOT
Wherever deemed necessary, GEL/DOT may seek clarifications on any aspect from the Bidder.
However, that would not entitle the Bidder to change or cause any change in the substance of
9. Tender Validity
a. The offer submitted by the Bidders should be valid for a minimum period of 180 days from
the date of opening of the Tender.
b. The Successful
essful Bidders should keep the p
price
rice firm during the period of Contract including
the period of extension of time if any. Escalation of cost will not be permitted during the
said
aid periods or during any period while providing services whether extended or not for
reasons other than Increase in duties/taxes payable to the Governments of India within
the stipulated delivery period.
a. In circumstances, GEL/DOT solicit the Bidders to extend the validity, the Bidder should
extend price validity and Bid security validity.
xxiv. Instructions:
a. The bidders are expected to examine all instructions, forms, terms and other
information in the RFP. Failure to furnish all information required as mentioned in the
RFP or submission of a proposal not substantially responsive to the RFP in every
respect will be at the bidder’s risk and may result in rejection of the RFP.
xxviii. Arbitration
a. Any dispute or difference whatsoever arising between the parties to the Agreement
out of or relating to the construction, meaning, scope, operation or effect of the
Agreement or validity of the breach thereof, which cannot be resolved through
negotiation process, shall be referred to a sole Arbitrator to be appointed
appo by the
Directorate of DOT.. The Arbitration shall be held in GOA,, India and the language shall
be English only.
b. Subject to the above, will be under the jurisdiction of Goa Court.
Goa Electronics Limited Page 18
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
xxix. Execution of Work
a. Acceptance of Tender and Withdrawals
The final acceptance of the tender is entirely vested with GEL/DOT who reserves the right
to accept or reject any or all of the tenders in full or in parts without assigning any reasons
whatsoever. The GEL/DOT may also reject all the tenders for reasons such
su as change in
Scope, Specification, lack of anticipated financial resources, court orders, calamities or any
other unforeseen circumstance. After acceptance of the Tender by GEL/DOT, the
Successful Bidder shall have no right to withdraw his tender or claim
im higher price.
b. Letter of Acceptance (LOA)
After acceptance of the Tender by GEL/DOT,, a Letter of Acceptance (LOA) will be issued to
the Successful Bidder(s) by GEL/DOT. Under this rate contract, GEL/DOT has the right to
issue LOA to more than one bidder
c. Payment of Security Deposit (SD)
i. The Successful Bidders will be required to remit the Security Deposit (SD)
equivalent to 10% percent of the estimated value of the order, inclusive of EMD by
way of e_Payment. The SD shall be paid within 7 days from the date of issue of
Letter of Acceptance (LOA) by GEL/DOT.. The Security Deposit will be refunded to
the Successful Bidder only after the satisfactory completion of the contract period
or extension of the period, if any. The Securi
Security
ty Deposit held by GEL/DOT till it is
refunded to the Successful Bidder will not earn any interest thereof.
ii. The Security Deposit will be forfeited if the Successful Bidder withdraws the
Tender during the period of Tender validity specified in the Tender or if the Bidder
fails to sign the contract
contract.
d. Execution of Contract
i. The Successful Bidder should execute a Contract in non-judicial
judicial stamp Paper
bought in Goa in the name of the Bidder within 7 days from the date of Letter
of Acceptance issued by GEL/DOT with such changes/modifications as may be
indicated at the time of execution on receipt of confirmation from GEL/DOT.
ii. The successful bidder shall not assign or make over the contract, the benefits or
burden thereof to any other person or persons or body corporate
corpora for the
Goa Electronics Limited Page 19
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
execution of the contract or any part thereof without the prior written consent of
GEL/DOT. GEL/DOT reserves its right to cancel the work order either in part or full,
if this condition is violated. If the Successful Bidder fails to execute the agreement,
the Security Deposit of the Successful Bidder will be forfeited and their tender will
be held as non- responsive.
iii. The expenses relating to the execution of the agreement should be borne by the
Successful Bidder.
iv. The conditions stipulated in the agreement should be strictly adhered to and
violation of any of the conditions will entail termination of the contract without
prejudice to the rights of GEL/DOT and GEL/DOT also shall have the right to
recover any consequential losses from the Successful Bidder.
e. Refund of EMD
The EMD amount paid by the successful bidder will be adjusted towards Security
Deposit payable by them. If the successful bidder submits Security Deposit for the
stipulated value in full by way of Bank Guarantee, the EMD will be refunded.
refun The
EMD amount of the Unsuccessful Bidder will be refunded after finalization and issue
of Firm Work Order to the successful bidder.
