आधार आधारत बॉयोमी क उप...

28
भारत सरकार रेल मंऽालय (रेलवे बोड नई दली 110 001 © MINISTRY O आधार आधार AADHA ATT Tender Number 2 Document Version Number 1 Brief Description Tender document for the Aadh Ministry of Railways, Rail Bha ) 1 GOVERNME MINISTRY OF (RAILWAY NEW DEL OF RAILWAYS [ ENTER YEAR Y रत बॉयोमीशक उपःथित AAR BASED BIOMETRIC TENDANCE SYSTEM 2014/RBCC/7/10/Biometric 1.0 Date of Issue haar based Biometric Attendance System to be in avan and its associated offices located at New De ENT OF INDIA F RAILWAYS Y BOARD) LHI 110001 YYYY] णाली C 12/09/2014 nstalled at elhi.

Transcript of आधार आधारत बॉयोमी क उप...

Page 1: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

भारत सरकार

रेल मंऽालय (रेलवे बोड�

नई �द�ली 110 001

© MINISTRY OF RAILWAYS

आधार आधा�रत

AADHAAR BASED BIOMETATTENDANCE SYSTEM

Tender Number 2014/RBCC/7/10/BiometricDocument Version Number 1 Brief Description

Tender document for the Aadhaar based Biometric Attendance System to be installed at Ministry of Railways, Rail Bhavan and its associated offices located at New Delhi.

रेलवे बोड�)

001

GOVERNMENTMINISTRY OF RAILWAYS

(RAILWAY BOARD)NEW DELHI 110001

MINISTRY OF RAILWAYS [ ENTER YEAR YYYY]

आधा�रत बॉयोमी शक उप�ःथित

AADHAAR BASED BIOMETRIC ATTENDANCE SYSTEM

2014/RBCC/7/10/Biometric 1.0 Date of Issue

Tender document for the Aadhaar based Biometric Attendance System to be installed at Ministry of Railways, Rail Bhavan and its associated offices located at New Delhi.

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD) NEW DELHI 110001

[ ENTER YEAR YYYY]

ूणाली

RIC

12/09/2014

Tender document for the Aadhaar based Biometric Attendance System to be installed at Ministry of Railways, Rail Bhavan and its associated offices located at New Delhi.

Page 2: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

FOREWORD

[Click here and write the foreward to the specification]

DISCLAIMER

This document is prepared based on the studies and trials conducted by the purchaser. Although every care is taken in specifying details adequately and unambiguously, Ministry of Railways shall not liable for any kind of damages / losses incurred by any and all due to errors or omissions in this document. When using the information described herein, the user is ultimately responsible for their own actions, as well as the actions of subordinates and assistants, and the consequences arising therefrom.

This document may mention numerous commercial and proprietary trade names, registered trademarks and the like (not necessarily marked as such), patents, production and manufacturing procedures, registered designs, and designations. Ministry of Railways wishes to point out very clearly that the present legal situation in respect of these names or designations or trademarks must be carefully examined before making any commercial use of the same.

Names of industrially produced apparatus and equipment may be included to a necessarily restricted extent only and any exclusion of products not mentioned in this document does not imply that any such exclusion has been based on quality criteria or any other qualifying consideration.

The information contained in this document or subsequently provided, whether verbally or in documentary form by Ministry of Railways is provided on the terms and conditions set out in this Document and any other terms and conditions subject to which such information is provided.

This tender document is not an agreement and is not an offer or invitation by the Ministry of Railways to any party other than the entities, who are qualified to submit their Proposal. The purpose of this Document is to provide the Bidder with information to assist the formulation of their Proposal. This Document does not purport to contain all the information each Bidder may require. Each Bidder should conduct their own investigations and analysis and should check the accuracy, reliability and completeness of the information in this Document and wherever necessary, obtain independent advice from appropriate sources.

The Ministry of Railways may, in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this Document.

ADDRESS FOR COMMUNICATION

Director Mechanical Engineering (Computerization & Information Systems) Government of India - Ministry of Railways, Railway Board Rail Bhavan Raisina Road New Delhi India Pin: 110 001 Tele-Fax: +91 (11) 2338 2864 Phone: +91 (11) 2338 2925 (RBCC) Email: [email protected] Website: www.indianrailways.gov.in

Page 3: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 1 of 22

DOCUMENT REVISION HISTORY S. No. Version Details Remarks

Date Number

1. 12/09/2014 1.0 First issue of the document

Page 4: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 2 of 22

CONTENTS 0 Introduction ........................................................................................................................................... 4 1 Objectives and Scope of the document ................................................................................................ 4 2 Summary of Important Tender Information .......................................................................................... 4 3 Terminology / Abbreviations / Definitions ............................................................................................. 5 4 Pre-requisites (eligibility conditions) ..................................................................................................... 5 5 Brief requirements overview ................................................................................................................. 5 6 Detailed requirements .......................................................................................................................... 7

6.1 PC based Client Systems (PCCS) ............................................................................................... 7 6.2 Independent Client Systems (ICS) ............................................................................................... 9 6.3 Biometric Attendance Management System (BAMS)................................................................. 10 6.4 Web Based clients ...................................................................................................................... 12 6.5 UIDAI Linkage for Authentication ............................................................................................... 12

7 Environmental/Climatic requirements ................................................................................................. 12 8 Safety requirements ........................................................................................................................... 12 9 Life cycle management ....................................................................................................................... 12

9.1 Expected life ............................................................................................................................... 12 9.2 Expected support during working life ......................................................................................... 12 9.3 End of equipment life management ............................................................................................ 13

10 Accessories, Spares Diagnostic Aids ............................................................................................. 13 11 Drawings ......................................................................................................................................... 13 12 Documentation ............................................................................................................................... 13 13 Training ........................................................................................................................................... 13 14 Tests & Verification ......................................................................................................................... 13

14.1 3rd Party test certificates ............................................................................................................. 13 15 Painting, labeling and marking ....................................................................................................... 13 16 Packaging and delivery/shipment ................................................................................................... 13 17 Intellectual property rights .............................................................................................................. 14 18 Invitation of Bid ............................................................................................................................... 15 19 Details for tender opening .............................................................................................................. 15 20 Instruction for submission of offer................................................................................................... 15 21 Earnest Money Deposit .................................................................................................................. 16 22 Details of Items tendered ................................................................................................................ 16

22.1 Variation in quantities during execution ...................................................................................... 16 23 Instructions for the content of offers ............................................................................................... 16 24 Clarification on the offer .................................................................................................................. 16 25 Right to reject offer ......................................................................................................................... 17 26 Acceptance of offer ......................................................................................................................... 17

26.1 Intimation of acceptance ............................................................................................................. 18 26.2 Proof of concept ......................................................................................................................... 17 26.3 Formal agreement of contract .................................................................................................... 19

27 Project Schedule (Proposed) .......................................................................................................... 17 28 Inspection ....................................................................................................................................... 19

28.1 Rejection ..................................................................................................................................... 19 29 Payment .......................................................................................................................................... 19 30 Warranty ......................................................................................................................................... 20 31 Duration of the contract .................................................................................................................. 21 32 Contract Performance Guarantee (PG) .......................................................................................... 20

