+ All Categories
Home > Documents > COMMISSIONER OF TRANSPORT - Gujarat · PDF fileRequest for Proposal Commissioner of Transport...

COMMISSIONER OF TRANSPORT - Gujarat · PDF fileRequest for Proposal Commissioner of Transport...

Date post: 25-Mar-2018
Category:
Upload: vuminh
View: 225 times
Download: 1 times
Share this document with a friend
54
Request for Proposal Commissioner of Transport Gujarat 1 COMMISSIONER OF TRANSPORT (Government of Gujarat) Tender No.:SW10112016114 BID PROCESSING FEE: Rs. 10,000/(Non Refundable) EMD: Rs. 10,00,000/(Refundable) Gujarat Informatics Ltd Block no. 1, 8 th floor, Udyog Bhavan, Sector11, Gandhianagar382017, Gujarat Ph No. 23259237, 23259240 Fax: 23238925. www.gujaratinformatics.com Last date of Submission of Bid: 1 st December, 2016 up to 1500 hrs Opening of Technical Bid: 1 st December, 2016 at 1600 hrs RFP FOR EMPANELMENT OF AGENCIES FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF ELECTRONIC SPEED GOVERNORS IN TRANSPORT VEHICLES
Transcript

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

1

COMMISSIONEROFTRANSPORT

(GovernmentofGujarat)

TenderNo.:‐SW10112016114

BIDPROCESSINGFEE:Rs.10,000/‐(NonRefundable)EMD:Rs.10,00,000/‐(Refundable)

GujaratInformaticsLtd

Blockno.1,8thfloor,UdyogBhavan,Sector‐11,Gandhianagar‐382017,Gujarat

PhNo.23259237,23259240Fax:23238925.

www.gujaratinformatics.com

LastdateofSubmissionofBid:1stDecember,2016upto1500hrsOpeningofTechnicalBid:1stDecember,2016at1600hrs

RFPFOREMPANELMENTOFAGENCIESFOR

SUPPLY,INSTALLATION,TESTING&COMMISSIONING

OF

ELECTRONICSPEEDGOVERNORSINTRANSPORTVEHICLES

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

2

INDEX

SECTIONI:INVITATIONOFBIDS(IFB)FOREMPANELMENT ............................................. 5 

SECTIONII:INSTRUCTIONSTOBIDDERS(ITB) ............................................................. 7 

A.  INTRODUCTION ........................................................................................... 7 1  SourcesofFunds ................................................................................................................ 7 2  Pre‐qualificationCriteria ...................................................................................................... 7 3  CostofBidding .................................................................................................................. 9 

B.  THEBIDDINGDOCUMENTS ............................................................................. 9 4  ContentsofBiddingDocuments ............................................................................................... 9 5  ClarificationofBiddingDocuments ........................................................................................... 9 6  AmendmentofBiddingDocuments ........................................................................................... 9 

C.  PREPARATIONOFBIDS ................................................................................ 10 7  LanguageofBid ............................................................................................................... 10 8  DocumentsComprisingtheBid ............................................................................................. 10 9  BidForm ....................................................................................................................... 10 10  BidPrices ...................................................................................................................... 10 11  BidCurrency .................................................................................................................. 11 12  BidSecurity/ErnestMoneydeposit(EMD) ............................................................................... 11 13  PeriodofValidityBids ........................................................................................................ 11 14  FormatandSigningofBid ................................................................................................... 12 

D.  SUBMISSIONOFBIDS ................................................................................... 12 15  SealingandMarkingofBids ................................................................................................. 12 16  DeadlineforSubmissionofBids ............................................................................................ 12 17  LateBids ....................................................................................................................... 12 18  ModificationandWithdrawalofBids....................................................................................... 12 

E.  BIDOPENINGANDEVALUATIONOFBIDS .......................................................... 13 19  OpeningofBidsbyGIL ....................................................................................................... 13 20  ClarificationofBids ........................................................................................................... 13 21  PreliminaryExamination .................................................................................................... 13 22  Methodology&CriteriaforEvaluation ..................................................................................... 14 23  ContactingGIL/COT .......................................................................................................... 14 

F.  AWARDOFEMPANELMENT ........................................................................... 15 24  Post‐qualification ............................................................................................................. 15 25  AwardCriteria ................................................................................................................ 15 26  COT/GIL’sRighttoAcceptAnyBidandtorejectanyorAllBids ........................................................ 15 27  NotificationofEmpanelment ................................................................................................ 15 28  PerformanceSecurity/PerformanceBankGuarantee .................................................................... 15 29  CorruptorFraudulentPractices. ............................................................................................ 16 30  InterpretationoftheclausesintheTenderDocument/EmpanelmentDocument ................................... 16 

SECTIONIII:GENERALCONDITIONSOFEMPANELMENT ................................................ 17 

SECTIONIV:SERVICELEVELAGREEMENT(SLA)&PENALTYCLAUSE ................................ 29 

SCTIONV:SCOPEOFWORK .................................................................................. 31 1.  Introduction: .................................................................................................................. 31 2.  ScopeofWork ................................................................................................................. 32 3.  Supply,installation,TestingandCommissioning: ......................................................................... 35 4.  ServiceCentre: ................................................................................................................ 36 5.  Others .......................................................................................................................... 37 

SECTIONVI:PERFORMANCESECURITYFORM ............................................................ 38 

SectionVII:FormatofPre‐qualificationandTechnicalBids ........................................... 40 1.  CoveringLetter‐BidEmpanelmentForm ................................................................................. 40 2.  ParticularsoftheBidder’sOrganization ................................................................................... 41 3.  TurnoverDetails(InLacs) ................................................................................................... 42 4.  Fitment/Installation/ServiceCenterSelfCertificate ..................................................................... 42 5.  BidderTechnicalExperience ................................................................................................ 42 6.  Bidder’sApproach,MethodologyandProjectPlan ....................................................................... 43 7.  Manpower/ResourcesProposed ............................................................................................ 44 8.  Sales,FitmentandServiceNetworkopenedinIndia. .................................................................... 44 9.  TechnicalSpecificationsoftheProposedEquipment ..................................................................... 44 

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

3

1.  ProofofTypeofapprovalinspeedgovernorwithdetails ............................................................... 45 2.  CopyofValidcertificateofISO/TS16949 .................................................................................. 45 3.  CopyofValidCOPCertificatesfortheTypeApprovedSpeedGovernorstobefurnished ............................ 45 4.  PresentationonApproachandmethodologyinMIS ...................................................................... 45 5.  Sales,FitmentandServiceNetworkproposedinGujaratStatewithdetailsofagency,address,contactno,district. ................................................................................................................................. 45 

SectionIX:FormatofFinancialBid ......................................................................... 46 

SectionX:Self‐Declaration ................................................................................... 47 

SectionXI:FormatofEarnestMoneyDepositintheformofBankGuarantee ...................... 49 

SectionXII:ReportingFormat ............................................................................... 51 

SectionXII:FitmentCertificate .............................................................................. 53 

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

4

Abbreviations GoG:GovernmentofGujarat COT:CommissionerofTransport GIL:GujaratInformaticsLimited RTO:RegionalTransportOffice HSRP:HighSecurityRegistrationPlate RC:RegistrationCertificate RFP:RequestforProposalforEmpanelment ITB:InstructiontoBidder GCC:GeneralConditionalofEmpanelment SLD:SpeedLimitingDevice STU:StateTransportUnit

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

5

SECTIONI:INVITATIONOFBIDS(IFB)FOREMPANELMENT

EMPANELMENTOFAGENCIESFORSUPPLY,INSTALLATION,TESTING&COMMISSIONING

OFELECTRONICSPEEDGOVERNORSINTRANSPORTVEHICLES

1. GIL on behalf of COT invites bids for Empanelment of Agencies for Supply,

Installation, Testing&Commissioning of Electronic SpeedGovernors inTransportVehicles”.

2. Pleasenotethatthisbiddocumentisnotforactualawardofempanelment/workorderbuttocall theratesasperthefinancialbidforEmpanelmentofagenciesforSupply, Installation, Testing & Commissioning of Electronic Speed Governors inTransportVehicles”.

3. Thebiddermayquoteforoneormoreitemsaskedinthefinancialbid.

4. Actualawardofempanelmentwillfollowtheconditionsasperthisdocument.Thisdocument isgivenforenablingthebidderstoknowthetenderconditionssoastoguidetheminfillingupthetechnicalbidandthequotingratesforEmpanelmentofAgencies for Supply, Installation, Testing & Commissioning of Electronic SpeedGovernorsinTransportVehicles”. Sl.No. Information Details

1. DateofIssueofTender

Document10thNovember,2016

2. LastdateandtimeforsubmissionofDDsofEMD&

BidProcessingfeesandsample

atGILphysically.

1stDecember,2016upto1500hrs

3. Last date and time forsubmission of proposals

(Technical and commercial)

(Online)

1stDecember,2016upto1500hrs

4. Place,dateandtimeforopeningoftechnicalproposals

1st December,2016at1600hrsConferenceRoom,

GujaratInformaticsLtd.BlockNo.1,8thFloor,

UdyogBhavan,Gandhinagar

5. Contactpersonforqueries Director(e‐Governance),

GujaratInformaticsLimited

[email protected]

[email protected]

6. Addressforcommunication Director(e‐Governance),

GujaratInformaticsLtd.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

6

BlockNo.1,8thFloor,

UdyogBhavan,Gandhinagar

7. Place,dateandtimeforopeningof

financial/commercialproposal

willbegiven tothetechnicallyqualifiedbidderlateron.

