SURAT MUNICIPAL CORPORATION

SURAT MUNICIPAL CORPORATION Expression of Interest (EOI) for Selection of Financial Institution for providing Smart card based multimodal Fare Collec...
Author: Dorothy Harper
20 downloads 0 Views 946KB Size
SURAT MUNICIPAL CORPORATION

Expression of Interest (EOI) for Selection of Financial Institution for providing Smart card based multimodal Fare Collection System for Transportation system and related payments For other services of Surat Municipal Corporation

October, 2014

City Engineer Surat Municipal Corporation, Mughal Sarai, Surat- 396 003, Gujarat

Disclaimer Surat Municipal Corporation (herein after called the Employer) has prepared this Expression of Interest (EOI) document solely to assist prospective Bidders in making their decision of whether or not to bid. While Employer has taken due care in the preparation of information contained herein and believes it to be accurate, neither the Employer or any of its authorities or agencies nor any of their respective officers, employees, agents or advisors gives any warranty or make any representations, express or implied as to the completeness or accuracy of the information contained in this document or any information which may be provided in association with it.

This information is not intended to be exhaustive and interested parties are required to make their own inquiries and do site visits that it may require in order to submit the EOI. The information is provided on the basis that it is non–binding on Employer, any of its authorities or agencies or any of their respective officers, employees, agents or advisors.

Employer reserves the right not to proceed with the bidding/Procurement process at any stage without assigning any reasons thereof, or to alter the timetable reflected in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the EOI further with any party submitting a EOI.

No reimbursement of cost of any type will be paid to persons or entities submitting the EOI.

Copy of Published Tender Notice is placed below

Table of Contents 1

PREFACE .......................................................................................................................................................................... 6

2

INTRODUCTION ............................................................................................................................................................. 7 2.1 2.2

VISION FOR MULTI-MODAL COMMON PAYMENT SYSTEM (MMCPS) ........................................................................ 7 INTRODUCTION TO SMART CARD BASED FARE COLLECTION SYSTEM ........................................................................ 7

3

SCOPE OF WORK ......................................................................................................................................................... 10

4

DESCRIPTION OF BIDDING PROCESS ................................................................................................................... 11

5

QUALIFICATION CRITERIA AND EVALUATION PROCESS ............................................................................ 12 5.1 5.2 5.3

QUALIFICATION CRITERIA ........................................................................................................................................ 12 ADDITIONAL CONSORTIUM CRITERIA ....................................................................................................................... 12 EOI OPENING AND EVALUATION PROCESS ............................................................................................................... 13

6

EOI SUBMISSION ......................................................................................................................................................... 14

7

KEY DATES.................................................................................................................................................................... 15

8

OTHER INSTRUCTIONS ............................................................................................................................................. 16 8.1 8.2 8.3 8.4 8.5 8.6 8.7 8.8 8.9 8.10 8.11 8.12

EOI VALIDITY PERIOD ............................................................................................................................................. 16 EXTENSION OF PERIOD OF EOI VALIDITY ................................................................................................................ 16 MODIFICATION AND WITHDRAWAL OF BID............................................................................................................... 16 DISQUALIFICATION ................................................................................................................................................... 16 ONE EOI PER BIDDER............................................................................................................................................... 16 COST OF BIDDING ..................................................................................................................................................... 17 SITE VISIT ................................................................................................................................................................. 17 AMENDMENT TO EOI DOCUMENT ............................................................................................................................. 17 LATE PROPOSAL FOR EOI ........................................................................................................................................ 17 EMPLOYER’S RIGHTS AND OTHER TERMS................................................................................................................. 17 CORRUPT AND FRAUDULENT PRACTICES .................................................................................................................. 17 CLARIFICATION OF PROPOSAL SUBMITTED FOR EOI ................................................................................................. 18

LIST OF ANNEXURES ANNEXURE 1: COVER LETTER.................................................................................................................................................. 20 ANNEXURE 2: GENERAL INFORMATION ..................................................................................................................................... 21 ANNEXURE 3: FINANCIAL CAPABILITY STATEMENT .................................................................................................................. 22 ANNEXURE 4: EXPERIENCE STATEMENT .................................................................................................................................. 23 ANNEXURE 5: POWER OF ATTORNEY ....................................................................................................................................... 24 ANNEXURE 6: POWER OF ATTORNEY TO LEAD MEMBER ......................................................................................................... 26 ANNEXURE 7: JOINT BIDDING AGREEMENT .............................................................................................................................. 28 ANNEXURE 8: ANTI BLACKLISTING CERTIFICATE ...................................................................................................................... 29