f. Release of SD
The Security Deposit will be refunded to the successful bidder on completion of
entire supply subject to satisfaction of GEL/DOT after getting the completion
certificate from the concerned agencies. Such completion would be arrived at when
the entire quantity is supplied by the Successful Bidder(s) as per the Contract
Agreement and as per Work Order(s) issue
issued by GEL/DOT from time to time and
completion of the maintenance and warranty period
period.
g. Forfeiture of EMD and SD
i. If the Successful Bidder fails to remit the SD, the EMD remitted by them will be
forfeited to GEL/DOT and the tender will be held void.
ii. If the successful bidder fails to act upon to the tender conditions or backs out from
the contract or does not execute the job as per Terms and Conditions
Co of the
tender/contract,, tthe SD will also be forfeited to GEL/DOT.
Goa Electronics Limited Page 20
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
h. Termination of Contract
• Termination for default
i. GEL/DOT may without prejudice to any other remedy for breach of contract, by
written notice of default with a notice period of 7 days, sent to the Successful
bidder, terminate the contract in whole or part,
1. if the successful bidder fails to deliver any or all of the goods within the
time period(s) specified in the Contract, or fails to supply the items as per
the Delivery Schedule or within any extension thereof granted by GEL/DOT
(Or)
2. if the successful bidder fails to perform any of the obligation(s)
obligation( under the
contract
(Or)
3. if the successful bidder, in the judgment of GEL/DOT,, has engaged in
fraudulent and corrupt practices in competing for or in executing the
Contract.
ii. In the event of GEL/DOT terminating the Contract in whole or in part, GEL/DOT
may procure, upon terms and in such manner as it deems appropriate, the goods
and services similar to those and delivered and the successful bidder shall be liable
to GEL/DOT for any additional costs for such similar goods. However, the
successful bidder shall continue the performance of the contract to the extent not
terminated.
i. The final decision would be based on the technical capacity and pricing of the
Bidder. GEL/DOT does not bind itself in selecting the bidder offering lowest prices.
ii. GEL/DOT reserves the right not to accept the lowest price, to reject any or all the
tenders without assigning any reasons, to relax or waive any of the Conditions
stipulated in the terms and conditions of tender as deemed necessary in the best
interests of GEL/DOT for good and sufficient reasons.
a. The Bidder has to ensure that all documents as mentioned below in this section are
submitted to the department in response to the RFP.
b. Bidder is expected to examine all instructions, forms, terms, and requirements in the RFP
document. Failure to furnish all information required or submitting an RFP not substantially
responsive to the RFP document in every respect may result in the rejection of the RFP. All
the proposals will have to be submitted in hard bound form with all pages numbered. It
should also have an index giv
giving
ing page wise information of below documents. DOT / GEL
reserve the right to reject the incomplete bids
Following are the criteria which will be adopted to select the bidders.
1. The Bidder should submit the RFP Mode of payment towards Tender
payments in the form of ePayment mode Document Fee (TDF), eTender Processing FEE
only, NEFT/RTGS/OTC Challan copy must (TPF) & Earnest Money Deposit (EMD) to be
be scanned and uploaded to the ee- paid online through e-Payment
Payment mode via:
Tendering website within the period of i. National Electronic Fund Transfer (NEFT)
tender submission and the originals to be / Real-Time
Time Gross Settlement (RTGS) /
deposited in the office of GEL, Panaji on or Axis Bank Over--the-counter (OTC).
before the RFP
P submission date. Tenderer requires download pre-printed
pre
Challan towards credit of ITG available on
e-tender
tender website and make its payment
through any of their Bank.
ii. Internet Payment Gateway (Debit/ Credit
Card of type VISA, MATERCARD or RuPay.
iii. Net Banking: Payment can be made
through the Internet Banking of Any
Bank.
*This
This rate will be carried forward for the remaining 4 years of maintenance and warranty
a. The bidder must use only the format provided in the ee-tender
tender website for submitting the
financials. Any other formats/ forms will not be accepted and such tenders will be
rejected.
b. The bidder must provide the Financial Bid strictly in e-tender mode only. Hardcopies of
the Financial Bid should not be submitted.
c. The rates should be quoted in figures as well as in words, on the form attached at
Annexure “B” and duly signed and stamped by the authorized person.