8. Bidvalidity 180days

Allbidsmustbesubmittedonlineonhttps://gil.nprocure.comwebsiteandthe

technicalbidsmustbesubmittedphysicallyatGILalso.

5. ThebiddermustsubmittheDDofRs.10,000/‐towardstenderprocessingchargesandRs.10,00,000/‐ (Rs.Ten lacs) towards Bid Security/EMD amount in sealedcover.

The sealed cover should subscribe as “BidProcessing fees&BidSecurity/EMDfor Empanelment of Agencies for Supply, Installation, Testing &CommissioningofElectronicSpeedGovernorsinTransportVehicles”.

Bidprocessing feesmustbe inthe formofDemandDraft in thenameof“GujaratInformaticsLtd.”payableatGandhinagaralongwiththecoveringletter.Bidsecurity/EMDshallbesubmittedintheformofDemandDraftORintheformofanunconditionalBankGuarantee(whichshouldbevalidfor9monthsfromthe lastdateofbidsubmission)ofanyNationalizedBank(operating inIndiahavingbranchatAhmedabad/Gandhinagar)inthenameof“GujaratInformaticsLtd.”payableatGandhinagar (asperprescribed formatgivenatasperprescribedformatgivenatSECTIONVII)andmustbesubmittedalongwiththecoveringletter.

6. Eligibility and Technical Bids will be opened in the presence of Bidders’ or theirrepresentativeswhochoosetoattendonthespecifieddateandtime.

7. IntheeventofthedatespecifiedforreceiptandopeningofbidbeingdeclaredasaholidayforGILofficetheduedateforsubmissionofbidsandopeningofbidswillbethefollowingworkingdayattheappointedtimes.

8. Thefinancialbidsofonlyeligiblebiddersandmeetthetechnicalrequirementwillbeopened.

9. Bidvalidityperiodis180daysfromFinancialBidOpening.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

7

SECTIONII:INSTRUCTIONSTOBIDDERS(ITB)

A. INTRODUCTION 1 SourcesofFunds

1.1 GIL on behalf of COT is calling the Agencies for Empanelment forSupply, Installation, Testing & Commissioning of Electronic SpeedGovernorsinTransportVehicles.

1.2 The letter of Empanelment will be placed on the selected Serviceprovider by COT directly and the payment for the Supply andInstallation services mentioned in the said work order shall becollectedfromthecustomer/vehicleowner/applicantasperfinancialterms and conditions mentioned in this documents. The bidder isliable to give royalty of Rs. 300/‐ per piece to Commissionerate ofTransportforthesaidwork.

2 Pre‐qualificationCriteriaSr.No.

Pre‐QualificationCriteria Attachments

1 The bidder should be aManufacturer and an IndianCompany and registered with theRegistrar of Companies as perCompanyAct2003/1956.

1. Certificateofincorporation2. Company'sArticlesof

Association/MemorandumofAssociation

3. RegistrationoftheManufacturingPlant&BranchManufacturingAddress/supplier’sauthorization

2 The cumulative turnover of theManufacturer should be Rs. 25Crores in the last three financialyears from the business ofmanufacturing, salesand serviceofSpeedGovernors.

Details of Turn‐Over from thebusiness of manufacturing &selling Speed Governors. (Copyof Audited Balance Sheet /ITReturns for3years for2013‐14,2014‐15and2015‐16/StatutoryAuditor's certificate explicitlymention turnover frommanufacturing/selling/operationand maintenance of SpeedGovernors,tothateffect.

3 The manufacturer should havepositivenetworthofRs.20Croresas on the financial year endingMarch2016.

Certificate from CharteredAccountant certifying the networth.

4 The manufacturer must have atleast 15 Sales, Fitment and ServiceNetworkopenedinIndia.

Details of Branch Address withContactPersonDetails of Dealer Network withContactDetails.

5 Manufactures should have TypeApproved SpeedGovernorsmodelssuitableforfitmentinmechanicallyand electronically controlledengines and different fuel types.

Type Approval Certificates forthe different models of SpeedGovernors manufactured by theCompany. To be enclosed withthebiddocuments.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

8

TheapprovalsmustconformtoAIS– 018/2001, Amendment No. 4, asper the specifications laid downunderSection118ofCentralMotorVehicleRules.

6 The manufacturer must haveproduction/installationCapacityofMinimum25,000permonth.

Declaration regarding installedProduction Capacity to befurnished.

7 The manufacturer should havesold/delivered a minimum of50,000 Speed Governor in India inlast 3 financial years (2013‐14,2014‐15 and 2015‐16) certified byStatutoryAuditor.

Proof of Sales StatementCertificate certified by statutoryauditor.

8 The manufacturer should haveminimum 125 base approvals forspeed limits of 60/80 kmph out ofwhich minimum 50 Base ModelApprovals required for a speedlimitof80kmph.

List of Vehicle Based ApprovalsforSpeedGovernorsforVehiclescovered under the MORTHNotifications dated 15 April2015.

9 The manufacturer should be anISO/TS16949certified.

ValidcopyoftheCertificate

10 Conformity of ProductionCertificates as per AIS 037 and itssubsequentamendment.

Valid COP Certificates for theTypeApprovedSpeedGovernorstobefurnished.

11 The manufacturer should complyEMI/EMC as per standard of AIS004(Part‐3)asamendmenttimetotime for Electromagnetic InterfaceandElectromagneticCompatibility.

Valid test report complying toEMI/EMCasperstandardofAIS004(Part‐3)asamendmenttimetotime.

12 Bidders who is manufacturer ofSpeedGovernorsEquipmentinthisproject, should not besuspended/cancelled under adeclaration of ineligibility forcorrupt and fraudulent practicesissued by Government ofGujarat/Ministry ofTransport/State TransportDepartmentand/orblack‐listedbyany state/central governmentdepartments with respect tomanufacturer or supplier of speedgovernor.

Undertakingofthesame

13 Bidder who is manufacturer ofSpeedGovernorsequipment in thisproject, should not have violated /infringement of any Indian orforeign trademark, patent,registered design or otherintellectual property rights with

Undertakingofthesame

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

9

respecttoSpeedGovernors.14 The manufacturer should have to

startdirectlyorthroughauthorizedpartner/dealerminimum15servicecenter forinstallation/commissioning/testingofspeedgovernorinGujaratwithin30daysfromthedateofissuanceofLetterofEmpanelment.

Undertakingofthesame

15 The manufacturer must havesuppliedandfittedspeedgovernorstoat leastoneStateTransportUnit/Govt. Department by means oftender or directly or through itsauthorized dealer for minimumquantitiesof1000nos.

Copy of work order along withsales and invoice as proof ofsupplytobesubmitted.

All supporting documents are to be uploaded in our e‐Tendering website

https://gil.nprocure.com. NoConsortiumwillbeallowed.

3 CostofBidding

The Bidder shall bear all the costs associated with the preparation andsubmissionof itsbid, andGILwill innocaseberesponsibleor liable for thesecosts,regardlessofconductoroutcomeofbiddingprocess.

B. THEBIDDINGDOCUMENTS

4 ContentsofBiddingDocuments

4.1 Following envelop should be submitted at GIL on or before the lastdateofsubmissionofthebidsmentionedinthesection1. EnvelopfortheBidProcessingFeeandBidSecurity

4.2 Allthebidmustbesubmittedonlineonhttps://gil.nprocure.com.4.3 TheBidder isexpected toexamineall instructions, forms, termsand

specifications in the bidding documents and onhttps://gil.nprocure.com. Failure to furnish all information requiredby the bidding documents in format or submission of a bid notsubstantiallyresponsivetothebidingdocumentsineveryrespectwillbeattheBidder’sriskandmayresultinrejectionofitsbid.

5 ClarificationofBiddingDocuments5.1 TheClarificationsmustbesubmittedinwritingatGILatleast10days

beforethesubmissiondate.Thereaftertheclarificationsreceivedfromthebidderswillnotbeentertained.

6 AmendmentofBiddingDocuments6.1 Atanytimepriortothedeadlineforsubmissionofbids,GILmay,for

any reason, whether on its own initiative or in response to theclarification may change their bid online throughhttps://gil.nprocure.com.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

10

6.2 Inordertoallowprospectivebiddersreasonabletimetoconsidertheamendments while preparing their bids, GIL at its discretion, mayextendthedeadlineforthesubmissionofbids.

C. PREPARATIONOFBIDS

7 LanguageofBid7.1 The bid prepared by the Bidder, as well as all correspondence and

documentsrelatingtothebidexchangedbytheBidderandGILshallbeinEnglishlanguage. Supportingdocumentsandprintedliteraturefurnishedbythebiddermaybeinanotherlanguageprovidedtheyareaccompaniedbyanappropriatetranslationoftherelevantdocumentin the English language and in such a case, for purpose ofinterpretationoftheBid,thetranslationshallgovern.