1 PREFACE Transport sector is subject to a transformation that is shaped by information and communication technology (ICT). ICT is an enabling and integrative technology in nearly all areas of daily life, and it also affects urban transport and associated systems with a city. The technology changes the way travellers search for information and opens up innovative branding and marketing opportunities for the city. In transport, ICT helps to better organize transport flows, thus affecting the way people use the transport system. ICT is believed to be an enabling technology for the formation of a single multimodal transportation system that does not distinguish between transport modes. This is closely connected with national goal of increasing sustainable intermodal passenger transport. The overarching idea of a multimodal transportation ticketing system is to combine all modes on a single ticket. Integrated ticketing schemes aim at facilitating the combination of modes and the transfer between them by making the ticketing system as easy and attractive as possible. The integration of tariffs, operators and modes is proved to have a positive impact on transport demand. In their electronic version, integrated ticketing schemes could be extended to other applications. Most experts agree that multiple services, such as for purposes of retail or leisure or e-payment, seem to have a considerable attractiveness for the public transport sector, as this means added value for the customers.

2 INTRODUCTION 2.1

Vision for Multi-Modal Common Payment System (MMCPS)

SMC intends to implement Multi-Modal and Common Payment System (MMCPS). Multi-Modal and Common Payment System is intended to support interoperable multi modal transit ecosystem and associated infrastructure within SMC through electronic media like smart cards and mobile phones. The fare media could be issued by an authority (Transit Operator or FIs) and shall be accepted across transit services such as city buses, BRTS, pay toll fee, Parking facilities ,Swimming Pool , Sarthana Zoo, Aquarium etc and other Surat Municipal services etc. The initiative would offer tremendous ease and benefits to users by enabling a single instrument powerful enough to cater to all the transit and other needs. Commuter can use MMCPS for travelling from one place to another without getting into long queues to buy tickets through cash. The MMCPS card shall act as electronic money facilitating the travel payment and other payment needs of the users within Surat City. 2.2

Introduction to Smart Card Based Fare Collection System

SMC intends to implement interoperable multi modal transit ecosystem through smart fare media like cards or mobile phones. SMC intends to offers integrated electronic payment services to its users by making multi-modal smart card based Fare Collection available to them. The larger objective is to roll out this model along with all other transit operators for the acceptance of MMCPS cards on their networks and vice a versa and also allow the MMCPS operate at retail locations, parking systems and various other government and non-government services. To achieve its vision of MMCPS, SMC intends to appoint Financial Institution on board to manage the following requirement without any direct Capital Expenditure needs from SMC:

1. Issuance and personalization Infrastructure for distribution of smart card to commuters/general public, using public transport systems such as BRTS/City Bus Service/ Private bus/Taxi/Auto rickshaw, Parking Etc.

2. Creation/adoption of acceptance infrastructure for smart card which involves integration with the electronic fare media /card reading terminals at the intended locations. This also includes seamless adoption of card on retail payment / EMV enabled terminals world-wide;

3. Establishment of Smart card host management;

4. Operationalization of Central Clearance House;

5. The service provider of Smart Card Ticketing Solution shall set up an all components and services required for smooth functioning of the solution working closely with service entities and their fare collection service providers including the AFC service provider of BRTS and City Bus Service. SMC understands that Financial Institutions