32.1 Form of Contract Performance Guarantee (PG) ........................................................................ 20 32.2 Modifications to the performance guarantee instrument ............................................................ 20 32.3 Failure to submit a PG instrument .............................................................................................. 20 32.4 Forfeiture of Performance Guarantee ........................................................................................ 21 32.5 Return of Performance Guarantee Deposit ................................................................................ 21

33 Laws governing the contract ........................................................................................................... 21 34 Indemnities and Liabilities .............................................................................................................. 22 35 Insurance ........................................................................................................................................ 22 36 Local conditions .............................................................................................................................. 22 37 Applicability of General Conditions of Contract .............................................................................. 22 38 Settlement of disputes and jurisdiction ........................................................................................... 22

38.1 Arbitration ................................................................................................................................... 22

Page 5: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 3 of 22

38.2 Jurisdiction .................................................................................................................................. 22 39 Force Majeure................................................................................................................................. 22

LIST OF FIGURES Figure 1: UIDAI Authentication Service Overview (Source UIDAI Website) 6 Figure 2: Overview of ABAS for Ministry of Railways 7

LIST OF TABLES Table 1: Summary of Important Tender Information 4 Table 2: Terminology & Abbreviations 5 Table 3: ABAS Performance Metrics 6 Table 4: ICS enclosure requirement 9 Table 5: Project Schedule 17 Table 6: Payment Schedule 20 Table 7: SLA metrics during warrantee operations 21 Table 8: Lifecycle stages of the contract 21

LIST OF REFERENCED DOCUMENTS

S. No. Document name / number 1. ISO 9241:Ergonomics of Human System Interaction 2. Indian Railways Standard General Conditions Of Contract July 2014 (Soft copy

provided with the tender document) 3. IEC 60529 IP Code (Ingress Protection Marking) 4. IEC 62262 IK Code (Degree of Protection for electrical cabinets)

LIST OF ANNEXURES Annexure A Format for submission of offer Annexure B Schedules of rates and quantities Annexure C Format for Bank Guarantee as Performance Guarantee

Page 6: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 4 of 22

Introduction and Important Information

0 Introduction Ministry of Railways has planned to implement Aadhaar based Biometric Attendance System (ABAS) at the Head Quarters Office at Rail Bhavan. The system is required for setting up biometric attendance marking and management system for a total of about 3000 employees of the Ministry of Railways and its associated offices at New Delhi.

1 Objectives and Scope of the document This document describes the requirements for setting up this system, requests for bids from eligible suppliers and provides details required to be submitted as a part of the bid for the ABAS for Ministry of Railways. The tenderer shall carefully read this document, understand the requirements, seek clarifications if required.

A printed and duly signed copy of this document shall be submitted along with the bid and shall be deemed to be confirming the understanding and acceptance of requirements tendered. Incase of any variance, the tenderer shall highlight the same and provide details in a separate linked documents and submit them alongwith this tender document as a part of the offer.

2 Summary of Important Tender Information S

No. Description Detail Remarks

1. Estimated cost of work Rs. 53,28,653/- Rs. Fifty three lakhs, twenty eight thousand six hundred and fifty four only.

2. Type of Tender Special Limited Works Tender

3. System of Tender Two Packet TECHNICAL OFFER:

• Shall consist of documents in support of the eligibility criteria and technical details of the proposal.

FINANCIAL OFFER

• Shall consist of the financial offer.

The bidder must ensure that the technical and the financial bids are kept in separate envelopes as instructed here. Incase these are found together, the offer shall be rejected.

4. Date of Tender 12/09/2014

5. Last date / time for receiving offers

22/09/2014 @ 1430 HRS

6. Date / time for tender opening

22/09/2014 @ 1500 HRS

7. Cost of Tender Document

Rs. 2000/- Rs. Two thousand only

Please enclose draft payable to “Secretary, Railway Board”, at New Delhi

8. Earnest Money Deposit Rs. 1,06, 570/- Rs. One lakh, six thousand, five hundred and seventy only.

To be submitted with the offer. Please see the options for mode of payment in tender document.

9. Validity of the Offer 90 days

10. Validity of Instrument for EMD

90 days

11. Security Deposit (SD) 10% of the contracted value. Shall be submitted after issue of letter of acceptance.

12. Duration of the contract 2 (two) years

13. Performance Guarantee (PG)

10% of the contracted value. Shall be valid for the warrantee period plus two months.

The SD shall be refunded / converted to PG

14. Contact Persons details Shri OB Vasudevan, Senior Programmer Railway Board Computer Centre Room No. 476H, Rail Bhavan Ministry of Railways, New Delhi 110001 Tel: +91 (11) 2338 2925

Table 1: Summary of Important Tender Information

Page 7: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 5 of 22

Technical Requirements

3 Terminology / Abbreviations / Definitions S No. Term / Abbreviation Detail 1. ABAS Aadhaar based Biometric Attendance System 2. API Application Programming Interface 3. ASA Authentication Service Agency 4. AUA Authentication User Agency 5. BAMS Biometric Attendance Management System 6. HMI Human – Machine Interface 7. ICS Independent Client System 8. NDA Non Disclosure Agreement 9. PCCS Personnel Computer based Client System 10. RB Railway Board 11. RTC Real Time Clock 12. SLA Service Level Agreement 13. UIDAI Unique Identification Authority of India Table 2: Terminology & Abbreviations

4 Pre-requisites (eligibility conditions) The firms desirous of participating in this tender shall necessarily meet the following criteria:

1. The firm shall be a registered company under the Companies Act 1956.

2. The firm shall be enrolled as an AUA and an ASA with the UIDAI on the date of issue of the tender document.

Note: All documentary evidence in support of the above pre-requisites shall be submitted by the bidder as a part of the bid. Ministry of Railways reserves the right to seek clarifications but no fresh documents shall be entertained.

5 Brief requirements overview The Aadhaar based Biometric Attendance System for Ministry of Railways at Rail Bhavan and its associated offices at New Delhi shall consist of the following sub-systems and function as described briefly in the paragraphs below.

The ABAS shall include:

1. PC based attendance marking client systems

2. Independent wall mounted attendance marking client systems

3. Server based data collation, information reporting and Biometric Attendance Management System (BAMS).

4. Services of AUA & ASA required for accessing authentication service of UIDAI.

Note:

The systems described above are expected to be networked. All systems shall interconnect using TCP/IP on Ethernet LAN interfaces (IEEE 802.3u 100BASE-TX) and/or on Wireless LAN (IEEE 802.11 b/g/n).

The supplied system shall use the existing LAN infrastructure of Ministry of Railways. Any devices needed to connect to this existing LAN shall be deemed to be a part of the equipment supply.

Page 8: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 6 of 22

Figure 1: UIDAI Authentication Service Overview (So urce UIDAI Website)

The ABAS system shall work as described below:

1. Capture biometric signatures of employees at the client side systems. The client side system shall present suitable HMI for capturing the employee details and requesting for the biometric signatures.

2. Use the UIDAI biometric signature authentication service to verify the same

3. Timestamp the transaction. The systems shall timestamp using the local RTC. It is expected that the RTC shall be synchronized to the central server application.

4. The timestamp and the verified employee ID shall be stored on the BAMS for reporting and use by other applications like: messaging, leave application, payroll etc. The BAMS shall store organization employee details in a hierarchical manner and shall be capable of processing the captured data by means of attendance rules which shall be configurable by the system manager. BAMS shall also provide features of reporting the captured information in form of configurable reports. BAMS shall be managed and used over a web based user interface.