8 DocumentsComprisingtheBid8.1 TheTechnicalBidandFinancialBidmustbesubmittedonlinethrough

the e‐Tendering website of https://gil.nprocure.com using digitalsignatures.

8.2 The bidder ensures that technical bid clearly indicate theirmanufacturing facilities and technical capabilities to supply theenquired items or to carry out the work. Each bidders has to openminimum15orabovecentersforfitmentandservices.Thelistoftheproposedcenterswithaddressesarealsoneedstobesubmittedalongwithbids.

8.3 The bidder has to submit the documents on approach andmethodologyandMISalso.

8.4 The bid documents and addendums (if any) together shall beconsidered as final and self‐contained bid documents notwithstanding any previous correspondence or document issued byGIL.

9 BidForm9.1 The Bidder shall complete the Technical Bid and a Financial Bid

furnished with this document giving details as per the formatmentionedinthee‐Tenderingwebsitehttps://gil.nprocure.com.

10 BidPrices10.1 The Bidder shall indicate the prices in the format mentioned in

FinancialBid.10.2 Followingpointsneedtobeconsideredwhileindicatingprices:

ThepricequotedshouldbeanirrespectiveofthedifferenttypesofSpeedGovernorsforwhichthebidderhasobtainednecessaryTACand COP. However bidder has to ensure that only the Model ofSpeed Governor approved for fitment on a particular model ofvehicleisinstalled.

The price has to be quoted considering the implementation ofcomprehensiveandcompleteMISsolutionformonitoringofSpeedgovernorfitment.

The prices quoted should also include, inland transportation,insuranceandotherlocalcostsincidentaltodeliveryofthegoodsandservicestotheirfinaldestinationwithinthestateofGujarat

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

11

Thepriceshouldbe includingofMIS,FitmentofSpeedgovernor,MaintenanceofSpeedGovernor,dealerorserviceman,stickersonfrontandbacksideofvehicle.

TheroyaltypayabletothedepartmentwillbeRs.300/‐perpiece. The bidders should not charge the pricemore than the finalized

priceinempanelment. TheratesofanyIndianduties,VATandothertaxeswhichwillbe

payable by the Client on the goods (if any) as on actual, if thisempanelmentisawarded,shouldbequotedseparately;

InvoicingshallbefromGujaratonly.10.3 TheBidder’s separationof theprice components in accordancewith

theITBClause11.2abovewillbesolelyforthepurposeoffacilitatingthecomparisonofbidsbyGILandwillnotinanywaylimittheClient’srighttoempanelmentonanyofthetermsoffered.

10.4 Sharing of responsibility (between COT and the bidder) ofprocurementofvarioustypesofsoftwareshallbeasunder: Bidder to provide comprehensive and complete solution for the

implementationofMISSoftwaretoprovidefulltransparencyinthesystem.

Thepricequotedshallbeinclusiveofdevelopmentofsoftwareaswellascostofallreadymadeapplicationsoftwarepackages,toolsetc.used/proposedforthepurpose.Thisshallalsoincludethecostofintegrationwiththeexistingapplicationi.e.VAHANofCOT.

11 BidCurrency11.1 PricesshallbequotedinIndianRupeesonly.

12 BidSecurity/ErnestMoneydeposit(EMD)

12.1 BidSecurityofRs.10,00,000(TenLacsOnly)intheformofDD/BankGuarantee in favour of “Gujarat Informatics Limited” payable atGandhinagar.

12.2 Proposals not accompanied by EMD shall be rejected as non‐responsive.

12.3 Thesuccessfulbidders’sbidsecuritywillbedischargedfromGILonlyafterthesigningoftheempanelmentandsubmissionofperformancesecurity.

12.4 Unsuccessfulbidders’sBidSecuritywillbedischarged/ refundedaspromptlyaspossible,butnotlaterthan30daysofthevalidityperiodofthebid.

12.5 TheBidSecurity/EARNESTMONEYDEPOSITshallbeforfeited: If a Bidder withdraws its bid during the period of Bid validity

specifiedbytheBidderontheBidForm; Or in case of a successful bidders, if the Bidder fails to sign the

Empanelment;ortofurnishtheperformancesecurity.12.6 NoexemptionforsubmittingtheBidSecurity/EMDwillbegivento

anyagency.

13 PeriodofValidityBids13.1 Bids shall be valid for 180 days after the date of bid opening

prescribedbyGIL.ABidvalidforashorterperiodshallberejectedbyGILasnon‐responsive.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

12

13.2 Inexceptionalcircumstances,GILmaysolicit theBidder’sconsent toanextensionoftheperiodofvalidity.Therequestandtheresponsesthereto shall be made in writing. The Bid security period providedunder ITB Clause 13 shall also be suitably extended. A Biddermayrefusetherequestwithoutforfeitingitsbidsecurity.ABiddergrantingtherequestwillnotbepermittedtomodifyitsbid.

13.3 Bid evaluation will be based on the bid prices and technical bidwithouttakingintoconsiderationtheabovecorrections.

14 FormatandSigningofBid

14.1 The Bidders have to submit the bid on the e‐Tendering websitehttps://gil.nprocure.com. All supporting documents in the form ofscanned copies submitted online should have sign and seal of thebidder.

14.2 Beforefillinginanyofthedetailsaskedfor.BiddersshouldgothroughtheentirebiddocumentandgettherequiredclarificationsfromGIL.

D. SUBMISSIONOFBIDS 15 SealingandMarkingofBids

15.1 Allbidsmustbesubmittedonlinethroughhttps://gil.nprocure.comaspertheformatsmentionedthereinusingdigitalsignatures.

15.2 Telex,cable,e‐mailedorfacsimilebidswillberejected.

16 DeadlineforSubmissionofBids16.1 Bids must be submitted online not later than the time and date

specified in the Invitation for Bids (Section I). In the event of thespecifieddate for thesubmissionofBidsbeingdeclaredasaholidayforGIL,thebidswillbereceiveduptotheappointedtimeonthenextworkingday.

16.2 GILmay,atitsdiscretion,extendthisdeadlineforsubmissionofbidsby amending thebiddocuments in accordancewith ITBClause7, inwhich case all rights and obligations of GIL and Bidders previouslysubject to the deadline will thereafter be subject to the deadline asextended.

17 LateBids17.1 Latebidswillnotbeaccepted.

18 ModificationandWithdrawalofBids

18.1 The Biddermaymodify or withdraw his bid before the last date ofsubmission of bids through the e‐Tendering websitehttps://gil.nprocure.com.

18.2 Nobidmaybemodifiedsubsequenttothedeadlineforsubmissionofbids.

18.3 No bidmay bewithdrawal in the interval between the deadline forsubmissionofbidsandtheexpirationoftheperiodofthebidvalidityspecifiedby theBidderontheBidForm.Withdrawalofabidduringthis intervalmay result in the Bidder’s forfeiture of its bid security,pursuanttoITBClause13.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

13

E. BIDOPENINGANDEVALUATIONOFBIDS19 OpeningofBidsbyGIL

19.1 GIL will open bids (only Eligibility and Technical Bids at the firstinstance),inthepresenceofBidderorhisrepresentativewhochoosetoattend,andatthefollowingaddress:Gujarat Informatics Ltd, Block No. 1, 8th Floor, Udyog Bhavan,Gandhinagar.TheBidder’s representativewho is present shall sign an attendanceregisterevidencingtheirattendance.IntheeventofthespecifieddateofBidopeningbeingdeclaredholiday forGILoffice, theBidshallbeopenedattheappointedtimeandlocationonthenextworkingday.

19.2 The Bidder’s names, bid modifications or withdrawal, bid prices,discounts, and the presence or the absence of requisite bid securityand such other details, as GIL, at its discretion, may considerappropriate,willbeannouncedatthetimeofopening.

19.3 Bids that are not opened and read out at bid opening shall not beconsideredforfurtherevaluation,irrespectiveofthecircumstances.

19.4 FinancialBidsofonlythosebidderswhofoundeligibleonthebasisofevaluationofbidswillbeopened.Thefinancialbidswillbeopenedinpresence of the qualified bidders of their representatives at pre‐specified timeanddatewhichwillbecommunicated to thequalifiedbiddersinadvance.

20 ClarificationofBids20.1 Duringevaluationofbids,GILmay,atitsdiscretion,asktheBidderfor

aclarificationofitsbid.GILmayalsoaskforrateanalysisofanyorallitemsand if ratesare found tobeunreasonably loworhigh, thebidshallbetreatedasnon‐responsiveandhenceliabletoberejected.Therequestforaclarificationandtheresponseshallbeinwritingandnochange in prices or substance of the bid shall be sought, offered orpermitted.

21 PreliminaryExamination21.1 GILwill examine the bids to determinewhether they are complete,

whetheranycomputationalerrorshavebeenmade,whethersuretieshave been furnished, whether the documents have been properlysigned,andwhetherthebidsaregenerallyinorder.

21.2 Prior to the detailed evaluation, pursuant to ITB Clause 23, GILwilldetermine the substantial responsiveness of each bid to the biddingdocuments.ForpurposesoftheseClauses,asubstantiallyresponsivebid is one, which confirms to all the terms and conditions of thebidding documents without material deviation. Deviations from orobjections or reservations to critical provisions such as thoseconcerningPerformanceSecurity,Warranty,ApplicablelawandTaxesandduties(mentionedinGeneralConditionalofContact)willdeemedtobematerialdeviations.GILdeterminationofabid’sresponsivenessis to be based on the contents of the bid itself without recourse toextrinsicevidence.