are better positioned to handle this kind of business

functions. This EOI document is to identify a Co-branding Financial Institution partner to manage SMC co-branded Smart Card (hereunder called “S-Connect Card”) for its users with Surat City. The smart card should cater to all fare media types like daily, weekly, monthly passes and other ticketing. The SConnect Card shall be used as an e-Purse/Validity based product to meet commuters travelling needs. The S-Connect Card can also be used in retail outlets for making payments. SMC’s Multi-Modal Smart Card Fare Collection systems would allow automatic fare collection collateral and revenue collection & management services being delivered by Financial Institution. Financial Institution would pay SMC based on the usage of the services by cards over the SMC service network. A smart card is a card that is embedded with either a microprocessor and a memory chip or only a memory chip with non-programmable logic. The microprocessor chip can add, delete, and manipulate information on the card. Smart card would be similar to credit card in it’s size and will have gold contacts that would allow other devices to communicate with it. This card would provide solution to most of the problems faced by the commuters as it can be used multiple times, recharged with a selected value online whenever needed. Smart Card can be used in merchant outlets also. Advantages of using S- Connect Card for Fare Collection within SMC Network: 1. Smart cards offer capability to inter-operate payment systems with host of services in a city 2. Smart cards are secured, can't be read, copied, manipulated with, counterfeited or duplicated 3. Smart card protect privacy where needed 4. Smart cards are re-writable and can be recharged thousands of times 5. Smart card can contain digital log with location, date, time, person's stamp to record every transaction 6. Smart card can contain products like daily, weekly and monthly pass which comes along with an expiry based on the type of product. Smart cards can be configured to work as stored value epurse and can also be used to define the identity of the commuter and setup up corresponding rules. (For e.g. fares with concession for students or defence personnel’s) 7. Smart card can contain weekly pass, monthly pass or simply ticket that expires by certain date

8. Smart card fare system eliminates cash from the payment systems 9. Smart card fare systems remove burden of handling cash by drivers. It reduces monetary leakage. 10. Smart Fare Collection will permit to contribute to the overall improvement of the public transport network level of services, image, accessibility, with the main aim to facilitate and/or increase the use of public transport. Smart Fare Collection should be seen as a crucial mean that will benefit commuters within their mobility chain, and moreover within everyday life reducing the constraints / barriers of travelling with sustainable transports. How SMC Multi-Modal Smart Card based payment system is different 1. SMC’s S- Connect Card is designed with Interoperable across transit services 2. SMC’s S- Connect Card is designed open standards data format. 3. It is widely accepted card in all SMC transits and Merchant outlets. 4. It is can be extended to any transit services such as City Bus Service, BRTS, parking, Swimming Pool , Sarthana Zoo, Aquarium etc., who follows interoperable data formats. 5. Financial Institution manages the entire ecosystem through Central clearance house 6. Commuter can experience seamless transit experience across transit eco system. 7. SMC commuter can use SMC’s S- Connect Card as pre-paid, debit or credit cards.

3 SCOPE OF WORK The Financial Institution shall be responsible for successful completion / execution of the activities listed in the following table of requirements to enable SMC’s vision of Multi-modal Smart card Fare Collection System, as well as maintenance of the solution. The following table outlines the broad areas of scope of work for Financial Institution. SI. No. 1 2 3

4

Scope of Work Design, Printing/Manufacturing, Supply/Distribution, Marketing of SMC and FI Co-Branded SMART Card and Magnetic Card Design, develop and maintain Interoperable SMART Card Application and Card Data format Supply and maintain of personalization devices , Card Issuance at banks/merchant outlets and Personalization Management Design, Develop supply and Maintain Ticket vending Machines and Ticket value machines etc.,

5

Design, Develop and maintain Top-Up channels and e-Payment services

6

Design, Develop and Maintenance of Central Clearance house management

7

Design, develop and maintain the interface requirements with the ITS-ETS system

8

Design, Develop and Maintenance of Central Smart Card host Management

9

Security

10

Acceptance Testing of FI System

11

Documentation

12

Transition Management

13

Exit management

14

Support Management including Help Desk

15

SLA Monitoring

16

MIS and Reporting

17

Training

4 DESCRIPTION OF BIDDING PROCESS Surat Municipal Corporation has adopted a two stage (EOI + RFP) Bidding process (collectively the Bidding Process) in evaluating the Proposals. During the first stage of Expression of Interest (EOI), credible Bidders having requisite capability for undertaking the Scope of Work shall be shortlisted based on qualification criteria specified in section 5. Shortlisted Bidders based on EOI stage , shall be invited for Request for Proposal (RFP) stage . RFP document shall comprise detailed terms and conditions and Instruction to Bidder section. During this stage Shortlisted Bidders shall be asked for further information/technical solution and price bid/offer.

5 QUALIFICATION CRITERIA AND EVALUATION PROCESS 5.1

Qualification Criteria

The Bidder can submit its EOI either as a Single Bidder or together with Consortium provided meeting qualification Criteria specified below. The Bidder must meet Qualification Criteria in order to qualify for the RFP stage. 1) The Single Bidder must be a Nationalised Bank or Scheduled Bank (included in the Second Schedule of Reserve Bank of India (RBI) Act, 1934). In case , Bidder is a Consortium then one of the Member must be a Scheduled Bank and other members may be Financial Institution /Non Banking Financial Institutions/Banks registered with Reserve Bank of India. 2) The Single Bidder or one of the consortium member should have branch office or Head Office in Surat. 3) The Bidder should have Net worth of Rs 1000 crore as on 31st March, 2014 .