5. ABAS shall function using the UIDAI authentication services as illustrated in the Figure 1 and is expected to function at the stages numbered 1, 6 & 7. The system integrator is expected to provide the services of AUA / ASA for implementation of ABAS and shall setup the required techno-administrative requirements.

6. The performance expected from the ABAS is tabulated in the table below.

S No. Parameter Detail 1. Biometric Marking of Attendance

including UIDAI authentication Atleast 80% of requests shall be complied in less than 5 seconds Atleast 95% of requests shall be complied in less than 10 seconds Remaining requests, if any, shall be complied by the process of buffered authentication.

Note: The system shall flag and list transactions that could not be completed.

2. Reporting attendance transaction by the clients to BAMS server

All transactions shall be reported within 60 seconds.

3. Report updates by the BAMS server Reports shall be updated by the BAMS application at rate better than once every five minutes.

4. Email and SMS dispatch The parameter shall be determined by mutual agreement at the time of implementation.

Table 3: ABAS Performance Metrics

Page 9: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI

6 Detailed requirementsThe figure 2 below depicts an overview of the ABAS architecture. The diagram shall be used as a guide for understanding. The implementing agency may suitably modify the ABAS architecture. Prior approval of the alternate architecture shall be requested.

Figure 2 : Overview of ABAS for Ministry of Railways The detailed requirements of the each of the subin the paragraphs below.

6.1 PC based Client SystemsThese client systems shall use the existing desktop / portable computers.

Note:

1. No computing hardware shall be required to be supplied.

2. All software supplied shall not require any client level licensing and the consignee shall be free to install and use number of instances of PCCS client software as required.

6.1.1 Form Each PCCS shall consist of

1. USB interface biometric scanner for iris:

2. USB interface biometric Scanner for fingerprint

3. Required biometric attendance of employees and also processing the same for daily attendance.

Version No: 1.0

Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI

requirements below depicts an overview of the ABAS architecture. The diagram shall be used as a guide

for understanding. The implementing agency may suitably modify the ABAS architecture. Prior approval of the alternate architecture shall be requested.

: Overview of ABAS for Ministry of Railways

The detailed requirements of the each of the sub-systems depicted in the ABAS architecture are

PC based Client Systems (PCCS) These client systems shall use the existing desktop / portable computers.

No computing hardware shall be required to be supplied.

All software supplied shall not require any client level licensing and the consignee shall be free to install and use number of instances of PCCS client software as required.

USB interface biometric scanner for iris: Quantity: 1 number

USB interface biometric Scanner for fingerprint. Quantity: 1 number

Required biometric attendance software, suitable to run on existing PC, capable of enrolling Aadhaar of employees and also processing the same for daily attendance. The operating system on the PC

Date Issued: 12/09/2014

Printed: 2014/09/12

Page 7 of 22

below depicts an overview of the ABAS architecture. The diagram shall be used as a guide for understanding. The implementing agency may suitably modify the ABAS architecture. Prior approval

ABAS architecture are provided

All software supplied shall not require any client level licensing and the consignee shall be free to install and use any

capable of enrolling Aadhaar The operating system on the PC

Page 10: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 8 of 22

shall be Microsoft Windows Vista or later. The PCCS software shall be suitable for working on both 32bit and 64bit operating systems.

Note:

1. The biometric scanners shall be as per latest UIDAI specification, validated and approved by STQC.

2. The client software shall preferably be web / JAVA based with zero footprint on the client system. Incase alternative options are given, specific approval shall be taken.

3. The PCCS client software shall be capable of working with any UIDAI / STQC approved biometric scanning device connected on the USB port.

6.1.2 Fit PCCS shall use an existing computer and configure / install required software on the same.

The biometric scanners shall be highly portable devices that shall be easily deployable at the working space and it shall be possible to store these in the table drawers. The devices shall not require dedicated space for mounting and use.

6.1.3 Function The function of the PCCS shall be as follows:

1. Deploy and run suitable HMI (The HMI shall be developed using ISO 9241:Ergonomics of Human System Interaction guidelines.) for the process requirements of ABAS.

2. Enable an enrolled user to punch the employee ID / Aadhaar and submit the biometric signature for time stamping, verification by UIDAI-CIDR.

3. Submit verified employee ID / timestamp to the BAMS.

Note:

1. The system shall not store any biometric signatures locally except during transactions. Once the transaction has concluded all biometric data captured shall be purged.

2. Incase of failure of network connectivity to UIDAI-CIDR, UIDAI norms for buffered authentication shall be followed.

4. Allow atleast one user to function as system manager who shall be authorized to submit attendance manually using the same application. This feature shall be password protected. The PCCS software shall flag this form of attendance while submitting it to the BAMS.

5. PCCS shall immediately, on completion of the transaction, transmit the data to BAMS. The process of submission shall be initiated by PCCS and responded by an appropriate listener at the server side.

Note: It is preferred that communication is initiated by the client systems. If a different process is implemented, specific approval shall be taken.

6.1.3.1 System health monitoring system Each PCCS shall have suitable system health monitoring system that shall report the working health of the complete system to BAMS at a suitable / configurable update rate.

6.1.4 Interface The following interfaces are mandatory

1. Biometric scanners shall compatible to USB2.0. Power shall be provided by the USB port and no separate power supply shall be required.

Page 11: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 9 of 22

2. The PCCS software shall communicate to the BAMS over the existing TCP/IP stack of the computer system.

6.2 Independent Client Systems (ICS) ICS shall be independent system with its own computing resources as detailed here.

6.2.1 Form ICS shall be small sized wall mountable equipment with integrated finger print and iris scanners. It shall also have a suitable HMI for meeting the functional requirements.

ICS shall be housed in the form of rugged casing containing all components. The entire system shall be capable of mounting on the wall. Required clamping equipment shall be provided as a part of the supply. Mounting of the system is considered a part of the supply.

Each ICS shall consist of

1. USB interface biometric scanner for iris: Quantity: 1 number

2. USB interface biometric Scanner for fingerprint. Quantity: 1 number

3. Required biometric attendance software, capable of enrolling Aadhaar of employees (for the purposed of attendance) and also processing the same for daily attendance.

Note: The biometric scanners shall be as per latest UIDAI specification, validated and approved by STQC.

The power supply, battery backup, networking equipment and the required cables are included as a part of the supply.

6.2.1.1 Size / weight The following size / weight of the unit are recommended.

• Length: 400mm (max)

• Breadth: 400mm (max)

• Depth: 200mm (max)

• Weight: 6kg (max)

Note: The above size / weight are provided for guidance. Deviations, if exceeding the values provided above, shall need specific approval.

6.2.1.2 Requirement of the equipment enclosure The ICS enclosure shall be compliant to the following

S No. Parameter Requirement 1. Enclosure ingress protection Compliant to IP54 or better (IEC60529) 2. Degree of protection Compliant to IK08 or better (IEC62262) Table 4: ICS enclosure requirement

Note: It is possible that some HMI components of the ICS may not be compliant to the above as these are governed by the UIDAI / STQC specifications. These components shall be identified and excluded.