21.3 IfaBid isnotsubstantiallyresponsive, itwillberejectedbyGILandmaynotsubsequentlybemaderesponsivebytheBidderbycorrectionofthenon‐conformity.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

14

21.4 The bidder has to submit the samples of different models of SpeedGovernors intended for fitment in theGujarat for referencewith thebidsatthetimeofbidsubmissionwithtestingcertificate.

21.5 Conditionalbidsareliabletoberejected.

22 Methodology&CriteriaforEvaluationGIL/COTwillformanevaluationCommitteeoritmaybedonebyCommitteewhich will evaluate the proposals submitted by the bidders for a detailedscrutiny.Duringevaluationofproposals,GIL/COT,may,atitsdiscretion,askthebiddersforclarificationoftheirTechnicalProposals.Note: ‐ Every pageofTechnical Compliance Sheetwill be signedbyBidderwithoutoverwriting.Wheneverrequiredtheproofforeverycommitmenthasto be submitted, Technical brochures should be attached where everavailable).

22.1 Bidderswhomeetsthepre‐qualificationcriteriamentionedaboveand

meet the technical requirement will be eligible for financial bidsopening.

22.2 FinancialBidevaluation: The Financial Bids will be opened, in the presence of Bidders’

representativeswhochoose toattend theFinancialBidopeningondateandtimetobecommunicatedtoallthetechnicallyqualifiedBidders.TheBidder’srepresentativeswhoarepresentshallsignaregisterevidencingtheir attendance.Thenameofbidder&bidpriceswillbeannouncedatthemeeting.

GIL/CoTwilldeclaretheL1quotation.TheL1quotationwillbetheuppercap.

During evaluation GIL/CoT may waive any minor infirmity,nonconformity or irregularity in a bid which does not constitute amaterialdeviation,providedsuchwaiverdoesnotprejudiceoraffecttherelativerankingofanybidder.

GIL/CoT’sevaluationofaBidwillexcludeandnot take into theaccountanyallowanceforpriceadjustmentduringtheperiodoftheexecutionoftheempanelment,ifprovidedinthebid.

22.3 FinalEvaluationofBid The bidders whose itemwise price is lowest will be treated as the L1

(LowestOne)inthatcategory. Thecommitteewillthenrequesttheotherqualifiedbidderstomatchthe

itemwise lowestpricequotedby theallbiddersto finalizetheprice forempanelment. After taking the undertaking from all qualified bidderstowardsmatchingtheitemwiseL1price,COT/GILwilldeclarethelistofbiddersforempanelment.Note: CoT/GIL reserves the complete right to take final decision toempanelmentbasedontheprocessdescribedabove.

23 ContactingGIL/COT

23.1 No Bidder shall contact COT/GIL on any matter relating to its bid,from the time of the bid opening to the time the empanelment isawarded.IfhewishestobringadditionalinformationtothenoticeofCOT/GIL, he should do so in writing. COT reserves the right as to

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

15

whether such additional information should be considered orotherwise.

23.2 Any effort by a Bidder to influence GIL in its decision on bidevaluation, bid comparison or empanelment award may result indisqualification of the Bidder’s bid and also forfeiture of his bidsecurityamount.

F. AWARDOFEMPANELMENT24 Post‐qualification

24.1 Anaffirmativedeterminationwill be aprerequisite for the awardofthe empanelment of the Bidder. Department will make adetermination of the Bidder’s capabilities to perform the servicessatisfactorily. A negative determination will result in rejection ofBidder’sbid.

25 AwardCriteria25.1 Subject to ITB Clause 28, COT will award the empanelment to the

successfulbiddersdecidedaspertheevaluationprocedurementionedabove.

25.2 COT reserves the right to award/empanel the empanelment to theBidder whose bid may not have been determined as the lowestevaluated bid, provided further that the Bidder is determined to bequalifiedtoperformtheempanelmentsatisfactorily.

26 COT/GIL’sRighttoAcceptAnyBidandtorejectanyorAllBids26.1 COT/GILreservetherighttoacceptorrejectanybid,andtocancelthe

bidding process and reject all bids at any time prior to award ofEmpanelment,without thereby incurringany liability to the affectedBidderorbiddersor anyobligation to inform theaffectedBidderorbiddersofthegroundsforGIL’action.

27 NotificationofEmpanelment27.1 Priortotheexpiryoftheperiodofthebidvalidity,CoT/GILwillnotify

theallsuccessfulbiddersinwriting.Thebidderswillconfirmthesameinwriting.

27.2 COTnotifiesthesuccessfulbiddersthatitsbidhasbeenaccepted,COTwillsendthebiddertheletterofEmpanelment.

27.3 Within15daysofreceiptoftheletterofEmpanelment,thesuccessfulbiddersshallsubmitthePBGtoCOT.

27.4 Tenureoftheempanelmentshallbe5yearsandfurtherextendableupto2years.

28 PerformanceSecurity/PerformanceBankGuarantee28.1 Within15daysof the receiptofnotificationof award fromCOT, the

successful bidders shall furnish the performance bank guarantee/performance security in accordance with the Conditions of theEmpanelment, in the performance security Form provided in thebiddingdocumentsorinanotherformacceptabletoCOT/GIL.

28.2 Failure of the successful bidders to complywith the requirement ofthe ITB Clause 27 & 28 or ITB Clause 29 can constitute sufficientgrounds for the annulment of the award and forfeiture of the bid

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

16

security inwhicheventCOTmaymaketheawardtothenext lowestevaluatedbidderorcallfornewbidsinconsultationwithGIL.

29 CorruptorFraudulentPractices.29.1 COTrequires that thebiddersunder this tenderobserve thehighest

standards of ethics during the procurement and execution of suchempanelments. In pursuance of this policy, COT defines for thepurposesofthisprovision,thetermssetforthasfollows:a) “Corrupt practice” means the offering, giving, receiving or

solicitingofanythingofvaluetoinfluencetheactionofthepublicofficial intheprocurementprocessor inempanelmentexecution;and

b) “Fraudulentpractice”meansamisrepresentationoffactsinorderto influence a procurement process or a execution of aempanelment to the detriment of COT, and includes collusivepracticeamongbidders(priortoorafterbidsubmission)designedto establish bid prices at artificial non‐competitive levels and todepriveCOTofthebenefitsofthefreeandopencompetition;

29.2 COTshallrejectaproposalforawardifitdeterminesthattheBidderrecommended for award has engaged in corrupt or fraudulentpractices and same shall be conveyed to Commissionerate ofTransport/GIL or black listed by any of the Department ofGovernmentofGujaratincompetingfortheempanelmentinquestion.

29.3 COTshalldeclareafirmineligible,andblacklistedeitherindefinitelyorforastatedperiodoftime,tobeawardedaempanelmentifitatanytimedeterminesthatthefirmhasengagedincorruptandfraudulentpracticesincompetingfor,orinexecuting,aempanelment.ThesameshallbeconveyedtoDeptofScience&Technology/GIL.

30 Interpretationof the clauses in theTenderDocument/EmpanelmentDocument30.1 Incaseofanyambiguityintheinterpretationofanyoftheclausesin

BidDocumentortheEmpanelmentDocument,GIL’sinterpretationoftheclausesshallbefinalandbindingonallparties.

30.2 However, in case of doubt as to the interpretation of the bid, the

biddermaymakeawrittenrequest inwritingatCoT/GILat least10daysbeforethesubmissiondate.

30.3 COT/GILmay issue clarifications to all thebidders as an addendum.

Such an addendum shall form a part of the bid document/Empanelmentdocument.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

17

SECTIONIII:GENERALCONDITIONSOFEMPANELMENT1 Definitions

1.1 In this Empanelment, the following terms shall be interpreted asindicated:a) “TheEmpanelment”meanstheagreemententeredintobetweenCOT

andtheSupplier/serviceprovider,asrecordedintheEmpanelmentForm Signed by the parties, including all the attachments andappendices thereto and all documents incorporated by referencetherein;

b) “ThePrice”meansthefinalizedpriceforempanelmentc) “Services” means services to be rendered by the selected agencies

providedinthisprojectasperscopeofwork.d) “GCCmeanstheGeneralConditionsofEmpanelmentcontainedinthis

section.e) “COT(s) or Client(s) of “COT” means Office of the Commissioner of

TransportavailingtheservicefromtheSP.f) “TheClient’sCountry”isthecountrynamedinGCC.g) “The SP means service provider” means the individual or firm

supplyingtheand/orServicesunderthisEmpanelment.h) “Day”meansaworkingday.i) “Criticaldeliverables”meansthedeliverablessuppliesbySPj) “Timerequiredforapproval”meansthetimelapsedbetweenthedate

ofsubmissionofacriticaldeliverables(completeinallrespectforallthebusiness functions/services)and thedateof approval excludingthe intermediate time taken by the Service Provider for providingclarifications/modificationsandcommunication.

k) “Software” means solution which is develop as per requirement ofCOT

l) The“BidDocument”and“TenderDocument”arethesame.