Sir,
Sub: Undertaking of acceptance of the Terms and Conditions as mentioned in the RFP
I/We __________________________ hereby confirm that our Company was not blacklisted
by any State Government/ Central Government/ State or Central Public Sector Undertakings
during the last two years. We al
also
so hereby confirm that our EMD/ Security Deposit were not
forfeited by any State Government / Central Government / State or Central Public Sector
Undertakings during the last two years due to our non
non-performance, non-compliance
compliance with the
conditions etc.
Yours faithfully,
For _________________
Signature
Name:
Designation:
Note:
1) Declaration in the company’s letter head should be submitted as per the format given
above.
2) If the bidding firm has been blacklisted earlier on before 31.03.2017, by any State
Government / Central Government / State or Central Public Sector Undertakings, in such case
the details should be provided.
Annexure D
4. Co
ommunication Protocol
5. Cons
onstruction and Installation
6. Func
Functional, Performance, Durability, Environmental and
Pro
Protocol Tests
7. Deevice to Backend Communication Mechanism
1.0 SCOPE
Goa Electronics Limited Page 31
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
1. A.0 This standard appliies to both individual components as well as syystem
environment intend
nded to be used in Public transport vehicles.
1. B.0 DEFINITIONS:
2.0 APPLICATION
ATION FOR TYPE APPROVAL
These approved d
devices can be fitted / retro-fitted by manufactu
turer/ dealer/
permit holder/system
stem integrator in any vehicle model provided
ovided it shall meet
installation requir
quirements as mentioned in Clause No. 5 of this
th standard.
For manufacturers
rs seeking vehicle level approval with approve
ved VLT with
Emergency Buttons
ons fitted shall only require installation approva
val as per the
provisions of Clause
use 5 and Sub-Clause 6.1 of Clause 6.
2.3.2 In case of 2.1.3, tests for only those parameters which are aff
ffected by the
modifications n
need be carried out based on Criteria for exte
ension of type
approval as perr Annexu
Annexure D2.
Table
le 33A: List of ITS Functions and Sub Functions
Function
tion Sub Functions
Emergency Buttons
Safety and Sec
ecurity Vehicle Location Tracking (VLT)
3.1.1.1 a.. Device shall be capable for operating in L and/or S band and include
support for NAVI/IRNSS (Indian Regional Navigation Satellite System) for devices
installed on vehicles on or after 1st October 2018. However VLT devices shall be
compliant as per other GNSS constellation in the interim period. (* In case, the
operational on or after 1st October 2018 then DOT/GEL
NAVI/IRNSS is not operati
reserves the right to further extend the said date
date).
6 m 2DRMSS.
e. Device shall ha
have a tracking sensitivity of minimum (-)) 160 dBm
with GNSS/(
GNSS/(-) 153 dBm with IRNSS (NAVIC as applicable).
• 12x24 font
• Print paper width 58 mm minimum
• Printing width 48 mm minimum
• Printing Language – English (Alphanumeric characters)
• Resolution 8 Dots/mm
i.. Printing Receipt / Fare Slip
The printer should print the receipt of journey, with at least the
following fields
• Vehicle ID (registration number)
• Trip ID (Optional)
• Trip Start date/time (IST)
• Trip End date/time (IST)
• Distance travelled
• Total fare
j.. Device shall have a provision to integrate with an overhead display
board.
3.1.1.11 Device shall support store and forward mechanism for all type of data
(periodic data aand alerts) meant for backend transmission. The system shall
store data in internal memory during communication network un-
availability and
nd transmit the data when the connection resumes
sumes in last in
first out (LIFO)) manner. The live data shall be given highe
er priority for
transmission
on than b
back log (stored data) at any point in time.
3.1.1.12 The Device shallll have a unique identifier for identifying the VLT
V device and
data. The unique ID shall be stored in a read only memory area
a so that it
cannot be altered
red or overwritten by any person. The unique identifier
identifi is
IMEI (Internation
onal Mobile Station Equipment Identity) Numbe
er.
3.1.1.17 Device shall support any operational GNSS system with 12 (minimum)
acquisition chann
nnels.
• L o ca t i o n on Cellular/
Cellular/SMS
• N o n -volatile memo
memory to store min 40,000 positional log
• Cellular class
lass 10 or above
• Support Emb
Embedded SIM/UICC to cater to the operationall requirement
r
such as vibraation, temperature and humidity and provide
rovide long life
l span
with at least 10 years life and more than 1 million read/write
d/write cycles
• Ce l l u l a r module
dule & Embedded SIM/UICC shall support
o SMS, Data
ta (Cellular, TCP/IP) and
o Support mu
multiple network OTA switching (on-demand/aautomatic)
capabilities.
ies.