6.2.2 Fit ICS shall be encased as monolithic equipment designed to be wall mounted.

6.2.3 Function The function of the ICS shall be as follows:

Page 12: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 10 of 22

1. Deploy and run suitable HMI (The HMI shall be developed using ISO 9241: Ergonomics of Human System Interaction guidelines.) for the process requirements of ABAS.

2. Enable an enrolled user to punch the employee ID / Aadhaar and submit the biometric signature for time stamping, verification by UIDAI-CIDR.

3. Submit verified employee ID / timestamp to the BAMS.

Note:

1. The system shall not store any biometric signatures locally except during transactions. Once the transaction has concluded all biometric data captured shall be purged.

2. Incase of failure of network connectivity to UIDAI-CIDR, UIDAI norms for buffered authentication shall be followed.

4. ICS shall immediately, on completion of the transaction, transmit the data to BAMS. The process of submission shall be initiated by ICS and responded by an appropriate listener at the server side.

Note: It is preferred that communication is initiated by the client systems. If a different process is implemented, specific approval shall be taken.

6.2.3.1 Battery backup The system shall be built-in battery backup operations upto one hour.

6.2.3.2 System health monitoring system Each ICS shall have suitable system health monitoring system that shall report the working health of the complete system to BAMS at a suitable / configurable update rate.

6.2.4 Interface ICS shall have the following interfaces for installation and connection to the exterior ecosystem

1. Power supply shall be capable to connecting to Indian Standard 230VAC/50Hz unregulated, using a 5A plug top with protective ground (BS543 Type D 3 pin plug)

2. Network Interface over wireless on IEEE 802.11 b/g/n

3. Optional: Network interface on IEEE 802.3u 100BASE-TX on RJ45 connector

6.3 Biometric Attendance Management System (BAMS) The BAMS shall be a web enabled server based system for collation of data from the client devices and processing / presentation and management of the information for ABAS. The system shall meet the following specific requirements as described in the following paragraphs.

6.3.1 Form BAMS shall be server system complete with the required software designed to meet the functional requirements listed in this specification.

The BAMS shall consist of atleast two servers configured as the primary and a secondary as hot standby. The servers shall preferably be configured as load balancing and failover cluster. The software application stack used shall be preferably open source software.

Note:

1. No detailed specification of the server hardware and software is provided. The implementing agency shall size the servers for meeting the functional requirement of the ABAS.

Page 13: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 11 of 22

2. Specific approval shall be sought for the offered hardware and proposed software stack by the implementing agency for BAMS.

6.3.2 Fit BAMS servers shall be suitable to fit an IEC60297 (19 inch ) rack with a max depth of 900mm. The server height of each server shall not exceed 6U.

Note: Servers requiring lower rack units i.e. 1U to 3U are preferred.

The required hardware for mounting the servers in the existing rack shall be deemed to be a part of the supply.

6.3.3 Function The role and the functions of the BAMS shall consist of the following

1. Management / configuration of the data and information processing processes specifically for the following. Web based interface shall be provided to implement the management / configuration functions.

1.1. Employee Data in a hierarchical organization tree

1.2. Rules of attendance for automation of management of logged biometric attendance data.

1.3. Reports processed by the BAMS.

1.4. Email and SMS messaging system.

1.5. Sharing of the stored data with other applications

1.6. User access management.

2. The following functions shall be handled by BAMS

2.1. Collating data from the client devices

2.2. Processing / presenting reports through the website based on definable rules.

2.3. Messaging the employees about the attendance status based on definable rules.

2.4. Allowing all system users to log into the system to see their own attendance and also of the personnel reporting to them and as well as all the personnel below them in the organizational hierarchy.

2.5. Incase of non-conformance to the defined rules of attendance the following options shall be presented:

2.5.1. Initiation of process for application of leave

2.5.2. Initiation of process for recording of reason of absence for approval and regularization by the reporting officer.

2.5.3. Messaging the user.

3. Status of system health monitoring and reporting

3.1. The status and the health of all client units shall be monitored and reported via a web based interface on a periodic basis to enable timely necessary corrective action.

3.2. The BAMS shall also provide a report indicating the requirement of the system SLA and status of compliance to the same.

Note: The description of functions given here are only for guidance. The option for application modification and development shall be exercised after a joint study by the system managers and the personnel of the implementing agency.

Page 14: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 12 of 22

6.3.4 Interface BAMS shall have the following interfaces for installation and connection to the exterior ecosystem

1. Power supply shall be capable to connecting to Indian Standard 230VAC/50Hz unregulated, using a 5A plug top with protective ground (BS543 Type D 3 pin plug)

2. Network interface on IEEE 802.3 1000BASE-TX on RJ45 connectors: two ports shall be provided per server.

3. Feature for administration remote login with options like remote desktop / team viewer shall be provided.

4. BAMS application management and user interface shall be web based with zero footprint clients.

6.4 Web Based clients Web based clients shall consist of existing PC’s equipped with suitable web browsers. All users (including the application administrators / managers) shall access the BAMS application via such clients.

Note: The web based client system is not a part of the scope of supply. This is detailed here for the sake of completeness.

6.5 UIDAI Linkage for Authentication The implementing agency shall also provide access to the UIDAI CIDR for biometric authentication services. This shall be implemented via the AUA / ASA chain as prescribed by UIDAI.

Note: If needed, the implementation agency shall provide all required assistance to the Ministry of Railways for enrolment as a Sub-AUA for the purpose of implementation of the ABAS.

7 Environmental/Climatic requirements All equipment (with the exception of BAMS servers) supplied shall be suitable to work in normal non-air-conditioned office spaces. The implementing agency shall ensure that the equipment is suitable to meet the local environmental conditions.

The mains powered equipment shall be capable of working without any form of externally mounted voltage regulation or protection equipment.

All protection and regulation equipment required shall be deemed to be part of the supply.

8 Safety requirements All mains powered equipment shall be designed to be safe to use by the personnel. Adequate safety measures shall be ensured by the implementing agency and shall be deemed to be a part of the supply. The safety measures may include: double insulation, protective grounding and use of RCCB’s etc.

9 Life cycle management The implementing agency shall ensure that the supplied system shall meet the following requirements for the lifecycle of the system.

9.1 Expected life The expected life of all supplied equipment shall be atleast 5 years.

The system shall work, as described in this document and subsequently detailed in the documentation provided by the firm as a part of the system supply, during this life span.

9.2 Expected support during working life All required support form maintenance and modification of the ABAS, in terms of spares, technical service personnel, application modification shall be rendered by the implementing agency.

Page 15: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 13 of 22

Incase of insolvency, discontinuation of business, discontinuity of services demanded, the implementing agency shall advise suitable alternate agency and also handover the complete system design details to the consignee. These details shall consist of the following:

1. Detailed bill of materials and the sources

2. All technical specifications and details of referred standard specifications

3. All relevant engineering drawings.

4. Software source code.

5. Any other detail that may be deemed necessary for continued operation of the system.

9.3 End of equipment life management The implementing agency shall at the end of life of system provide the following options to the purchaser

1. Buyback and upgradation of the systems.

2. Disposal of the system as per the extant norms of eWaste handling.

3. Handing over the information as detailed under para 9.2 on demand.

10 Accessories, Spares &Diagnostic Aids The implementing agency shall study the system operational requirement and list the required accessories, spares and required diagnostic aids and quote for the same as part of their proposal.