2 Application2.1 These General Conditions shall apply to the extent that provisions in

otherpartsoftheEmpanelmentdonotsupersedethem.

3 CountryofOrigin3.1 All Services renderedunder theEmpanelment shall have their origin in

themembercountriesandterritorieseligiblei.e.India3.2 The origin of Goods and Services is distinct from the nationality of the

Supplier/serviceprovider.

4 Standards4.1 TheSpeedGovernorsuppliedunder thisEmpanelment shall conformto

thetechnicalstandardAIS018:2001amendedfromtimetotimeandtheotherapplicablestandard.

4.2 The Software supplied under this Empanelment shall conform to thestandard and when no applicable standard is mentioned; to theauthoritative standard appropriate to the country of origin and suchstandardsshallbethelatestissuedbytheconcernedinstitution.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

18

5 UseofEmpanelmentDocumentsandInformation5.1 The service provider shall not, without COT’s prior written consent,

disclose the letter of empanelment, or any provision thereof, or anyspecification,plan,drawing,pattern,sampleorinformationfurnishedbyor on behalf of the in connection therewith, to anypersonother than aperson employed by the service provider in performance of theEmpanelment.Disclosuretoanysuchemployedpersonshallbemadeinconfidenceandshallextendonlysofarasmaybenecessaryforpurposesofsuchperformance.

5.2 Theserviceprovidershallnot,withoutCOT’spriorwrittenconsent,makeuseofanydocumentorinformationenumeratedinGCCClause5.1exceptforpurposesofperformingtheservicesofempanelment.

5.3 The bidders have to provide the SRS, URS and User Manual of thedevelopedMIS.

5.4 Anydocument,otherthantheletterofempanelmentitself,enumeratedinGCCClause5.1shallremainthepropertyofCOTandshallbereturned(inall copies) to COT on completion of the service provider’s performanceundertheempanelmentifsorequiredbyCOT.

5.5 The service provider shall permit COT to inspect the service provider’saccountsandrecordsrelatingtotheperformanceoftheserviceproviderandtohavethemauditedbyauditorsappointedbyCOT,ifsorequiredbyCOT.

6 PerformanceSecurity/PerformanceBankGuarantee(PBG)

6.1 Thesuccessfulbiddershastofurnishaperformancebankguaranteesoastoguaranteehis/her(Bidder)performanceoftheempanelment

6.2 TheSuccessfulbiddershastosubmitPerformanceBankGuaranteeofRs.2,00,00,000/‐ (Rs. Two Crore)within 15 days from the date of issue oforderupto6monthsaftertheempanelmentperiodtobeprovidedissuedby any Nationalized Bank including the public sector bank or PrivateSector Banks or Commercial Banks or Co‐Operative Banks and RuralBanks(operatinginIndiahavingbranchatAhmedabad/Gandhinagar)asper the G.R. no. EMD/10/2015/508/DMO dated 27.04.2016 issued byFinanceDepartmentorfurtherinstructionissuedbyFinancedepartmenttime to time. (The draft of Performance Bank Guarantee is attachedherewith).

6.3 The Performance Bank Guarantee shall be payable to the CoT ascompensationforanylossresultingfromtheSP’s failuretocomplete itsobligationsundertheEmpanelment.

6.4 ThePerformanceBankGuaranteewillbedischargedbyCoTandreturnedto the Bidder on completion of the bidder’s performance obligationsundertheempanelment.

6.5 Intheeventofanyempanelmentamendment,thebiddershall,within21days of receipt of such amendment, furnish the amendment to thePerformancebankguarantee,renderingthesamevalidforthedurationoftheEmpanelment,asamendedforfurtherperiod.

6.6 No interest shall be payable on the PBG amount. CoT may invoke theabovebankguaranteeforanykindofrecoveries.

6.7 Incaseofbreachoftheanyconditionmentionedintermsandconditionsofempanelment/scopeofwork,CoThas right to forfeit thePBGorpartthereof.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

19

7 Inspection/Testing/QualityChecking7.1 Thefinancialbidsofonlyeligiblebidderswillbeopened.7.2 Duringthetenureoftheempanelment,theequipment(SpeedGovernor)

lotprovidedbytheselectedserviceproviderwillbecheckedandtestedbytheRTOrandomly.

8 ChangeRequestOrders8.1 DuringthedevelopmentandO&Mphase,anychangeinscopeofwork,or

in design and development of Decision Support systems (DSS) or ofManagementInformationsystem(MIS)shallnotbeconstruedaschangeRequest order and instead will become part of scope of workaccompanyingthisbiddocument.

8.2 CoT may, at any time, by written order given to the agencies makechangeswithinthegeneralscopeoftheEmpanelmentinanyoneormoreofthefollowing:8.2.1 Designs,specifications,requirementsofwhichsoftwareorservice

to be provided under the Empanelment are to be specificallydeveloped/renderedforCoT;

8.2.2 The place of delivery; and/or the Services to be provided by theagencies.

8.2.3 The bidder should be responsible for changes in the MIS, userInterface and any theGR issuedby govt. time to timeduring theempanelmentperiod.

8.3 Training of personnel of the COT in terms of hours/subjects will bewithoutanyadditionalcost.

9 DeliveryofDocuments

9.1 Customization/integration/implementation/integration of the softwareshall be made by the service provider in accordance with the termsspecifiedbyCOTintheNotificationofAward.

9.2 Upondeploymentofthesolution/completionoftheassignedworkundertheservice,serviceprovidershallnotifyCOTaccordingly.

10 DeploymentofSoftware

10.1 ServiceprovidermustdeploythesolutionattheplacesspecifiedbyCOTat the time of the empanelment and ensure smooth running of thatsolution. Serviceproviderneeds toprovide all thenecessary things likeCDmedia,etc.ateverydeploymentsiteforassuringminimumdowntimeofthesystem.

11 Prices11.1 Prices which are recovered by the service provider and born by the

purchaserofspeedgovernorshallremainfixedduringfirst2yearsoftheempanelment.Thereafter therewillbeapriceescalationof10%whichwould be fixed for next three years i.e for 3rd year to 5th Year. IfDepartmentwilldecidetoextendtheempanelmentforfurtherperiodof2years then the priceescalationof10%willbeallowedwhichwouldbefixedfornexttwoyears.i.e.for6thand7thYear.

11.2 Thepricesquotedshouldnotbeconditional/optionalanditshouldbeinlinewith the technologyandapproachanddocuments submitted in thetechnical bids by the Service Provider. The bidder should not submit

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

20

conditional/optional bids. Conditional/optional bids are liable to berejectedoutright.

11.3 The quoted price should include the fitment, maintenance, warranty,manufacturercharges,dealercharges,servicemancharges,royaltyofRs.300 per piece payable to CoT. Bidder should not chargemore than thefinalized rate in this tender from the consumer/applicant. If anybidderfound charging more charges than empaneled rate than theirempanelment would be cancelled and department will take necessaryactionagainstthem.

11.4 The selected empaneled manufactured has to open an escrow accountfund deposit 10% of its revenue proceeds from the fitment of SpeedGovernor inGujarat to theescrowaccount.TheroyaltyofRs.300/‐perspeedgovernorfittedgetspaidtotheCommissionerateofTransportandbalancegetstransferredtothemanufacturerafterreconciliationwithMISonaweeklybasis.

12 EmpanelmentAmendments12.1 NovariationinormodificationofthetermsoftheEmpanelmentshallbe

madeexceptbywrittenamendmentsignedbytheparties.

13 Assignment13.1 Theserviceprovidershallnotassign,inwholeorinpart,itsobligationsto

perform under the Empanelment, except with COT’s prior writtenconsent.

13.2 Theserviceprovidermayallowtoappointdealersforcarryoutthesales,fitment and servicing of the speed governors. In the event of newcommercialvehiclesnotpre‐fittedwithspeedgovernorsatOEMlevel,thesuccessfulbiddersshallhavethefitmentdoneatdealerstage.

14 Delaysinthesupplier/serviceprovider’sPerformance

14.1 DeliveryofthesoftwareandperformanceoftheServicesshallbemadebythe service provider in accordancewith the time schedule specified byCOTintheempanelmentdocument.

14.2 IfanytimeduringperformanceoftheEmpanelment,theserviceprovidershouldencounter conditions impeding timelydeliveryof theGoods andperformanceofServices, theserviceprovider shallpromptlynotifyCOTinwritingofthefactofthedelay, its likelydurationanditscause(s). Assoonaspracticableafterreceiptoftheserviceprovider’snotice,COTshallevaluate the situation and may, at its discretion, extend the serviceprovider’stimeforperformancewithorwithoutapenalty,inwhichcasethe extension shall be ratified by the parties by amendment of theEmpanelment. Any such extension of time limit, even if it is due tounforeseencircumstancesbeyondcontrolofboththeSPandCOT,shallbeatnoextracosttoCOT.