3.1.1.25 Device shall haave provision of secured data transmission to the Backend
Control Centre from the devices through secured channel (e.g. secured
dedicated APN).
).
3.1.2.1 Passengers or in
n-vehicle crew present in the vehicle shall be able to make
an emergency rrequest by pressing the emergency button provide
ovided.
3.1.2.2 The emergency request function shall not exist as standalone. The function
shall be part of Vehicle Location Tracking (VLT) system. An alert shall be
sent to the Bac
ackend Control Server (Government authorized
d server)
s when
emergency requ
quest is raised. De-activation shall always be from
om authorized
government server who receives alert message i.e. NERS system as
mentioned in Su
ub-section 4.2.2.
3.1.2.3 The Emergencyy Buttons will be such that disconnection between switch and
controller should be detected through controller logic or ‘Norrmally Closed'
(NC) Typee Switch
Switch.. For Emergency Buttons there shall be indication of its
working status visible for passengers in Ignition ON condition. The form
factor of Emerggency Buttons will be such that the button is easy
ea to press in
the case of aan emergency, and simultaneously also minimizes
m the
possibility of acc
ccidental or unintended press thereby causing a false alert.
The device
vice shall support at least the below parameters to be configurable
over the air (th
(through SMS and Cellular). The updation/configuration
on/configuration
shall be alloweed only over an ‘authenticated’ channel:
1. Setting/ Change
nge of the Primary or Secondary IP and port num
mber
2. Setting/ Change
nge of the APN
3. Set configura
ration parameter like sleep time, over speed limit, harsh
braking, harsh
rsh acceleration, rash turning threshold limits etc.
tc.
4. Emergency control
ontrol SMS Centre Number(s)
7. Configuring the ti
time duration for Emergency state
Table 3B:
used in EX.1.0.0
5 IMEI Identified of the sending unit. 15
Used
9 Data update rate when Indicates Packet frequ
uency on
ignition
ion ON ignition ON
10 Data update rate when Indicates Packet frequ
uency on
ignition
ion O
OFF ignition OFF
11 Digitall I/o status Inputs connected to the de
evice.
12 Analog
log I/o status Analog input status
13 End ch
haracter *
In case of emerrgency state, (i.e. on pressing of Alert button), the device will
shift to the SMS
MS mode in case Cellular connectivity is not available. In such
case, the device
vice will send the Alert message and tracking data
ta through
throu SMS
mode. Since SMS
MS has the limitation of sending only 160 chara
racters, so the
tracking data to be sent in one SMS will have fields - IM
MEI, Latitude,
Direction, Longgitude, Direction, location fix, speed, Cell ID, LAC
L (Location
Area Code), Daate and Time as per emergency alert . The detai
tail is provided
in Sub-section
on 4.2.2.
Table below (Taable 4A) contains the listing of fields that the ve
ehicle tracking
devices would be required to send to the Backend Control Centre.
C The
first 3 fields (Sta
(Start character, Header for VLT with Emergencyy Buttons and
Vendor ID, who has supplied the device) must be fixed in position as
well as format (Header part of frame). Rest all other fields
lds are required
to be present in the location data sent by the devices to the backend, but
can be in anyy sequence or with any separator between fie
elds. The data
value can be eitther in American Standard Code for Information
mation Interchange
(ASCII) or in HEX fo
format. Device must transmit the Login messaage whenever
it establishes ((re-establishes after disconnection) its connectivity with
Server with the specified fields. Login Message will carry
ca following
information:
• $Device Name
ame –Vehicle number on which the device is install
nstalled.
• $LastValidLoca
cation – Last location info saved at the device.
Table 4A:
Data Message Format
Field Description Sample Data
Start Character $ $
Header The header of the
packet/ identifier
Vendor ID Vendor
identification header
Firmware Version details of 1.0.0
Version the Firmware used in
EX.1.0.0
(hhmmss)
Latitude Latitude value in decimal 28.758963
degrees (not less than 6
places)
Latitude Dir Latitude Direction. N
Example
N=North, S= South
E=East, W= West
Speed Speed of Vehicle as 25.1
Calculated by GPS
module in VLT. (in
km/hrs.) (Upto One
Decimal Value)
Heading Course over ground in 310.56
Degrees
No of Satellites Number of satellites 8
disconnected
1= Vehicle Battery
reconnected
Main Input Voltage Indicator showing source 12.5
voltage in Volts.(Upto
Cover Open
signal strength
Neighboring Cell ID
Digital Input Status 4 external digital input 0001
messages (000001 to
999999)
Checksum Ensures No error in 16
transmission (optimal)
frame
* The above is a tentative list of parameters required and DOT/ GEL reserves the right to ask the
bidder to supply the parameters values required from time to time
Table 4B:
Alert ID Me
Message & Alerts Remarkks
1. Location
on Upd
Update Default message com oming from each
device
2. Location
on Upd
Update (history) Would be sent, if Cellular is not
available at the time
me of sending the
message in protoc
otocol format Zero,
BLANK, NIL, etc.