11 Drawings Any drawings required for installation and commissioning of the system / equipment shall be provided as a part of the proposal.

12 Documentation The implementing agency shall provide full documentation required for operation / management / maintenance of the system, alongwith the supply of the system.

13 Training The system users / managers / maintainers shall be trained at site of operation by the implementing agency.

14 Tests & Verification All supplied equipment shall be inspected by the authorized representative of the Ministry of Railways.

14.1 3rd Party test certificates Equipment validated and approved by UIDAI / STQC shall be accompanied with the certificate of approval issued for the specific model of equipment.

15 Painting, labeling and marking The equipment shall be appropriately painted for aesthetics and protection. The parts, connector ports, mounting points etc shall be clearly marked in a manner that these are easily readable and remain legible over the lifetime of the equipment.

ID plate Name of Component, Make, Sl. No, Date of Manufacture, Ratings shall be provided on all assemblies/subassemblies.

16 Packaging and delivery/shipment The equipment consists of sensitive and fragile electronic systems. These should be packed with precautions required to prevent damage in transit.

Page 16: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 14 of 22

17 Intellectual property rights The IPR of the system design shall be owned by the system integrator. However, where required by the consignee, the details of interfacing API / communication protocols, data-structures etc. shall be provided for sharing of information for use by other applications used at the consignee premises. Where required a separate Non-Disclosure Agreement, if required, shall be signed between the consignee and the implementing agency / system integrator to facilitate this requirement.

All data captured by the system shall be owned by the Ministry of Railways and under no circumstances shall be shared with any third party without prior written permission.

Page 17: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI

Special Conditions

18 Invitation of Bid Sealed quotations are invited by Director ME(C&Railways, Raisina Road, New Delhidocument).

The scope of work shall be: “Design, integration, supply, installation, commissioningsupport for operations and maintenance of ABAS” document.

19 Details for tender openingAll required details are provided in

20 Instruction for submission of offer1. Offer should be submitted in

1.1. “Quotation for ABAS : TECHNICAL BID”

1.2. . “ Quotation for ABAS

1.3. Each envelope should have the name and address of t he company mentioned on the outside.

Note: The bidder must ensure thainstructed here. Incase these are found together, the offer shall be rejected

2. Complete offer duly signed and sealed in envelopand place prior to tender box closing time mentioned in this document.

3. The tender box will be kept at the location indicated and will be opened at the same place on the specified time. Tenderers or their representatives who may like to be present there may do However, the purchaser shall have a right to change the date and time of opening of the bid and intimate the tenderers accordingly. Tenderers should however, note that if the date of tender opening is declared a closed holiday, the tender shall be openand location.

4. The responsibility of submitting the offers at the prescribed place as per the due date and time shall lie with the tenderer. Offers received after the tender closing date and time shall be summarirejected.

5. All information in the offer must be in English. Information in any other language must be accompanied by its authenticated translation in English; failure to comply with this may render the offer liable to be rejected. In the event of any disEnglish and its English translation, the English translation will prevail.

6. The submission of the bid will be deemed to imply that the tenderer accepts the terms and conditions indicated in this tender document.

7. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the bid and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered anthereof.

8. Any communication or notice by the Purchaser in relation to the contract may be issued to the tenderer/ contractor by any one or more of the following modes: registered post, under certificate of posting, by ordinary post, by hand delivery, by email, by fax. The mode of communication shall be at the option of the purchaser and he shall not be liable for any delays regarding the same.

Version No: 1.0

Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI

Sealed quotations are invited by Director ME(C&IS), on behalf of Secretary, Railway Board, Ministry of Railways, Raisina Road, New Delhi-110001, (also referred to as “Consignee or Purchaser

The scope of work shall be: “Design, integration, supply, installation, commissioningsupport for operations and maintenance of ABAS” as per details and terms & conditions given in this

Details for tender opening in Table 1.

Instruction for submission of offer ted in two sealed envelopes boldly marked as detailed below

: TECHNICAL BID”

Quotation for ABAS : FINANCIAL BID”

Each envelope should have the name and address of t he company mentioned on the

Note: The bidder must ensure that the technical and the financial bids are kept in separate envelopes as instructed here. Incase these are found together, the offer shall be rejected.

Complete offer duly signed and sealed in envelopes should be submitted at the indicated date, time lace prior to tender box closing time mentioned in this document.

The tender box will be kept at the location indicated and will be opened at the same place on the specified time. Tenderers or their representatives who may like to be present there may do However, the purchaser shall have a right to change the date and time of opening of the bid and intimate the tenderers accordingly. Tenderers should however, note that if the date of tender opening is declared a closed holiday, the tender shall be opened on the next working date at the same time

The responsibility of submitting the offers at the prescribed place as per the due date and time shall lie with the tenderer. Offers received after the tender closing date and time shall be summari

All information in the offer must be in English. Information in any other language must be accompanied by its authenticated translation in English; failure to comply with this may render the offer liable to be rejected. In the event of any discrepancy between an offer in a language other than English and its English translation, the English translation will prevail.

The submission of the bid will be deemed to imply that the tenderer accepts the terms and conditions ment.

It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the bid and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account

Any communication or notice by the Purchaser in relation to the contract may be issued to the tenderer/ contractor by any one or more of the following modes: registered post, under certificate of

, by ordinary post, by hand delivery, by email, by fax. The mode of communication shall be at the option of the purchaser and he shall not be liable for any delays regarding the same.

Date Issued: 12/09/2014

Printed: 2014/09/12

Page 15 of 22

IS), on behalf of Secretary, Railway Board, Ministry of Consignee or Purchaser” in this tender

The scope of work shall be: “Design, integration, supply, installation, commissioning and providing as per details and terms & conditions given in this

detailed below

Each envelope should have the name and address of t he company mentioned on the

t the technical and the financial bids are kept in separate envelopes as

should be submitted at the indicated date, time

The tender box will be kept at the location indicated and will be opened at the same place on the specified time. Tenderers or their representatives who may like to be present there may do so. However, the purchaser shall have a right to change the date and time of opening of the bid and intimate the tenderers accordingly. Tenderers should however, note that if the date of tender opening

ed on the next working date at the same time

The responsibility of submitting the offers at the prescribed place as per the due date and time shall lie with the tenderer. Offers received after the tender closing date and time shall be summarily

All information in the offer must be in English. Information in any other language must be accompanied by its authenticated translation in English; failure to comply with this may render the

crepancy between an offer in a language other than

The submission of the bid will be deemed to imply that the tenderer accepts the terms and conditions

It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the bid and successful tenderer shall take upon himself and provide for the risk of

d shall make no subsequent claim on account

Any communication or notice by the Purchaser in relation to the contract may be issued to the tenderer/ contractor by any one or more of the following modes: registered post, under certificate of

, by ordinary post, by hand delivery, by email, by fax. The mode of communication shall be at the option of the purchaser and he shall not be liable for any delays regarding the same.

Page 18: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 16 of 22

21 Earnest Money Deposit 1. Bid must be accompanied with Earnest Money deposit (EMD) of value and validity as indicated,

drawn in favour of “Secretary, Railway Board”, payable at New Delhi.

2. The EMD should be submitted in either of the following formats: Deposit Receipts/ FDR, Pay Orders, Demand Drafts. These forms of EMD could be of any Nationalized Bank in favour of Secretary, Railway Board.