14.3 ExceptasprovidedunderGCCClause20,adelaybytheserviceproviderin the performance of its delivery obligations shall render the serviceproviderliabletotheimpositionofapenaltypursuanttoGCCClause18,unlessanextensionoftimeisagreeduponpursuanttoGCCClause21(b)withouttheapplicationofthepenalty.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

21

15 TerminationforDefault15.1 COTmay,withoutprejudicetoanyotherremedyforbreachofconditions

ofempanelment,bywrittennoticeofdefaultsenttotheserviceprovider,terminatetheempanelmentinwholeorpart:15.1.1 if the service provider fails to deliver any or all of the services

within theperiod(s) specified in theempanelment,orwithinanyextensionthereofgrantedbyCOT;or

15.1.2 if the service provider fails to perform any other obligation(s)undertheempanelment.

15.1.3 If the service provider, in the judgment of COT has engaged incorrupt or fraudulent practices in competing for or in executingtheproject.

ForthepurposeofthisClause:

“Corrupt practice” means the offering, giving, receiving or soliciting ofanything of value to influence the action of a public official in theprocurementprocessorinempanelmentexecution.

“Fraudulentpractice:amisrepresentationoffactsinordertoinfluenceaprocurementprocessortheexecutionofaempanelmenttothedetrimentoftheBorrower,andincludescollusivepracticeamongBidders(priortoorafterbidsubmission)designedtoestablishbidpricesatartificialnon‐competitivelevelsandtodeprivetheBorrowerofthebenefitsoffreeandopencompetition;”If the Service Provider fails to conform to the quality requirement laiddown/thirdpartyinspection/consultantsopinion.

16 DisputeResolutionandTerminationCurePeriod:

16.1 ThepartiesagreetousetheirbesteffortsforresolvingallDisputesarisingunderor in respectof this letterof empanelmentpromptlyand ingoodfaith.

16.2 In the event that any default occurs, the service provider would beprovided a cureperiod to cure suchdefaultwithin aPeriodof 60days.The Service Provider shall be deemed to be in default of thisEmpanelment (a "Service Provider" default), unless the default hasoccurredsolelyasaresultofanybreachofthisempanelmentbytheCOTorduetoForceMajeure:Thedefaultsreferredtohereinshallinclude:

16.2.1 ThePerformanceSecurityhasnotbeenrenewed.16.2.2 The Service Provider fails to cure, within the Cure Period of 60

(sixty)daystheServiceProvider'sdefault.16.2.3 Theserviceproviderabandonsormanifestsintentiontoabandon

the implementation of the project without the prior writtenconsentoftheCOT.

16.2.4 TheServiceProviderhas failed tomakeanypayment to theCOTwithintheperiodspecifiedinthisempanelment;

16.2.5 Abreachofanyof the termsandconditionsof theEmpanelmentbytheServiceProviderhascausedaMaterialAdverseEffect;

16.2.6 The Service Provider creates any Encumbrance in breach of thisEmpanelment;

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

22

16.2.7 The Service Provider repudiates this Empanelment or otherwisetakes any action or evidences or conveys an intention not to beboundbytheempanelment;

16.2.8 A Change in Ownership has occurred in breach of theEmpanelment;

16.2.9 there isa transfer,pursuantto laweitherof (i) therightsand/orobligationsoftheServiceProviderunderanyoftheEmpanelment,or of (ii) all or part of the assets or undertaking of the ServiceProvider,andsuchtransfercausesaMaterialAdverseEffect;

16.2.10 anexecution leviedonanyof theassetsof theServiceProviderhascausedaMaterial‐AdverseEffect;

16.2.11 The Service Provider is adjudgedbankrupt or insolvent, or if atrustee or receiver is appointed for the Service Provider or forthe whole or material part of its assets that has a materialbearingontheEmpanelment;

16.2.12 The Service Provider has been, or is in the process of beingliquidated., dissolved,wound‐up, amalgamatedor reconstitutedin amanner thatwould cause, in the reasonableopinionof theCOT,aMaterialAdverseEffect;

16.2.13 AresolutionforwindingupoftheServiceProviderispassed,oraprovisional liquidatororreceiverisappointedandsuchorderhasnotbeensetasidewithin90(ninety)daysofthedatethereofor the Service Provider is ordered to be wound up by Courtexceptforthepurposeofamalgamationorreconstruction;

16.2.14 Any representation orwarranty of the Service Provider hereincontainedwhichis,asofthedatehereof, foundtobemateriallyfalseortheServiceProviderisatanytimehereafterfoundtobeinbreachthereof;

16.2.15 The Service Provider submits to the Authority any statementwhich has a material effect on the COT rights, obligations orinterestsandwhichisfalseinmaterialparticulars;

16.2.16 TheServiceProviderhasfailedtofulfilanyobligation,forwhichfailureTerminationhasbeenspecifiedinthisEmpanelment.

16.2.17 The Service Provider a default in complying with any otherprovisionoftheEmpanelment.

16.2.18 PerformanceSecurityisallowedtolapse;

17 DisputeResolutionbyConciliation:17.1 Upon the specified default remaining unresolved at the end of the cure

period,theCOT,byanoticeinwriting,willinformtheServiceProviderofanoccurrenceof suchadefault andwill grant15 (fifteen)days’ time totheServiceProvidertomakearepresentationinthisregard.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

23

17.2 Ifthisdefaultremainsunresolvedaftertherepresentationandadisputearises, the dispute, difference or controversy of whatever nature,howsoever arising under or out of or in relation to this Empanelment(including its interpretation) between the parties, and so notified bywriting by either party to the other party shall, in the first instance, beattempted to 'beresolvedamicablybyreferring thedispute toPrincipalSecretary,TransportDepartment,Gujarat.

17.3 Uponsuchreference,thesaidpersonsshallmeetnolaterthan15(fifteen)businessdaysfromthedateofreferencetodiscussandattempttoresolvetheDispute.Suchdisputewouldbeattemptedtoamicablysettledwithin30(thirty)daysofthemeetingorsuchlongerperiodasmaybemutuallyagreedbytheparties.

18 DisputeResolutionbyArbitration:

18.1 In case if a dispute, difference or controversy of whatever nature,howsoever arising under or out of or in relation to this Empanelment(including its interpretation) between the parties, arising between theCOT and the service provider, relating to any matter arising out of orconnectedwiththisempanelmentisnotresolved,suchdispute,differenceor controversy, as the casemay be, shall be referred to the a Board ofThree Arbitrators, of whom each party shall select one, and the thirdarbitrator shall be appointed by the two arbitrators so selected. In theeventofdisagreementbetweenthetwoarbitrators,theappointmentshallbemadeinaccordancewiththeArbitrationandConciliationAct,1996.

18.2 TheIndianArbitrationandConciliationAct1996,(Act26of1996)&therulesmadethereunderandanystatutorymodificationorre‐enactmentsthereofshallapplytothearbitrationproceedings.

18.3 The venue of the arbitration shall be at Gandhinagar, Gujarat and thelanguageofarbitrationproceedingsshallbeEnglish.

18.4 Thearbitratorsshallmakeareasonedaward(the"Award").AnyAwardmade in any arbitration held pursuant to this Article shall be final andbinding on the Parties as from the date it is made, and the ServiceProvider and the COT agree and undertake to carry out such Awardwithoutdelay.

19 PerformanceduringArbitration:

19.1 Notwithstanding anything contained to the contrary anywhere in theEmpanelment, pending the submission of and/or decision onaDispute,difference or claim or until the dispute is arbitrated, the Parties shallcontinue to perform all of their obligations under this Empanelmentwithoutprejudicetoafinalawardinarbitrationproceedings.

20 Termination:

20.1 TheCOTshallhave the right to terminate theEmpanelmentbygivingawrittennoticeofterminationofminimum30(thirty)days,totheServiceProvider,iftheServiceProviderfailstocomplywiththedecisionreachedconsequentuponarbitrationproceedings.

21 PostTerminationrightsofCOT

21.1 16.11OnterminationoftheEmpanelment,theCOTshallbeat libertytoengage the services of any other manufacturer/vendor of SpeedGovernorsintheStateofGujarat.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

24

22 ForceMajeure22.1 Notwithstanding anything contained in the tender, the SP shall not be

liable for liquidated damages or termination for default, if and to theextent that, it’s delay in performance or other failures to perform itsobligations under the agreement is the result of an event of ForceMajeure.

22.2 Forpurposesofthisclause,“ForceMajeure”meansaneventbeyondthecontrol of the service provider and not involving the service provider’sfaultornegligenceandnotforeseeable.Sucheventsmayinclude,butarenot limited to, acts of the Purchase either in its sovereign orempanelmentual capacity, wars or revolutions, fires, floods, epidemics,quarantinerestrictionsandfreightembargoes.

22.3 If a force Majeure situation arises, the service provider shall promptlynotify COT in writing within 10 days of such conditions and the causethereof.UnlessotherwisedirectedbyCOTinwriting,theserviceprovidershallcontinuetoperformitsobligationsundertheEmpanelmentasfarasitisreasonablypractical,andshallseekallreasonablealternativemeansforperformancenotpreventedbytheForceMajeure.

23 TerminationforInsolvency

23.1 COTmayatanytimeterminatetheEmpanelmentbygivingwrittennoticeto the Supplier / service provider, if the Supplier / service providerbecomesbankruptorotherwiseinsolvent.Inthisevent,terminationwillbewithoutcompensationtotheSupplier/serviceprovider,providedthatsuchterminationwillnotprejudiceoraffectanyrightofactionorremedywhichhasaccruedorwillaccruethereaftertoCOT.