4) The Bidder should have its switch certified for operating credit/debit/prepaid debit card acquiring and issuing in India.

5) The Bidder or Bidder's contracted card agency proposed for the project must have the experience of Magnetic Card or Smart Card design and supply.

6) The Bidder should have a payment acceptance infrastructure of at least 500 POS machines at the time of submission of EOI.

7) Bidder should have a local technical team set-up in Surat for operations and support. 8) The Bidder should not be blacklisted by Government Agency in India or abroad.

5.2

Additional Consortium Criteria

A Consortium shall be eligible and qualified for consideration subject to meeting the additional conditions set out in hereunder. (i) Number of members in a consortium shall not exceed 2 (Two). (ii) Members of the Consortium together must meet Qualification Criteria specified in clause 5.1 (2) to (7). (iii) Each Member of consortium must meet Eligibility Criteria set forth in clause 5.1 (8) individually.

(iv) A Bidding Consortium is required to nominate a Lead Member. The Lead Member shall be authorised to sign the Proposal on behalf of the Consortium and do all deeds and acts on behalf of the Consortium. The nomination should be supported by a Power of Attorney in favor of the Lead Member as per format at Annexure 6. (v) An entity cannot be a member of more than one bidding Consortiums. An individual firm applying as a single Bidder cannot at the same time be member of any other Consortium bidding under this RFP. (vi) The Bidder bidding as Consortium shall provide a Joint Bidding Agreement between the consortium members as per Annexure 7. 5.3

EOI Opening and Evaluation Process a) The Employer will open the EOI on the date, time and place specified in Key Dates Section.

b) The Employer shall verify whether EOI submitted by Bidders are responsive with regards to timely submission, format of submission (as per EOI) and mode of submission (i.e submitted through either RPAD or Speed Post only). The proposal of Bidders determined to be non responsive shall be summarily rejected and not considered for further evaluation. c) Assessment of Qualification Criteria of only responsive EOI shall be carried out. d) The Bidders whose EOI are determined to be responsive and meeting Qualification Criteria shall be shortlisted for next stage of RFP (the “Shortlisted Bidders”). RFP shall be issued to only shortlisted Bidders.

6 EOI SUBMISSION The proposal for Expression of Interest (EOI) with qualification details , any other details and Annexure shall be submitted in a single copy format in sealed envelope to SMC office at address given below through RPAD or Speed Post only. “Chief Accountant Shri, Surat Mnicipal Corporation, Mugalisarai, Surat-395003. Gujarat. The sealed Envelope shall bear the following identification: 

Tender Notice No: (On line) No. City Engineer/BRTS/ 4/2014-15



Department: BRTS Cell.



Name of the Work: “Expression of Interest (EOI) for

Selection of Financial Institution for

providing Smart card based multimodal Fare Collection System for Transportation system and related payments within Surat Municipal Corporation” 

Indicate the name, address and contact details of the bidder.

Proposal for EOI and other details shall be submitted at above specified address and submission format on or before the Due Date and time for EOI submission specified in Key Dates section. The EOI shall be submitted through RPAD or Speed Post only. Late proposal shall not be accepted.

7 KEY DATES Dates for Downloading of EOI, Submission Date and specified in table below.

date of Meeting with prospective Bidder is

Event

Date and Time

EOI Downloading

EOI Document may be downloade from website http://nprocure.smc.com

between

30/10/2014

to

02/12/2014 up to 17:00 hrs. Meeting with Prospective Bidder

Meeting with Prospective Bidder shall be held on 10/11/2014 at 12:00 hr at following Address; “Conference

Hall,

Surat

Municipal

Corporation,

Muglisara, Surat, Gujarat.” Queries by Email

Queries

if

any

may

be

sent

by

Email

to

[email protected] by 08/11/2014 up to 12:00 hrs. Due Date for EOI Submission (i.e Last Complete EOI in sealed envelope with relavent details Date for EOI submission)

may be submitted through Speed Post or RPAD only by 02/12/2014 up to 17:00 hr at following address;

Chief Accountant Shri, Surat Mnicipal Corporation, Mugalisarai, Surat-395003. Gujarat. Date of Opening of EOI

If possible EOI may be opened 03/12/2014 at 12:00 hrs in the office of Chief Fire officer, Main office, Muglisara, Surat Municipal Corporation, Surat.