3. Earnest money shall have to be submitted with the offer irrespective of the fact whether any such amount is lying with the Ministry of Railways in any form.

4. No offer will be considered without the earnest money in the requisite form. Offers without EMD shall be summarily rejected.

5. Complete EMD is liable to be forfeited if the tenderer withdraws or amends, impairs or derogates from the bid in any respect within the period of validity of the bid (whether originally fixed or extended). This shall be irrespective of the number of items for which the offer of the tenderer is considered eligible for finalization of the contract/ placement of supply order.

6. If the validity of the offer is extended, the validity of Earnest Money Deposit shall also be extended failing which the offer after the expiry of the aforesaid period shall not be considered by the purchaser.

7. Earnest Money of all the unsuccessful tenderers shall be refunded/ returned by the Purchaser as early as possible after the finalization of the contract or decision has been taken on the offers. The EMD of the successful tenderer shall be adjusted against the security deposit (if requested).

22 Details of Items tendered The list and the quantity of items tendered for is provided in the table at Annexure B.

The tenderers are requested to kindly fill all the details as per the specified format.

22.1 Variation in quantities during execution Purchaser reserves the right to vary the quantity listed in the details of the items tendered. This shall be as detailed in the GCC (July 2014 clause 42.4)

23 Instructions for the content of offers 1. Conditional or ambiguous offers are liable to be ignored. Tenderers should not quote any

restriction/condition on the quantity/value/availability etc for any item(s)/combination of item(s).

2. Tenderers are required to quote on firm price basis. The tenderer should quote unit prices for individual items as per the list in this tender document. All Prices shall be in Indian rupees and no foreign exchange/import license shall be provided for any item.

3. The tenderer shall be entirely responsible for all statutory levies, taxes, duties, license fees, octroi etc. as applicable for execution of the supply order.

4. VAT/other statutory levies, if any should also be clearly mentioned in the quotation. If VAT/other statutory levies are not quoted separately, the rates quoted shall be deemed to be inclusive of any VAT/other statutory levies. In such cases tenderer will have no right to demand and charge/additions to such charges as may be levied, subsequent to opening of the bid. In case VAT etc is quoted extra as applicable without indicating the actual/applicable rate of VAT, the offer shall be evaluated for comparison purpose by loading maximum existing applicable rate of VAT on the same. In such cases, or even in case there is a change in the statutory tax regime after the date of tender opening, the tax regime as applicable on the date of tender opening shall be considered for evaluation purposes.

5. Tenderers are advised not to indicate any separate discount. Discount, if any should preferably be merged with the quoted prices. Discount of any type indicated separately will not be taken into account for evaluation purpose.

24 Clarification on the offer To assist in the examination, evaluation and comparison of bids, purchaser may ask the tenderer individually for a clarification on his offer. Such reply shall be given within the time limit mentioned in the

Page 19: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 17 of 22

intimation issued by the purchaser, failing which purchaser will be at liberty to conclude that nothing further is to be submitted by the tenderer on this matter.

25 Right to reject offer Purchaser reserves the right to reject any or all offers without assigning any reason.

26 Project Schedule (Proposed) The schedule of the project is proposed in table below. The bidder’s shall confirm the acceptance of the same.

Incase of variance, this shall be documented citing the reasons, and proposed for acceptance.

S No.

Activity Start Date End Date Remarks

1. Tender document Issue and response process

12-Sep-14 22-Sep-14

2. Tender submission & opening of technical bid

22-Sep-14 22-Sep-14

3. Letter inviting for PoC demonstration issued to eligible bidders.

22-Sep-14 23-Sep-14 After initial scrutiny of offers for confirmation of eligibility.

4. Preparation of the Proof of Concept demonstration (PoC)

23-Sep-14 7-Oct-14 If all eligible firm's agree this can be preponed

5. PoC demonstration and opening of financial bid of bidders with successful PoC

7-Oct-14 7-Oct-14 The financial bids of the firms that have given a successful PoC shall be opened.

6. Issue of letter of acceptance 7-Oct-14 9-Oct-14 7. Preparation & Signing of

Agreement 9-Oct-14 24-Oct-14 Activity to be done parallelly to the supply activity

8. Supply of client systems and initial BAMS software

9-Oct-14 24-Oct-14

9. Installation commissioning and inspection

9-Oct-14 24-Oct-14 Activity to be done parallelly to the supply activity.

10. Formal Start of ABAS 27-Oct-14 27-Oct-14 11. Development, localization of

BAMS application software 9-Oct-14 6-Jan-15

12. Warranty period support 6-Jan-15 5-Jan-17

Table 5: Project Schedule

Note:

1. All hardware and the software shall be delivered, inspected, installed and commissioned within 15 days of the issue of letter of acceptance. The contractor shall also ensure on the site training for operation of the system during this period

2. The server software for BAMS shall be capable of reporting and managing the logged attendance immediately on delivery & installation. Further localization and development of the BAMS software, shall be done within 90 days after the installation.

3. .Installation shall be considered complete only when all machines start reporting the biometric attendance data and same is presented via the applications deployed on the BAMS server

27 Proof of concept All eligible bidders shall demonstrate the proof of concept (PoC) of ABAS as per the schedule detailed under the clause of Project Schedule.

The PoC demonstration shall be arranged at Ministry of Railways, Rail Bhavan, New Delhi by the successful tenderer at their own cost.

Failure to deliver the PoC in the specified time duration shall result in forfeiture of the EMD.

Page 20: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 18 of 22

The purchaser shall reserve the right to extend date for PoC or discharge the tender.

27.1 PoC Demonstration Content The PoC of ABAS shall require demonstration of the following:

1. PC based attendance system as detailed in this document.

2. Prototype of the wall mounted attendance system as detailed in this document.

3. Working demonstration of the above listed system with a live linkup to UIDAI.

4. Demonstration of the BAMS application especially the following

4.1. Planned functionality of the reporting module

4.2. Planned Data structure / database system for handling the employee data.

4.3. Planned Data structure / database system for handling the attendance data.

Note:

1. The PoC shall consist of a presentation, and live demonstration. If required the bidder may provide handouts.

2. The duration of the PoC shall not exceed 90 minutes per bidder.

28 Opening of the Financial Bid The financial bids of bidders who have successfully demonstrated the PoC shall be opened after completion of the demonstration.

29 Acceptance of offer The financial bids shall be scrutinized for commercial conditions and accepted if in accordance.

29.1 Intimation of acceptance Letter of acceptance shall be issued for initiating the work and requesting for a formal contract to be signed with the accepted terms and conditions.

The successful bidder shall be notified by post/ fax/ Email.

29.2 Initiation of work The contractor shall immediately, on receipt of letter of acceptance initiate the work.

29.3 Submission of Security Deposit (SD) The contractor shall also submit a security deposit (SD) of 10% of the value of the contract as per the details specified in the letter of acceptance.

1. The Security Deposit (SD) of value and validity as indicated, drawn in favour of “Secretary, Railway Board”, payable at New Delhi.

2. SD shall be submitted in either of the following formats: Deposit Receipts/ FDR, Pay Orders, Demand Drafts. These forms of SD could be of any Nationalized Bank.

3. SD shall have to be submitted irrespective of the fact whether any such amount is lying with the Ministry of Railways in any form.