24 Righttousedefectivesoftware/equipment

24.1 Ifafterdelivery,acceptanceandinstallationandwithintheguaranteeandwarrantyperiod,theoperationoruseofthesoftware/equipmentprovesto be unsatisfactory, the Purchaser shall have the right to continue tooperate or use such software/equipment until rectification of defects,errors or omissions by debugging / repair or by partial or completereplacementismadewithoutinterferingwithCOT’soperation.

25 Supplier/serviceproviderIntegrity

25.1 The service provider is responsible for and obliged to conduct allempanelmented activities in accordance with the Empanelment usingstate‐of‐the‐art methods and economic principles and exercising allmeans available to achieve the performance specified in theEmpanelment.

26 Supplier/serviceprovider’sObligations

26.1 TheserviceproviderisobligedtoworkcloselywithCOT’sstaff,actwithinitsownauthorityandabidebydirectivesissuedbyCOT.

26.2 The serviceproviderwill abide by the job safetymeasuresprevalent inIndiaandwillfreeCOTfromalldemandsorresponsibilitiesarisingfromaccidents or loss of life the cause of which is the service provider’snegligence. The service provider will pay all indemnities arising fromsuchincidentsandwillnotholdCOTresponsibleorobligated.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

25

26.3 The service provider is responsible for managing the activities of itspersonnel or sub‐empanelment personnel and will hold himselfresponsibleforanymisdemeanors.

26.4 The service provider will treat as confidential all data and informationabout COT, obtained in the execution of his responsibilities, in strictconfidence and will not reveal such information to any other partywithoutthepriorwrittenapprovalofCOT.

27 PatentRights27.1 In the event of any claim asserted by a third party of infringement of

copyright,patent, trademarkor industrialdesignrightsarising fromtheuseoftheGoodsoranypartthereofinCOT,theserviceprovidershallactexpeditiously to extinguish such claim. If the service provider fails tocomply and COT is required to pay compensation to a third partyresulting from such infringement, the service provider shall beresponsibleforthecompensationincludingallexpenses,courtcostsandlawyerfees.COTwillgivenoticetotheserviceproviderofsuchclaim,ifitismade,withoutdelay.

28 ProjectTimeLimit

28.1 ThetotaltimelimitforthesuccessfulimplementationoftheprojectasperrequirementofCOTfromthedateofsigningtheempanelmentwhichwillbeexcludingthetimerequiredforapprovalsforthecriticalintermediatesubmissions. Time required for approval in normal circumstances maynotexceed20workingdaysforeachsuchcriticaldeliverables.

StagesofProject MaximumtimeLimit

CumulativetimeLimit

ProjectInitiation(OpeningofServiceCenter)forcommissioning,fitment,testingandtroubleshooting)

30 days fromthe date ofissuance of LoIincluding MISDevelopmentandintegration

30Days

OperationPeriod 5 Years +Extendable upto 2 yearsbased onperformanceandrequirement

5years&30days

29 Paymentterms

29.1 The Service Provider shall collect finalized price of Speed Governors &AMC finalized in this tender from the applicant/consumer on outrightbasisonly.

29.2 The quoted price should include the fitment, maintenance, warranty,manufacturercharges,dealercharges,servicemancharges,royaltyofRs.300/‐perpiecepayabletoCoT.Biddershouldnotchargemorethanthefinalized rate in this tender from the consumer/applicant. If anybidderfoundchargingmorethanempaneledratethantheirempanelmentwouldbecancelledanddepartmentwilltakenecessaryactionagainstthem.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

26

29.3 Thesuccessfulbiddersshallhavetheright tocharge5%(onthequotedprice of the Electronic Speed Limiter in Gujarat) as AMC charge at thetimeofVehicleFitnessRenewalaftercompletionononeyear.

29.4 DuringtheAMCtheBiddershallhavetherighttochargeforthesparesofSpeedGovernorsfromtheenduseraspertheactualsparescost.

29.5 TheSuccessfulbiddersshallhavefullandexclusiveliabilityforpaymentofallDuties,TaxesandotherstatutorypaymentspayableunderanyoralloftheStatutes/Laws/Actsetc.,noworhereafterimposed.

29.6 The rates quoted are as per taxes applicable as ondate. The SuccessfulbiddersshallbeallowedtocollectanyadditionaltaxesthatmaybecomeapplicableaftertheAwardofEmpanelment.

30 UnconditionalBid30.1 Bidders shall not put any condition of any kind in the Technical and

FinancialBid,failingwhichthebidshallberejectedasnon‐responsive.31 NoVariableCostinFinancialBid

31.1 Bidswith thevariablecosts/ ratesshallnotbeconsideredandshallberejectedasnon‐responsiveatthediscretionofCOT.

32 ResolutionofDisputes

32.1 In this regard COT doesn’t go for any arbitration on dispute and COT’sdecisionwillbefinalandbindingontheserviceprovider.

33 GoverningLanguage

33.1 The empanelment shall be written in English language. Allcorrespondence and other documents pertaining to the Empanelment,whichareexchangedbytheparties,shallbewritteninthesamelanguage.

34 ApplicableLaw

34.1 TheEmpanelmentshallbeinterpretedinaccordancewiththelawsoftheUnionofIndiaandthatofStateofGujarat.

35 TaxesandDuties

35.1 Serviceprovidersshallbeentirelyresponsibleforalltaxes,duties,licensefees, octroi, road permits, etc., incurred until delivery of theempanelmentedsoftware/servicetoCOT.However,VAT/ServiceTaxinrespectofthetransactionbetweenCOTandtheserviceprovidershallbepayableextra,ifsostipulatedintheNotificationofAward.

36 BindingClause

36.1 All decisions taken by GIL/COT regarding the processing of this tenderand award of empanelment shall be final and binding on all partiesconcerned.

37 EmpanelmentPeriod

37.1 The empanelment periodwill be of 5 years. However, Departmentwillreview the progress of the activities, performance on completion ofempanelment. Incase,Speedgovernorwouldnotbe fitted inmore than80% vehicles at that time, department may decide to extend theempanelment for further period of 2 years as the same terms &conditions. The SP agrees that in any case SP shall not terminate the

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

27

empanelment.However,thedepartmentreservesarighttoterminatetheempanelment by sending a notice to the bidder in the events of non‐performance,securityviolationsandnon‐compliance.

38 EmpanelmentAmendments

38.1 Novariationinormodificationofthetermsoftheempanelmentshallbemadeexceptbywrittenamendmentsignedbyboththeparties.However,Department shall, as the situation warrants, in consultation andempanelmentwith bidder shallmakemajor additions to the scope andagreeforsuitablepayments.

39 LimitationofLiability

39.1 TheentireliabilityofthebiddershallbelimitedtoMaximum(Limitationof liability) = Payment made to the bidder by customer/dealer andexplicitlyexcludealldirect,indirectandconsequentiallossesimpact,etc.to theDepartmentexceptasmaybedeterminedbycourtsof lawundertheapplicablelawandawardedafterfollowingthedueprocessoflaw.

40 Severability:

40.1 If any term, clause or provision of the agreement shall be judged to beinvalid for any reason whatsoever such invalidity shall not affect thevalidity or operation of any other term, clause or provision of theagreementandsuchinvalidtermclauseorprovisionshallbedeemedtohavebeendeleted fromtheagreementand if the invalidportion issuchthattheremaindercannotbesustainedwithoutit,bothpartiesshallenterintodiscussionstofindasuitablereplacementtotheclausethatshallbelegallyvalid.

41 MaintenanceserviceincludingWarrantySupport:

41.1 The bidder/manufacturer should provide warranty ofminimum 1 yearfromthedateofsale (PartsmadeofRubber,wiresandthosesubjecttowearandtearwillnotbeincludedinthis)andshouldensureavailabilityof spares and be willing to provide annual maintenance empanelment(AMC)thereafter.Theserviceproviderwillensureuninterruptedsupplyof spares during validity of the empanelment period. However, theElectronic Speed Governors which are found tampered in any mannershallnotbecoveredunderthewarranty.

41.2 The equipment supplied & equipment spares shall come under freewarranty for a period of 1 year & all the tendered items should besupplied at the destination free from breakages, malfunctions,breakdownsormanufacturingdefects.PartsmadeofRubber,wiresandthose subject towearand tearwillnotbe included in this .If anyof theitems,arefounddefectiveduetomanufacturingdefectordesignfaultortransit,damageoccurredatthetimeofsupply,withinonemonthfromthedate of installation, the items in full should be replaced. However theElectronic Speed Governors which are found tampered in any mannershallnotbecoveredunderthewarranty.

41.3 Duringthewarrantyperiod,thecomplaintsreceivedfromthecustomersshouldbeattendedbythesuccessfulbidderscomplyingtheunderwrittenclauses:

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

28

41.3.1 In case of warranty claim, the customer will have to report theproblem to the service provider & the customer will bring thevehicletotheservicecenteroftheserviceprovider.

41.3.2 Itwouldbetheresponsibilityoftheserviceprovidertorectifythereportedproblemwithin48hoursafterreceivingthevehicleintheservicecenter.