8 Other Instructions 8.1

EOI Validity period

The EOI validity period shall be 120 days from the date of opening of EOI.

8.2

Extension of Period of EOI Validity

In exceptional circumstances, the Employer may solicit the Bidder’s consent for an extension of the period of EOI validity. Any such request by the Employer and the response thereto shall be made in writing and such extension of Bid validity period by the Bidder should be unconditional. A Bidder may refuse Employer’s request for such extension. A Bidder accepting the request of Employer shall not be permitted to modify its Bid.

8.3

Modification and Withdrawal of Bid

No bid may be withdrawn in the interval between the deadline for Due Date of EOI Submission

and

the expiration of the EOI Validity Period. 8.4

Disqualification

Even though the Bidders may meet the Qualification criteria, they are subject to be disqualification for any of the following reasons:

a) Misleading or false representation in the forms, statements and attachments submitted under this EOI. b) Has been identified by the Employer as poor performer in implementation of ongoing Surat Municipal Corporation’s/ or other Government department or Local Body’s works. c) Blacklisted by any Government agency/Central Government/State Government/Local Self Government Body. d) Record of poor performance such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the Bidder , consistent history of litigation awarded against the applicant or financial failure due to bankruptcy.

8.5

One EOI per Bidder

Each bidder shall submit only one EOI either as a single bidder or as a member of Consortium. A bidder who submits more than one bid under this contract will be disqualified.

8.6

Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his EOI and the Employer will in no case be responsible or liable for those costs. 8.7

Site Visit

The bidder is advised to visit and examine the project site and obtain for itself on its own responsibility all information that may be necessary for preparing the EOI . The costs of visiting the site shall be at the bidder's own expense. No reimbursement shall be provided.

8.8

Amendment to EOI document

a) Before the deadline for submission of EOI, the Employer may modify the EOI document by using addenda/Corrigendum. b) Any addendum thus issued shall be part of the bidding documents. The addendums shall be posted on www.smc.nprocure.com. Bidders are required to regularly check the website for such addendum. c)

To give prospective bidders reasonable time in which to take an addendum into account in preparing their EOIs, the Employer may its sole discretion, extend as necessary the due date for submission of EOI.

8.9

Late Proposal for EOI

Any proposal for EOI received by the Employer after the due date for submission of EOI prescribed in Key Date Section will be rejected returned unopened to the bidder. 8.10 Employer’s Rights and Other Terms a) Surat Municipal Corporation (SMC), Surat reserves the rights to reduce/ increase the scope of work without assigning any reason thereof. b) SMC’s decision for selection or rejection of the offers shall be final and binding to all. c) Conditional EOI shall not be accepted and liable for rejection. d) SMC’s decision for Shortlisting or rejection of the bidder shall be final and binding to all. e) If Surat Municipal Corporation is convinced that the Bidder has resorted to material misrepresentation or provided fraudulent information / statement, the said Bidder will be liable for disqualification / rejection at any stage. 8.11 Corrupt and Fraudulent Practices a) The Employer requires that Bidders under this EOI, observe the highest standard of ethics during the procurement and execution of this contract. In pursuance of this policy, the Employer defines, for the purpose of these provisions, the terms set forth below as follows:

i.

corrupt practice: means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

ii.

fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish offer/proposal at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

iii.

Will reject a proposal for award of work if Employer determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

iv.

Will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a SMC contract/contracts if he at any time determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract.

b) The Employer will reject a proposal for award if he determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. The Employer will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract by Surat Municipal Corporation if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contract, or during execution.

8.12 Clarification of Proposal Submitted for EOI a)

To assist in the examination, evaluation and comparison of EOIs, the Employer may, at his discretion, ask any bidder for authentication the correctness of the information/ details furnished by him in his bid or request for further clarifications/information as may be required for Evaluation. Such request by the Employer and the response by bidder shall be in writing.

b)

Subject to Sub Clause (a) above, no bidders shall contact the Employer on any matter relating to his EOI from the time of EOI opening to the time of short listing.

c)

Any effort by the bidder to influence the Employer in the Employer’s bid evaluation, bid comparison or contract award decisions may result in the rejection of his bid.