4. The Earnest Money shall be adjusted against the security deposit on the request of the contractor.

29.3.1 Forfeiture of Security Deposit The part or whole of the security deposit shall be forfeited in case of failure to execute the project in the agreed time duration or if non-conformances reported are not rectified.

The decision of the purchaser shall be considered final.

Page 21: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 19 of 22

29.3.2 Return of Security Deposit Please see the payment terms.

29.4 Formal agreement of contract A formal contract agreement shall be signed for execution of the work after the required security deposit has been submitted.

30 Inspection The supplies provided by the contractor shall be inspected at Rail Bhavan, by the authorized representative deputed for the purpose.

All material supplied shall be new and free from manufacturing defects. Non conformance shall result in rejection of the supplied material.

30.1 Rejection Notwithstanding the delivery of stores at the destination, it shall be lawful for the Inspecting Officer or Interim Consignee or Consignee, to reject the stores or any part, portion or consignment thereof if such stores or part, portion or consignment thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever.

30.1.1 Consequence of Rejection If on the stores being rejected by the Inspecting Officer or Interim Consignee or Consignee at the destination, the Contractor fails to make satisfactory supplies within the stipulated period of delivery, the Purchaser shall be at liberty to: -

1. Require the Contractor to replace the rejected stores forthwith but in any event not later than a period of 5 (five) days from the date of rejection and the Contractor shall bear all cost of such replacement including freight, if any, on such replacing and replaced stores but without being entitled to any extra payment on that or any other account, or

2. Cancel the contract or a part thereof and if so desired purchase or authorize the purchase of the stores or others of a similar or different description separately from outside this Contract without risk and cost of the contractor.

3. In the event of action being taken under Sub clause (2) above, the Contractor shall not be entitled to any gain on such purchase and the manner and method of such purchase shall be in the entire discretion of the Purchaser. It shall not be necessary for the Purchaser to serve a notice of such purchase on the Contractor. However, the Purchaser shall be entitled on his part to forfeit in whole or in part thereof, the EMD/ Security deposit (SD) (as applicable) made by the Contractor.

30.1.2 Security of rejected items All rejected stores shall in any event and circumstances remain and always be at the risk of the Contractor immediately on such rejection.

31 Payment Payment shall be made as per the following schedule. The contractor shall make claim for the payment within 15 days after the successful completion of stages detailed below:

S No. Payment Stage Detail 1. 70% of the contracted

amount Payment of 70% of the contract amount shall be made after successful completion of the following stages: • Receipt and acceptance of the by the consignee • Completion of installation and training of users at site as

detailed. • Commissioning of the ABAS at all identified locations such that

the process of biometric attendance can be started. 2. Additional 20% (90%

Cumulative) Additional 20% of amount shall be released on completion of required development of BAMS software, its configuration and commissioning on the BAMS server.

Page 22: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 20 of 22

3. Remaining 10% Balance 10% payment shall be released on furnishing a Contract Performance Guarantee (PG) valid for a period of 2 months beyond the warranty period

4. Refund of Security Deposit

The contractor may request to convert security deposit submitted to be used at the performance guarantee at the time of the release of the final 10% of the payment. If the contractor opts for submission of a Bank Guarantee, then the security deposit shall be released alongwith the final installment of the payment.

Table 6: Payment Schedule

32 Contract Performance Guarantee (PG) The contractor shall deposit with the purchaser a sum equal to 10% as a performance guarantee for the due fulfillment of the contract. The deposit should be drawn in favour of “Secretary, Railway Board” payable at New Delhi.

32.1 Form of Contract Performance Guarantee (PG) The performance guarantee may be submitted in any of the following manner:

1. A deposit of Cash with Railway Board;

2. Deposit Receipts/FDR, Pay Orders, Demand Drafts. These forms of Performance Guarantee could be of any Nationalized Bank;

3. Irrevocable Bank Guarantee executed by any nationalized bank. The format of Bank Guarantee shall be as per format indicated in Annexure C .

Note:

1. Where the Performance Guarantee is submitted under clause (2) or (3) above, it shall be in favour of Secretary, Railway Board.

2. Wherever deposit is submitted through a Bank Guarantee, the issuing Bank should be intimated to send the Bank Guarantee directly to the Purchaser, at the address mentioned for dropping tenders, by the issuing Bank under registered post AD.

32.2 Modifications to the performance guarantee ins trument The Contract Performance Guarantee (PG) shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the contract.

As and when an amendment is issued to the contract, the contractor shall, within fifteen days of the receipt of such an amendment furnish to the Purchaser an amendment to the security deposit rendering the same valid for the contract as amended.

32.3 Failure to submit a PG instrument If the Contractor, having been called upon by the Purchaser to furnish PG, fails to make and to maintain a PG deposit within the specified period, it shall be lawful for the Purchaser -

1. To recover from the Contractor the amount of such PG deposit by deducting the amount from the pending bills of the Contractor under the contract or any other contract with the Purchaser or the Government or any person contracting through the Purchaser or otherwise howsoever, or

2. Cancel the contract or a part thereof and if so desired purchase or authorize the purchase of the stores or others of a similar or different description separately from outside this Contract without risk and cost of the contractor.

3. In the event of action being taken under Sub clause (2) above, the Contractor shall not be entitled to any gain on such purchase and the manner and method of such purchase shall be in the entire discretion of the Purchaser. It shall not be necessary for the Purchaser to serve a notice of such purchase on the Contractor. However, the Purchaser shall be entitled on his part to forfeit in whole or in part thereof, the EMD/ Security deposit (SD) (as applicable) made by the Contractor.

Page 23: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 21 of 22

The decision of the Purchaser regarding any of the above shall be final.

32.4 Forfeiture of Performance Guarantee The Purchaser shall be entitled and it shall also be lawful on his part to forfeit the said performance guarantee in whole or in part in the event of any default, failure or neglect on the part of the contractor in the fulfillment or performance in all respect of the contract under reference or any other contract with the Purchaser.

Purchaser shall also be entitled to deduct from the said deposits any loss or damage which the Purchaser may suffer or be put by reason of or due to any act or other default, recoverable by the Purchaser from the contractor in respect of the contract under reference or any other contract.

32.5 Return of Performance Guarantee Deposit On the Performance and completion of the contract in all respects the PG deposit will be returned to the Contractor at the earliest without any interest.

33 Warranty All equipment / application programs shall be supported for a period of two years from the date of commissioning. All services required for warranty support shall be provided on site.

The following is the expected metrics of SLA for the ABAS during the operational period under warranty.

S No.

System Expected Performance

1. PCCS 95% of the PCCS shall be operational on demand. The replacement required if any shall be provided by the next working day.

2. ICS 95% of the ICS shall be operational on demand. The replacement required if any shall be provided by the next working day.

3. BAMS The BAMS server shall be operational on demand more than 99% of the time. This shall exclude periods of mutually agreed scheduled downtime.

Table 7: SLA metrics during warrantee operations The above detailed SLA metrics shall be monitored and reported continuously using software on the BAMS server.

Failure to meet the SLA metrics shall result in forfeiture of part of full amount performance guarantee. The decision of the authorized representatives of Ministry of Railways, in regard shall be final and binding.

