1. 1
CRIS
Centre for Railway Information Systems
Chanakyapuri, New Delhi.-110021
Tel:24106717, 24104525, Fax No. 91-11-26877893
Sealed tenders are invited by Managing Director, Centre for Railway Information Systems
(CRIS), Chanakyapuri, New Delhi-110021 for the following work:
S. No. Tender nomenclature
1
Supply,transportation/insurance to the site, installation
and acceptance testing of RFID Based Smart Cards
MIFARE Classic 1 KB/DESFire 4KB
(MF31CD40)Smart Cards on rate contract basis valid
for 1 year from the date of finalization of the contract.
Tender No: 2013/CRIS/849 dtd.11-3-2013
Place of dropping tenders : CRIS, Chanakyapuri, New Delhi
Mode of tendering : Open (Advertised) tender
Type of tender : two bid packet .
Date of Acceptance of Tender upto tender closing time15.00 hrs :4-4-2013
Earnest money: 2% of the estimated tender value subject to upper limit of
Rs. 5,00,000/-
Cost of Tender Document: Rs. 5000/-(Rs. Five thousand only)
The tender forms, conditions of contract including specifications and other information can be
purchased from AMP(Extn. 339) during working hours on any working day upto one day before
the date of submission of tender above on payment of Non refundable cost of tender document
as mentioned above. The cost of tender document should be remitted by Demand/Draft only in
favour of CRIS payable at Delhi. Tender document can also be downloaded from CRIS Website
www.cris.org.in . & tenders.cris.org.in However, at the time of submission of Bid, the
requisite Non refundable cost of tender document must be submitted along with Bid, failing
which tender will be summarily rejected.
Chief Manager/Purchase
2. 2
Bid Document Part -1
GENERAL CONDITIONS OF CONTRACT
1. General Conditions of contract (GCC)may be downloaded from the site
http://www.cris.or.in.
2. The Special Terms of contract (SCC) as laid down in this document override the terms
laid down in the GCC. All terms and conditions not specifically mentioned in the SCC
shall be as laid down in the GCC.
3. 3
SPECIAL CONDITIONS Part II Tender Document
1. SCOPE OF WORK
Supply, transportation/insurance to the site, installation and
acceptance testing of RFID based Smart Cards DESFire 4KB
(MF31CD40) Smart Cards on Rate Contract basis valid for 1
year from the date of finalization of the contract as per
specification given in Annexure-A at Sites (Zonal railway
Headquarters of Indian Railways) with onsite 3 years
comprehensive Warranty.
2. QUALIFICATION CRITERIA.
2.1 Bidder should fulfill the following qualification criteria. Bids
from any bidder not meeting these qualification criteria shall
be summarily rejected.
a) The Bidder should be manufacturer of the card or single
authorized representative of the manufacturer. If the bidder
is not the manufacturer than he shall furnish the
Authorization letter from the OEM specific to this tender
clearly mentioning tender number for which authorization is
being provided.
b) The bidder should have turnover of at least Rs. 2crore or
above during any of the last 3 financial years excluding the
current year. The bidder should provide audited balance
sheets and annual reports as documentary evidence.
c) The bidder should have supplied similar type of cards in the
last 3 years. The details of card supplied by the bidder and
their respective applications should be furnished.
d) The bidder shall furnish one Purchase Order of similar smart
card of value RS. 50 lakh or above in the preceding 03
calendar years, including the current year, prior to the date
of opening of this tender.
e) The bidder should present certification/registration for their
smart card business.
f) The bidder should produce recognized certification regarding
compliance to ISO 14443-1 Standard and should produce a
recognized laboratory certificates regarding based material
and card lifetime mentioned in Annexure – Aconfirming that
the smart card meets standards:
I Electrical specifications should comply with Arsenal
Certification from Mifare Arsenal Institute.
II Dimensional Specifications to comply with ISO 14443-
A/14443-1 Standard
III Mechanical/environmental tests complying to
4. 4
ISO IEC 10373 as detailed in the acceptance
Tests .
g) The bidder should provide 10 sample smart cards for
testing of application. The layout, colors scheme of the art
work as detailed in Annexure – A will have to be printed by
the vendor at the time of the receipt of supply order as per
design approved by CRIS.
3. Inspection and acceptance procedure:
3.1 Inspection shall be carried out by the consignees listed in
Annexure-B or his authorized representatives at consignee’s
premises at their Zonal Railway Headquarters.
3.2 Preliminary Acceptance testing shall be done by consignee on
receipt in the presence of representatives of the contractor and a
preliminary test certificate as per Performa given in Annexure- B1
will be prepared in 4 copies out of which three copies will be issued
by the consignee. One copy shall be handed over to the supplier
and one copy each shall be sent to Manager Purchase and Project
manager, CRIS. Preliminary inspection will comprise of the
following;
1. Physical verification of the equipment as per the supply contract.
2. Physical inspection of the equipment for any Physical damage.
3.3 Final Acceptance testing:
The CRIS/Railway reserves the right to get cards tested for
physical characteristics, cards dimension, material,
security features, as also environmental conditions
parameters
In case it is found that more than 1% of the cards supplied
of any lot are not meeting any of the required technical
specifications, the said lot (of 250 cards) is liable to be
rejected and the vendor will have to supply the whole lot
again within a period of 6 weeks.
A Final Commissioning Certificate as per Performa given in
Annexure-B2 will be issued by the consignee in three copies
retaining one copy for record. One copy shall be handed
over to the supplier and one copy each shall be sent to
Manager Purchase and Project Manager, CRIS.