Surat Municipal Corporation reserves its right to amend, modify, cancell and or otherwise annul the EOI and or any of its contents at any time without assigning any reason whatsoever therefor.

Annexure 1: Cover Letter Dated: To, City Engineer, On behalf of Surat Municipal Corporation Surat. Subject: With respect to Expression of Interest (EOI) for Selection of Financial Institution for providing Smart card based multimodal Fare Collection System for Transportation system and related payments within Surat Municipal Corporation.

Dear Sir,

With respect to above mentioned subject, we are pleased to submit the EOI. Our EOI proposal is subject to all terms and conditions contained in the EOI document. I have not made any changes either directly or indirectly in terms and conditions of the EOI. In additions to terms and conditions of this EOI, We are not given any written or oral promise from the Employer.

We are fully aware that the Employer has right to accept any EOI or reject any/all EOI without giving any reason and upon rejection of EOI, We shall not be entitled to any right with related to the Employer.

We have thoroughly read and understood all the terms and conditions of this EOI and we promise to observe all the terms and conditions of this EOI. We have signed and sealed each and every page of this EOI document.

(Signature and stamp of the Bidder with date)

Annexure 2: General Information {On bidder’s letterhead} [All Consortium members should provide in case Bidder is a Consortium] (1) Bidders name and contact details. Name of the Bidder Organization: Nature of Entity (Banks/Financial Institution): Address of Registered Office: Phone: Fax: E-mail: Main Line of Business with experience: (2) Copy of the Registration of the bidder (Certificate of Incorporation, Memorandum of Article, Article of Association ,Service Tax Registration copy, Shops and Establishment Dept. Certificate, etc. as may be applicable) (to be attached separately).

Annexure 3: Financial Capability Statement {On Statutory Auditor’s letterhead} [In case of Consortium, all the members should provide this Certificate] I hereby declare that I have scrutinized and audited the financial statement of M/s_________________ .The Networth* of the bidder (name of the Bidder) as on 31 st March, 2014/31st December 2013 as per Audited statement is as follows; Year (as mentioned or equivalent)*

Net worth (INR Crore)** Bidder

*To be provided from latest available Audited statement ** for the purpose of Networth Calculation it is defined : Networth* : = Equity Capital + Reserve and Surplus - Revaluation Reserve - Accumulated losses - Intangible assets) __________________ (Signed and Sealed by the statutory auditor)

ENCL. (1) Copy of latest available Audited annual reports for last three years as applicable or as per Financial Year/Calendar Year followed by the bidder firm.

Annexure 4: Experience Statement [To be provided by Bidder and all members of Consortium in case Bidder is a Consortium] A. Whether the Bidder

has Branch office or Head Office in Surat. ? If yes then Provide Address

and contact details. B. Whether the Bidder has its switch certified for operating credit/debit/prepaid debit card acquiring and issuing in India. Provide Evidences in terms of copy of certificate or any other document. C. Whether the Bidder has payment acceptance infrastructure of at least 500 POS machines at the time of submission of EOI.? Provide documents evidencing such experience. D. Whether the Bidder or its contracted card agency proposed for the project has the experience of Magnetic Card or Smart Card design and supply. Provide followings 1) Provide documents evidencing such experience. 2) Nature of tie up proposed by Bidder with its contracted agency for ensuring reliability of services. Any previous experience with such agency. Kindly elaborate. E. Any other Documents/information demonstrating Bidder’s capability

Annexure 5: Power of Attorney (Applicable in case of bid not being signed by the person directly authorized by Board of the firm. In the latter case, please provide a copy of the relevant Board Resolution/Partner Resolution signed by Company Secretary/Director/Partner authorizing the Signatory) {On Requisite Stamp Paper} KNOW ALL MEN by these presents that we, …[name of the Bidder] a___ incorporated under the ___________ and having its Registered Office/ office at ….[Address of the Bidder] WHEREAS in response to the EOI for Selection of Financial Institution for providing Smart card based multimodal Fare Collection System for Transportation system and related payments within Surat Municipal Corporation (“Project”) as per the Scope of Work specified in EOI, the Bidder is submitting proposal for EOI , and is desirous of appointing an attorney for the purpose thereof. WHEREAS the Bidder deems it expedient to appoint Mr. ___________ son of _________ resident of _________, holding the post of _____________ as the Attorney of the Company/firm.