3. Alert – Disconnect from If device is disconnec
ected from vehicle
battery and running on its internal
main baattery battery
4. Alert – Low battery If device internal baattery has
fallen below a defined
d threshold
t
5. Alert – Low
ow b
battery removed Indicates that device e internal battery
is charged again
6. Alert – Connect back to Indicates that device is connected
main baattery back to main battery
7. Alert – Ignition ON Indicates that Vehicle’’s Ignition
is switched ON
8. Alert – Ignition OFF Indicates that Vehicle’’s Ignition
is switched OFF
9. Alert – GPS box opened Optional message would
w be
(Option
onal) generated indicating GPS box opened
4.2.2 In case of emergencyy alert, the alert message shall be sent to 2 different IP
addresses hence the d
device shall support minimum 2 IP addressess (1 IP address for
regulatory purpose (PVT data) and 1 IP address for Emergency response
sponse system other
than the IP’s required for Operational purpose. The PVT data will se
end the emergency
alert to the system.
stem. Only Primary alert data will go to the emergencyy response
r Backend
Control Centre (NERS// MHA) as may be notified by the Governme
ent of India in the
schema below:
Direction
Longitude Longitude in decimal degrees - Double,, 12 bytes
b
dd.mmmmmm format
Longitude E – East, W – West Character,
r, 1 byte
b
Direction
Altitude Altitude in meters (above sea level) Double,, 12 bytes
b
Speed Speed of Vehicle as Calculated by Float, 6 byytes
3. Set configura
ration, parameter like sleep time, for speed,
d, harsh
h braking,
rash turns,
ns, et
etc.
9. Command
nd to get the IMEI of the device
5.0 CONSTRUCTION
N AND INSTALLATION
(To be verified
d on component level and target vehicle level app
proval)
5.1 Requirements
ts on veh
vehicle interface for VLT with Emergency Bu
utton
Connector for P
Power
The requirements
ments for interface shall be as a g r e e d between
etween vehicle
manufacturer aand device manufacturer.
Standard connec
ectors conforming to ISO
O 15170/ Functionally Equivalent shall be
used at vehicle
hicle side. Connector requirements shall be as perr Annexure – D 3,
Clause 1.1 (Sl. No 1 - Low power systems 1)
• System
stem supp
supplier in case of retro fitment in after market.
t.
Emergencyy but
button shall be one time press type. Separate release
r action
from authorizeed server shall be required to bring back th
he emergency
button to norm
normal mode or clear emergency flag.
This requirement
ment shall not be applicable in case of combiined systems.
VLT with HMI (Hum
Human Machine Interface) display in front of driver.
driv
Emergency but
button(s) shall be fitted in such a way that eve
ery passenger
including driverr sh
shall be able to access the Emergency button(s
on(s).
The vehicle traccking device will be installed on vehicles in whicch the power
supply voltage from vehicle battery is widely varying (12V, 24V etc.) and
also the powerr supply is not as stable as that in case of fixe
ed locations,
especially during
ring engine start-up and braking when the voltage
vol can fall
to as low as 9V.
V. Typically electronic devices are very sensitive
ive to power
surges and spikes, and equipment may fail if they do not receive stable
power supply. The devices will need to have a resilient power
pow supply
unit that can withstand such fluctuations and the devices also
lso need to
have power backup so that they continue to function
on for some
duration when the vehicle battery is not functional or is disconnected
d
from the devicees.
• One common
on ground linked to vehicle chassis
6.0 FUNCTIONAL, P
PERFORMANCE, DURABILITY, ENVIRONMENTAL
ENTAL AND PROTOCOL
TESTS
6.1.1.1 Vehicle OEM shall only provide/ installed devices approved under
component leveel testing.
Emergency requ
quest function - When the emergency buttons (aas applicable)
placed anywhere
re in the vehicle is pressed by any passenger / crew, make
sure that the eme
mergency request message is send/received at
a the control
centre.
6.2.1.1 Standard connector provided for Power and other signals as per clause no 5.1
6.2.1.2 Configuration of device as per the standard format mentioned in Section 4. Local
configuration
on upload sh
shall be verified. Configuration upload frrom control center
shall be verified
d.