4. Technical specification:
4.1 Detailed technical specification for the equipment are given in
Annexure-A.The bidder must submit an item wise
compliance of these technical specifications.
5. 5
4.2 First technical bid shall be opened and will be examined to check that
the bid is substantially technically responsive.
5. Delivery conditions
5.1 Delivery shall be made within 4 weeks from the date of issue of
supply order, to consignees given with the supply order.
6. WARRANTY
6.1 The warranty shall be for a period for 36 months or 1,00,000 times
writing of data whichever is earlier. In case it is found that the cards
have been damaged/chips are not readable within the period of
warranty, the Railway will return the damaged cards to the vendor who
has to replace the same within a period of 4 weeks at its cost failing
which penalty @ Rs.50 per damaged card will be levied. For the period of
warranty, the vendor has to submit a PBG which shall be 10% of the
tender value.
7. Schedule of rate:
7.1 Rates must be quoted in the financial bid in the format given in the
schedule of rate given in Annexure-C. The bidders must quote the rates
strictly according to the Performa, giving break ups as asked for.
7.2 After finalization of Rate Contract, the supply order will be placed by
Purchase Officer/CRIS against Rate Contract as and when material is
required within the validity of the contract.
6. 6
Annexure A
Technical Specification for RFID based Smart Cards DESFire 4KB
S.No. Crietria Specification for DESFire 4KB (MF3ICD40)
1 Interface frequency 13.56 MHz
2 Communication Standard ISO/IEC 14443 A
3 Baud rate Activation at 106 kbps, application communication up to 424
kbps.
4 Activation and initialization True deterministic anticollision with cascade level 1 and 2.
7-byte UID
5 Transport protocol T=CL, Half duplex according to ISO/IEC 14443, part 4
6 Processor Secure asynchronous C51 micro controller with built in
Operating system
7 Memory size Non volatile 4096 bytes
8 Memory structure Up to 28 applications, with up to 16 files in one application. With
built in back up management for back-up files.
9 Crypto function supported TDES
10 Key length For TDES: 16 bytes
11 Key Version Must be supported
12 Authentication 3-pass mutual authentication based on the crypto used in card
and application level.
13 Confidentiality En/Decryption based on crypto used on RF channel.
14 Integrity CRC16 and 4-byte MAC for TDES DESFire Native Mode,
15 Command set Native command set, ISO/IEC 7816 wrapping of the native
command set.
16 Secure HW Glue logic, RAM scrambling, multi metal layer,
17 Exception sensors Temp, voltage
18 Operating distance Minimum 5 cms, maximum 10 cm
19 Data Retention 10 years
20 Write endurance Typical 100 000 cycles
21 Reliability & Test Certificate Arsenal
Card Packaging, Labeling & Delivery
Cards will be packaged in suitable cardboard boxes containing 1000 cards each.
Safe and insured supply of all lots.
Supply to be done as per intimated date at consignee’s premises.
Cards to be supplied in suitable cartons ensuring safe storage under environmental variables such as humidity,
temperature etc.
Further, the packing should prevent the cards from any accidental electrical or mechanical shock capable of
7. 7
inducing any operational/structural defect in the cards.
On each box, a label will be set with following information. These indications must be readable when boxes are
stacked. Company logo
I. Batch number
II. Number of the box, Number of cards, Manufacturing date and manufacturer reference, Delivery location of
cards, Weight of the box (if requested)
III. Serial number of cards.
CD containing engraved and unique IDs of cards shall be securely delivered with the batch.
Transport key for the supplied batch shall also be securely delivered to CRIS Security manager.
8. 8
Annexure-B
Annexure – B1
PRELIMINARY TEST CERTICFICATE
SUB: INSPECTION DEMAND NOTE – Power On Tests (for release
of 80% payments)
SUPPLY ORDER NO: DATED
Against the above mentioned supply order, the items detailed
below have been received on _____________. The goods are
conforming to specifications in the supply order and are
acceptable.
S.NO. ITEM DESCRIPTION QTY.
Vendor Railways
By
(sign) ___________ ______________
Name ____________ _______________
Design. ____________ ________________
Date _____________ _________________
Annexure –B2
FINAL COMMISSIONING CERTIFICATE
Supply order No. _____________________________ date ____
Name of site _____________
Name of Zonal Railway ______________________
Name of Item ______________________
Name of Vendor ______________________
Against the above mentioned Supply order, the items detailed
below have been successfully commissioned after installation and
9. 9
tested. The training as required has been also provided by the
vendor as per specification in the supply order.
S.NO ITEM DESCRIPTION QTY.
Vendor Railway
By (Sign) _____ _ _ _ _______
Name _____ _ _ _ _______
Design. _____ _ _ _ _______
Date _____ _ _ _ _______
Annexure – C
SCHEDULE OF RATES
Quantity likely to be drawn against Rate Contract - 2.5 lakh of DESFire
4KB Smart Cards
I II III IV V VI=(I IX
V+V)
Item Name of Item Model/Ma Unit Price Taxes Total Remarks
No. ke for each
Smart
Card
Supply of following item with enclosed specs.
1 RFID based
smart card –
DESFire 4KB
(MF31CD40)
NOTE
1) Rates have to be separately quoted against each item; failing to fulfill
this tender will be summarily rejected. Taxes extra if any are to
explicitly quoted failing, which the same will not be considered at a
later date.
2) Evaluation of offer will be made on item wise.
Signature of Tenderer Date