NOW KNOW WE ALL BY THESE PRESENTS, THAT _______[name of the Bidder] do hereby nominate, constitute and appoint…….[name & designation of the person]………as its true and lawful Attorney of the Bidder to do and execute all or any of the following acts, deeds and things for the Bidder in its name and on its behalf, that is to say : To act as the Bidder’s official representative for submitting the EOI for the said project and other relevant documents in connection therewith;

To sign all the necessary documents, papers, testimonials, applications, representations and correspondence necessary and proper for the purpose aforesaid;

To EOI documents, receive and make inquiries, make the necessary corrections and clarifications to the Bid and other documents, as may be necessary;

To do all such acts, deeds and things in the name and on behalf of the Bidding firm as necessary for the purpose aforesaid.

The common seal of [name of the Bidder] was here unto affixed pursuant to a resolution passed at the meeting of Committee of Directors held on --- Day of ------------, 20__ in the presence of [name & designation of the person] and countersigned by [name &

-------------------------------------------[name & designation of the person]

designation of the person] of t of [name of the Bidder]

-------------------------------------------[name & designation of the person]

Annexure 6: Power of Attorney to Lead Member {On Requisite Stamp Paper} (To be provided in case Bidder is a Consortium) Whereas the _______(Name of the Employer),

(the “Employer ”) has invited EOI from interest parties

for the for Selection of Financial Institution for providing Smart card based multimodal Fare Collection System for Transportation system and related payments within Surat Municipal Corporation (“Project”). Whereas, __________and ……………... (collectively the “Consortium”) being Members of the Consortium are interested in bidding for the Project in accordance with the terms and conditions of the EOI and other connected documents in respect of the

Project, and Whereas, it is necessary for the

Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS We, M/s ……………… having our registered office at …………………, and M/s. ……………………, having our registered office at …………………, and (hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute,

appoint

and

authorize

M/s

…………………,

having

its

registered

office

at

………………………, being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”) and hereby irrevocably authorise the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the Contract, during the execution of the Project, and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the submission of its EOI for the Project, including but not limited to signing and submission of all applications, EOIs and other documents and writings, , participate in meetings, respond to queries, submit information/ documents, sign undertakings consequent to short listing of the Consortium and generally to represent the Consortium in all its dealings with the Employer, in all matters in connection with or relating to or arising out of the Consortium’s EOI for the Project. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……………… DAY OF ………….., 20.…

For ……………………... (Signature, Name & Title) For …………................... (Signature, Name & Title) For …………................... (Signature, Name & Title) (Executants) (To be executed by all the Members of the Consortium)

Accepted

(Signature, name, designation and address of the Attorney)

Witnesses: 1. 2.

Notarised

Annexure 7: Joint Bidding Agreement The Bidder shall be required to submit Joint Bidding Agreement On Requisite Stamp Paper

in case

Bidder is a Consortium . Such Agreement shall specify followings

(1) Clearly outline the proposed roles and responsibilities, if any, of each member; (2) Include a statement to the effect that all members of the Consortium shall be liable jointly and severally for all obligations/Scope of Work in relation to the Project. (3) The role and responsibility of any member must be commensurate with the technical/financial capabilities that such member is contributing towards meeting the qualification criteria. Each consortium member is liable to contribute resources in terms of knowledge, skills and trained manpower commensurate with its role and responsibilities.. (4) No change in composition of the Consortium shall be permitted during the Bidding Process and during the Contract Period (to be specified during the RFP Stage), in case the Project is awarded to the Consortium.

Annexure 8: Anti Blacklisting Certificate Format of self certificate stating that the Entity/Promoter/s / Director/s of Entity are not blacklisted (On a Stamp Paper of relevant value) [ All Consortium Member should provide in case Bidder is a Consortium] Anti-Blacklisting Certificate M/s. ……………… (Name of the Bidder), (the names and addresses of the registered office) hereby certify and confirm that we or any of our promoter/s / director/s or our firm are not barred by Government of Gujarat (GoG) / any other entity of GoG or blacklisted by any state government or central government / department / Local Government agency in India or similar agencies from foreign countries from participating in Project/s, either individually or as member of a Consortium for last one year from ______(Bid Due Date)

We further confirm that we are aware that our Application for the captioned Project would be liable for rejection in case any material misrepresentation is made or discovered with regard to the requirements of this EOI at any stage of the Bidding Process or thereafter during the agreement period. Dated this ……………………..Day of …………………., (Year).