6.2.1.5 Updating of the firmware of the system from Backend Control Centre
C only.
The tests to be p
performed for device level approvals are as listed
l below.
This
is functionality check will be performed after each test as
acceptance crite
riteria –
i) Tracking function
onality shall be checked via Backend Control Ce
entre for the
VLT system (Funcctional Test number 1 as per “Table 6A Function
onal Testing”.
Functional Test
sting as described in the Table 6A below sh
hall be done
with the acceptan
ptance criteria in Table 6A after completion
on of all the
Performance & Durability Tests as listed in Table 6B.
Ta
Table 6A:
Functional
tional Testing
7 Hot-Start Time In
n this test the device is started in Hot starrt mode and
to First Fix time
me taken by device to determine the first valid
d location
loc fix
Test is recorded. This test is performed several times and
results are averaged.
temperature
TTemperature
27V, -25°C 13.5V, -25°C
TTemperature
For 24 V System:
The environmen
ntal tests to be performed for device level appro
pprovals are as
listed in Table 6C.
i) Tracking funcctionality shall be checked via Backend Control Centre for the
VLT with Emeergency Button.
3 Damp Heeat Test The device under test shall be tested d according
to IS 9000 (Part 5/Sec 2 - 1981). The T test is
carried out at +25° to +55° C, Humidi
umidity 95%. Six
cycles (each test cycle of 24 h) shall be run with
device in off condition. Functional tesst shall be
carried out with power in ‘On condi ondition’ at
start of 2nd, 4th and 6th cycle.
Table 6D:
FieldProtocol Testing
Description Parameters
Validation Process
Field Description
Start Character $
Header The header of the packet/ identifier
Vendor ID Vendor identification header
Firmware Version
rsion Version details of the Firmware used in
EX.1.0.0
Packet Type Specify the packet type –
NR = Normal
EA = Emergency Alert
TA = Tamper Alert (Optional)
HP = Health Packet
IN = Ignition On
IF = Ignition Off
BD = Vehicle Battery Disconnect
BR = Vehicle Battery Reconnect
BL = Internal Battery Low
HB = Harsh Braking
HA = Harsh Acceleration
RT = Rash Turning
Packet Status L=Live or H= History
IMEI Identified of the sending unit. 15 digit
it standard
unique IMEI no.
(DDMMYYYY)
Time Time value as per GPS date time in UTC
format (hhmmss)
Latitude Latitude value in decimal degree
es (with
Name
Ignition 1= Ign On , 0 = Ign Off
Main Power Staatus 0 = Vehicle Battery Disconnected, 1= Vehicle
V
Battery Reconnected
Main Input Volta
tage Indicator showing source voltage in Volts.
Vol
Internal Battery Indicator for Level of battery charge rem
maining
Voltage
Emergency Status
tus 1= On , 0 = Off
Tamperr Alert C = Cover Closed , O = Cover Open
GSM Signal Stren
ngth Value Ranging from 0 – 31
MCC Mobile Country Code
999999)
Checksum Insures No error in transmission (option
nal)
End Character Indicated End of the frame
Alert ID 02 Character
b) Messages
ssages & Alerts from Devices
Table below
low (Table 6E) contains the listing of alerts that need to
come from the tracking devices. These alerts are applica
cable for both
live packets
ts as well as the history packets.
ID
1. Locattion Update Default message com
oming from
each device
2. Locattion Update (history) Would be sent, if Cellular is not
dd.mmmmmm format
Latitude Characte
er, 1 byte
N – North, S – South
Direction
Longitude Longitude in decimal degrees - Double,, 12 bytes
dd.mmmmmm format
Control Centre:
2. Re-registration/r
on/re-activation of the device(s) fitted on the ve
ehicle in case
of any change in devi
device or telecom service provider, etc.
3. Regular health
h check of the device(s) fitted on the vehicle
e, as per the
parameters and
nd frequency defined in Sub-section 3.1.4.
4. Administration/con
on/configuration of devices for any chan
nges in the
parameters ass d
decided by the respective state from time to time.
me.
7. Location tracki
king of the vehicle including real-time as we
ell as history
tracking for up to last 90 days.
stops functionin
oning/sending data to the Backend Control Centre.
ntre.
Goa Electronics Limited Page 74
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
9. Reports of the vehicles with devices not working/sending data beyond
defined
d number of days (1 day, 3 days, 7 days and 30 days).