34 Duration of the contract The contract shall be for a period as detailed in the table below:

S No. Life cycle stage of Contract

Detail

1. Two year The initial contract shall be signed for a period of two years from date of commissioning of the system. The system shall be maintained / operated under warrantee during this period.

2. 3rd year Separate contract shall be entered for maintenance of system under an AMC contract during this period. The contractor shall be bound to provide a viable and workable offer for maintenance / operation of the system during this period. Incase of failure to meet this requirement, the Ministry of Railway, reserves the right to initiate required action as detailed in clause 9.

3. 4th year

4. 5th year

Table 8: Lifecycle stages of the contract

35 Laws governing the contract This contract shall be governed by the Laws of India for the time being in force.

Irrespective of the place of delivery, the place of performance or place of payment under the contract, the contract shall be deemed to have been made at the place from which the acceptance of tender has been issued.

Page 24: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 22 of 22

36 Indemnities and Liabilities The tenderer shall indemnify and protect the purchaser from and against all actions, suits, proceedings losses, costs, damages, charges, claims and demands of every nature and description brought against or recovered from purchaser by reasons of any act or omission of the contractor, his agents or employees, in the execution of the works, supply of material, or in the guarding of the same.

Any liabilities arising out of breach of any obligation(s) commonly applicable in Indian or International law or regulation or intellectual property right infringements etc shall not be limited by this agreement and the tenderer shall be solely and completely responsible for any such violation on his part.

37 Insurance The contractor will be responsible till the entire goods contracted, arrive in good condition at destination site as mentioned in the delivery schedule and the tenderer shall, at his own cost, unconditionally replace/rectify the goods lost/damaged to the entire satisfaction of the consignee.

38 Local conditions It will be the sole responsibility of the contractor to fully acquaint himself with all the local conditions and factors, which could have any effect on the performance of the contract and/or the cost.

39 Applicability of General Conditions of Contract The relevant terms and conditions of the INDIAN RAILWAY STANDARD GENERAL CONDITIONS OF CONTRACT shall be applicable. The softcopy of the current version is attached.

All are expected to be familiar with this document.

40 Settlement of disputes and jurisdiction

40.1 Arbitration In the event of any question, dispute or difference arising under these conditions or any special conditions of contract, or in connection with this contract (except as to any matters the decision of which is specially provided for by these or the special conditions) the same shall be referred to the sole arbitration of a Gazetted Railway Officer appointed to be the arbitrator, by the Secretary Railway Board or his representative or by the person who has signed the contract. The Gazetted Railway Officer to be appointed as arbitrator however will not be one of those who had an opportunity to deal with the matters to which the contract relates or who in the course of their duties as railway servant have expressed views on all or any of the matters under dispute or difference. The award of the arbitrator shall be final and binding on the parties to this contract.

Subject to as aforesaid, Arbitration and Conciliation Act 1996 and the Rules there under any statutory modification thereof shall apply to the Arbitration proceedings under this Article.

40.2 Jurisdiction The jurisdiction for settlement of any disputes through Court under this contract shall be at Delhi.

41 Force Majeure In the event of any unforeseen event directly interfering with the supply of stores arising during the currency of the contract, such as insurrection, restraint imposed by the Government act of legislative or other authority; war, hostilities, act of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restriction, strikes, lockouts, or act of God, the tenderer shall, within a 14 days from the commencement thereof, notify the same in writing to the Purchaser with reasonable evidence thereof. If the force major condition(s) mentioned above be in force for a period of 60 days or more at any times, the purchaser shall have the option to terminate the contract on expiry of 60 days of commencement of such force majeure by giving 14 days notice to the tenderer in writing. In case of such termination, no damages shall be claimed by either party against the other, save and except those which had occurred under any other clause of this contract prior to such termination.

Page 25: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 1 of 1

Annexure A

TENDER FORM

Tender No.: 2014/RBCC/7/10/Biometric Name of Work: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways To The President of India Acting through the Director Mech. Engg. (C&IS), Ministry of Railways, Railway Board 1. I/We ____________________ have read the various conditions to tender attached hereto and agree

to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of ________ days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for _______ Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within ____________ months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the Indian Railways General Conditions Of Contract 2014, with all correction slips up-to-date and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for the present contract.

3. A sum of Rs. ___________ is herewith forwarded as Earnest Money. Full value of the earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if :

3.1. I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready; and

3.2. I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of Tenderer(s)

Date ________________

Address of the Tenderer(s)

______________________

Signature of Witnesses: (1) ___________________ (2) ___________________

Page 26: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 1 of 1

Annexure B

Format for Quoting Rates (SCHEDULE OF RATES AND QUA NTITIES)

S. No.

Description Quantity Unit

Unit Rates (inclusive of all taxes & levies)

Total Value (Calculated from the figures given in this table)

Unit Rate (Figures)

Unit Rate (In Words)

Total Value (Figures)

Total Value (In Words)

1. PCCS

275 Numbers

2. Wall mounted ICS

25 Numbers

3. BAMS server

2 Numbers

4. Application software development

1 Job

5. Installation and commissioning

1 Job

GRAND TOTAL

Note: 1. This form shall be printed and submitted duly filled and signed alongwith the FINANCIAL BID ONLY 2. The evaluation shall be done on the basis of the total cost. 3. The rates are requested in the details above. The offer shall be decided on the total value quoted. 4. The details of duties and taxes & levies shall be provided on a separate sheet duly signed. 5. Any terms and conditions shall be provided on a separate sheet duly signed.

Page 27: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 1 of 2

Annexure C

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE BOND

Date ……………..

Bank Guarantee No…………………………………………………………

To

Sr Programmer, Railway Board Computer Centre, (For Secretary, Railway Board) Ministry of Railways Rail Bhawan Raisina Road New Delhi – 110 001

1. In consideration of the President of India (hereinafter called 'the Government') having agreed to exempt _______________________________ [hereinafter called 'the said Contractor(s)'] from the demand, under the terms and conditions of an Agreement dated ___________ made between _______________________________________________ and ___________________________________for_____________ (hereinafter called 'the said Agreement'), of security deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for ₹__________ (Rupees______________________________________ Only) We, ______________________________________________________________, (hereinafter referred (indicate the name of the bank) to as 'the Bank') at the request of _________________________________________________ [contractor(s)] do hereby undertake to pay to the Government an amount not exceeding ₹ ______________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We _______________________________________________________ (indicate the name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the contractor(s)' failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding ₹ _______________.

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We,_____________________________________________________________ (indicate the name of bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till__________________________________ Office/Department/Ministry of________________________________ certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s)

Page 28: आधार आधारत बॉयोमी क उप थितindianrailways.gov.in/railwayboard/rb/tender/1410784160636_ABAS... · marking and management system for a total

Tender No: 2014/RBCC/7/10/Biometric Version No: 1.0 Date Issued: 12/09/2014

Tender Title: Aadhaar based Biometric Attendance System for Rail Bhavan and associated offices of Ministry of Railways.

MINISTRY OF RAILWAYS, RAILWAY BOARD, NEW DELHI Printed: 2014/09/12

Page 2 of 2

and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ___________________________________________ we shall be discharged from all liability under this guarantee thereafter.

5. We, _______________________________________________ (indicate the name of bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/Supplier(s).

7. We, ________________________________________ (indicate the name of bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

8. Dated the ____________ day of ___________ _____ for ______________________________ (indicate the name of the Bank).