10. Ensure that the security and privacy of the data is maintained
maintain in
accordancee with applicable laws/guidelines of various government
authorities.
INFORMATION
N TO BE SUBMITTED FOR TYPE APPROVAL
2.0 N TR
VEHICLE LOCATION TRACKING AND EMERGENCY BUTTONS
a. Make
b. Model No.
c. Part No.
d. Connector used
e. Connector usedd ffor antennas
e.1.
.1. Main GSM antenna
e.2. GPS antenna
ntenna
7.0 INSTRUCTIONS
NS M
MANUAL
CRITERIA
ERIA FOR EXTENSION OF TYPE APPROVAL
PHYSICALL INT
INTERFACES (CONNECTORS) FOR POWER AND
D I/Os
These requirements
ments do not apply to integrated systems with vehicle
v where
integration is done b
by vehicle manufacturer and /or System Integrator.
tor.
Power for physical ssystems are supplied by vehicle battery which supplies power
pow
to all electrical system
tem in the vehicle.
Switch – SW+
NOTE: THE ABOVE IS A MINIMUM SET OF SPECIFICATIONS AS PER AIS STANDARDS PUBLISHED
FOR INTELLIGENT TRANSPORTATION SYSTEM AS RECOMMENDED IN THE RULE 125-H.
125 BASED
ON THE DETAILED DISCUSSION WITH THE BIDDERS THE D
DOT/GEL
OT/GEL RESERVES THE RIGHT TO
AMEND
END THE SAID SPECIFICATIONS [INCLUDING PROVISION LIKE INTEGRATING WITH A CCTV
CAMERA] IN ORDER TO GET THE BEST SUITABLE, FEASIBLE AND VIABLE DEVICE FOR THE
PREVAILING CONDITIONS IN THE STATE.
b) Pre-dispatch Inspection
Pre-dispatch
dispatch verification and stamping will be carried out by the
e Department of Legal
Metrology of the respective states or where the passenger vehicle meters are
manufactured or state of Goa
Goa.. The necessary stamping fees will be borne by the
successful vendor at the time of verification at the concerned state Legal Metrology
Department. The copy of the certificate of verification must be produced at the time of
c) Specification Test
• Specification of conformity should be tested for the ordered items as per Technical
Specifications given in the document at ANNEXURE B.
• Vendor should submit test report and warranty certificate.
• Vendor can offer a better specification than the one specified and the same will be
accepted provided the testing agency has given the compliance certificate on the
model.
d) Pre dispatch Acceptance
• 100% Physical Verification will be done by the Department of Legal Metrology of
the meter by the concerned manufacturing states / the state of Goa.
Goa
• 100% Compliance on all the integrated Device fitted in passenger TAXI has to be
done.
• The device should give the same performance results as given during the compliance
evaluation test conducted earlier by a certified agency.
• The items which are accepted after testing, should be sealed inside the carton box
under the joint signatures of the representative(s) of the Department of Legal
Metrology at the respective States
States/ state of Goa and vendor’s representative and
then sent along with the packing list giving serial numbers and part numbers of all
possible items and original copy of the certificate of inspection to the specific
location.
a) “The Device” supplied shall come under free warranty for a period of 1 year. Thereafter
the vendor would get into an AMC with the vehicle owner directly. However, it is the
responsibility of the vendor to ensure continuous data fe
feed
ed as required by the CTRS as
mentioned in the document and amended by the GOG / GEL from time to time is sent
from the device to the CTRS application for the complete lifetime of the product (min. 5
years).
b) “The Device” should be supplied at the destination free from breakages, malfunctions,
breakdowns or manufacturing defects. If any of the items, are found defective due to
manufacturing defect or design fault or transit damage occurred at the time of supply,
within one month from the date of ins
installation,
tallation, the Device KIT in full should be replaced/
replaced
repaired.
c) “The Device” should be covered with a replacement/repair warranty of 12 months from
the date of signing of installation report of the ordered items. The successful vendor shall
be liable to replace/repair
/repair the items or other accessories found defective during the
warranty period, at the respective service centers.
d) For the purpose of arriving at the closure of the warranty, it is proposed that all the
meters installed in the respective passenger vehicles within a month, will be treated as
installed and commissioned at the last day of each month and accordingly the warranty
closure date will be arrived at as applicable for 1 year.
e) The warranty for the internal battery covers for a year after which it has to be replaced
when it becomes defective at vehicle owner’s cost, in the concerned service centre, at the
rate finalized through a tender as and when required.
vii. Setting
ting up and operate the “Installation and service centers”
a) The vendor shall undertake the supply of required spares to the vehicle owners from their
authorized service centers in order to make the meter operationa
operationall for a period of one
year.
The Successful vendor will supply paper rolls for the first time only along with the meter
and for further requirements, the paper rolls shall be procured by the owner of the
vehicle from the party at the cost finalized, as per the directives of the DOT. The vendor
x. Submit solution architecture and complete technical details in format suggested by GEL.
The Vendor should give their complete solution architecture which mentions the following:
a) Detail of “The Device” to be Installed and maintained in passenger vehicles across the state of
Goa.
b) Positioning of “The Device”
Device”.
c) Complete solution architecture and features.
d) Activities which will be monitored by the integrated GPS (Global Positioning System).
e) Layout and design of the complete “The Device” system.
f) Any other technical document as requested by DOT/GEL.
The CTRS shall be available on 24x7x365 basis for accessibility from the control centre and
by other departments concerned.
Ref No:
To,
The Chief Executive Officer,
Goa Electronics Limited,
Mezzanine floor, Block ‘B’,
EDC House, Dr. Dada Vaidya Road,
Panaji, Goa-403001
Dear Madam,
Signature of Authorizing
Dear Madam,
Having examined he tender document including all Annexure the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to participate in the tender in conformity with the said
tender in accordance with the schedule of rates indicated in the commercial offer made part of
this offer.
If our offer iss accepted, we undertake to work as specified in the offer document within entering
into agreement within two weeks from the date of issue of order.
If our offer is accepted, we undertake to abide by all the rules and regulations as prescribed and
changed from time to time during the tender period.
I/We also undertake that we will not resort to illegality in th work and any illegality found we are
liable for any action of the Department. We also undertake that we will be paying the revenue
share as quoted from time to time.
Dated _______________________________
Signature _____________________________
Name of the company with seal / individual
Vendor Name :
Vendor Address :
Tender No :
Sample Submitted on :
Tender Product Sl.No :
SI. No. Item No. in Item Description Make Model SI. No. of the Item
the Tender
------------------------
Signature of the Representative Name & Designation
Name :
Designation : Signature
Contact No :
Sir,
We M/s _______________________________________
_______________________________________hereby
hereby .to undertake to submit a Bid,
and subsequently negotiate and sign the contract with the ___________________________
purchaser against Tender No: for the (Type the description of goods) developed by us. We
hereby extend our full warranty for the goo
goods
ds offered for supply and also later maintenance
support against this tender.
We also undertake to provide timely supplies as per terms of the tender and as agreed mutually
to provide a trouble free and continuous support either directly or through our authorized
au
partners under our supervision during the said support period. We will provide the necessary
support towards the upgradation of any of the software that is necessitated and we will arrange
for the complete replacement of the item(s) with an equiva
equivalent
lent / higher version.
For this tender we authorize M/s. __________________ (Complete address and full contact
details of the partner) to be our service partner. In the event of discontinuation of service by our
partner or any problem arises during provis
provision
ion of supply and services, the entire responsibility to
provide trouble free and continuous supply and services to the end
end-users
users rests with us and we
undertake to provide supply and services directly or through our alternative sales / service
partners.
2) The Roof-light
light shall be of the following dimensions:
dimensions:-
TAXI
Minimum Maximum
Length at base 30 cm 36 cm
Breadth at base 10 cm 14 cm
Height 14 cm 16 cm
4) The roof light may have display either on the front side only or on the
front and rear side also.
5) The cover of roof light shall be of the conventional cream yellow color
matching to that of the metered motor cabs. It shall have a display on
black background.
6) Roof light gives the passenger an idea from far distance if the vehicle is
empty of occupied. Th Thee roof light should be internally divided into
three compartments for illumination iin n three different modes.
modes On
illumination,
• The
he letters “FOR HIRE” shall be displayed in green color (When there are no
passengers in Taxi);
• The
he letters “HIRED” shall be exhibited in blue color (When there are passengers in
the Taxi and Meter is started);
Goa Electronics Limited Page 99
RFP for Supply, Installation and Maintenance of Digital Fare Meters with Printer, GPS Device and
Panic Button Integrated with Over Head Display Board in Passenger TAXI
• The
he letters “HIRED” shall be exhibited in red color (When there are passengers in
the Taxii and Meter is not started);
• The letters “OFF-DUTY”
DUTY” shall be exhibited in white color (When the Driver is Off
Duty).
The three compartments of the roofroof-light
light described shall be provided with three
different light emitting diode (LED) lamps, each of which shall not exceed 7 watts
of power.