42 TaxesandDuties

42.1 The SP shall fully familiarize themselves about the applicable Domestictaxes(suchasVAT,SalesTax,ServiceTax,IncomeTax,duties,fees,levies,etc.) on amount payable by COT/Customer/vehicle Owner under theempanelment.TheSPandpersonnelshallpaysuchdomestictax,duties,fees and other impositions (wherever applicable) levied under theapplicablelaw.

42.2 ThebillingshouldbedoneinGujaratonly.43 LegalJurisdiction

All legaldisputesbetween thepartiesshallbesubject to the jurisdictionof thecourtssituatedinGandhinagar/AhmedabadofGujaratonly.

44 Notice

Any notice, request or consent required or permitted to be given or madepursuant to this empanelment shall be in writing. Any such notice request orconsentshallbedeemedtohavebeengivenormadewhendeliveredinpersonto an authorized representative of the party to whom the communication isaddressed,orwhensent tosuchpartyat theaddressmentioned in theprojectspecificEmpanelmentAgreement.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

29

SECTIONIV:SERVICELEVELAGREEMENT(SLA)&PENALTYCLAUSE

Thepurposeof thisServiceLevelAgreement (hereinafterreferredtoasSLA) is toclearlydefinethelevelsofservicewhichshallbeprovidedbytheSPtoCOTfortheduration of the empanelment for providing Operation and Maintenance supportagainstthestatedscopeofwork.COT/GILshallregularlyreviewtheperformanceoftheservicesbeingprovidedbytheSPandtheeffectivenessofthisSLA.

QualityAssurance&Warranty- The bidder will ensure that all speed governors fitted strictly adhere to the

specificationsasstipulatedunderrelevantsections/clausesofthistender.- The bidder has to ensure the quality of the Speed Governors supplied and

installed.- The bidder has to ensure fitment of Speed Governors models as per the

approvals received from the Authorized Testing Agencies specified under rule126ofthecentralmotorvehiclerules1989(i.e.ARAI/ICAT).

- ThebidderhastoensurethatthefitmentofSpeedGovernorsaredonebythetrainedtechniciansofthebidderortheirAuthorizedDealer.

- Bidder has to agree to providewarranty on the supplied speed governor of 1years during the duration of the project. The warranty has to be against anymanufacturingdefect.

- COT/RTO Office/ End User will inform the bidder of speed governor that areincompatible/faultyandthebidderwillberesponsibletoreplacethesameatnoextracosttoCOT/RTOOffice/EndUserduringthewarrantyperiod.

- Thewarrantywillnotbeapplicableunderthefollowingconditions.o Ifthesealsarefoundtamperedorbroken.o If any attempthasbeenmade tomodify/repair theproduct other thanby

theSuccessfulbiddersorhisauthorizeddealer.o Ifanyattempt ismadebythecustomer/hisrepresentative/anythirdparty

toopentheproduct,makeadditions,alterationsormodifications.o Incaseofthedefectsordamageorrepairarisingasaresultofanyaccident

orcollusionorabnormalvehicleconditions.o The customer/operator of the vehicle will inform the bidder/authorized

dealer of speed governors about the problems or defects observed in thespeed governors. Based on the nature of complaint received from thecustomer, the bidder/his authorized dealer may decide on whether theSpeedGovernorcanberepairedorreplaced.

1. Penalties

The penalties of the supplying agency / successful bidders shall be deductedfromthePBGsubmittedbythem.Parameter Availability Penaltyi.e.

Deduction

Overcharging Ifbidderisoverchargingthanfinalizedprice

0to1000instance=amountcollectedfromconsumer+10%amount

Morethan1000instance=cancellationofempanelment

MinimumCenter

Ifbidderhaslessthan10servicecenters

< 10 servicecenter forcumulative time

If more than 6months = cancelempanelment

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

30

of 6 months =penalty of Rs.50,000 permonth

DifferenceinModelsuppliedandsubmittedorlowerversionofthespeedgovernorthanthemodelproposed.

IfsupplyingdifferentmodelorlowerversionmodelthansubmittedinCoTforreference.

0 to 1000instance = valueof speedGovernor

More than 1000instance =cancellation ofempanelment

CentralMIS If MIS is notworkingproperly – (forallbidders)

Resolve withinsame day = nopenalty>1 to 3 days =Rs. 1000 perdays>3 days up to 7days = Rs. 5000perdays

Ifnotworking>30daysterminationofempanelment

MISforServiceCenter–ClientSite

MIS is notworking

Resolve withinsame day = nopenalty>1 to 3 days =Rs. 100 per daypersite>3 days up to 7days = Rs. 500perdaypersite

Ifnotworking>30daysterminationofservicecenter

Request for Proposal                                        Commissioner of Transport ‐ Gujarat      

            

31

SCTIONV:SCOPEOFWORK 1. Introduction: Excessive speed in driving heavy vehicles has been a social and governmental issuearoundtheworldformanyyears,primarilyfromtheperspectiveofroadsafety.With increased engine power and long axle ratio, attainable speeds for trucks arecurrentlymuchhigherthanthespeedlimitsonhighwaysandsecondaryroads.Excessivespeedinvehiclehasnumerousconsequences,including:•Higherratesofaccidentsinvolvingfatalitiesandseriousinjuries•Increasedoperatingandmaintenancecostsforthetransportindustry•Increasedcostsforinsurancecompanies•GreaterenvironmentalpollutionOneeffectivesolutiontopreventspeedinginvehiclesistoequipthemwitharoadspeedlimitersystem,whichrestrictsmaximumroadspeedtotherequiredspeedlimitwithoutlossofenginepower.Thisisrealizedbylimitingtherequiredfueldemandaccordingtoasetspeedlimit.ThemaximumspeedlimitissetusinganElectronicControlUnit(ECU).TheCentralGovernmenthasissuedNotificationNo.G.S.R.290(E)dated15‐4‐2015byway of amendment to Rule 118 of Central Motor Vehicles Rules 1989 wherein,Every transport vehicle manufactured on or after the 1st October, 2015 shall beequippedorfittedbythevehiclemanufacturer, eitherinthemanufacturing stageoratthe dealership stage,with a speed governor (speed limiting device or speed limitingfunction) having maximum pre‐set speed of 60 and 80 kilometre per hourconformingtotheStandardsAIS:018/2001,asamendedfromtimetotime.Hence, the fitment of speed governors which are in compliance with AIS: 018/2001normsandcertifiedbytheTestingagenciesasrequiredunderRule126ofCentralMotorVehicle Rules 1989, is compulsory and accordingly the authorized speed governormanufacturerswhoarehavingtherequisiteTypeApprovalCertificates(TAC)andvalidConformity of Production (CoP) in compliance to the above standards are invited tosubmitapplicationsforfitmentorspeedgovernorstotheTransportVehicles.Government of Gujarat has issued the notification no. PT‐2016‐47‐MVD‐102016‐21‐KHdated29thSeptember,2016and24thOctober,2016fortheusageofSpeedGovernor.Nowdepartment is intended to identify the manufacturer for fitment of speed governor forfollowingcategoryoftransportvehicleswhichareregisteredpriorto01/10/2015&whichare not already fitted with speed governors (speed limiting device or speed limitingfunction) shall be equipped or fitted by the operator of these vehicles on or before<<Date>>with a speed governor (speed limiting device or speed limiting function)havingmaximumpre‐setspeedof80kmphor such lower speed limits as specified bythe StateGovernment from time to timeconformingtothestandardsofAIS:018/2001,asamendedfromtimetotime.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

32

Sr.No. Categories Pre‐SetSpeed1. EmpanelmentCarriages vehicleusedfor

carriage of passengers and theirluggage having seating capacity ofexceeding12passengersexcludingdriver.

80kmph

2. Goods Vehicle having GVW exceeding7500kgs.

80kmph

3. Private Service Vehicles having sittingcapacityof12personsexcludingdriver.

60kmph

4. Omni Buses owned by an Educationinstitution having sitting capacity of 12personsexcludingdriver.

60kmph

5. EmpanelmentCarriages Omnibusesusedunder the empanelment with Educationinstitution having seating capacity of 12passengersexcludingdriver.

60kmph

6. Dumpers 60kmph7. Tankers 60kmph8. Good Vehicles carrying hazardous

materialhavingGVWexceeding7500kgs.60kmph

Total transport Vehicles in which the speed governor is require is Aprox. 10Lakhs.2. ScopeofWorkThe Scope of the Work for Implementation Process for Speed Governors to bedeliveredbyselectedmanufacturer/serviceproviderareasunder.Thesuccessfulbiddersshallberesponsibleforcarryingoutthefollowingactivitieswithrespect to Supply, Installation and Commissioning of Speed Governors on thosecategoriesofvehiclesnotifiedbytheTransportDepartmentofGujarat.1. The Speed Limiting Device (SLD) shall be type approved by any of the following

agenciesauthorizedunderRule126ofCMVR,namely:‐a) AutomotiveResearchAssociationofIndia(ARAI)b) CentralInstituteofRoadTechnology(CIRT)c) InternationalCenterforAutomotiveTechnology(ICAT)d) VehicleResearch&DevelopmentEstablishment(VRDE)ForcompliancetoAIS‐018alongwith,a) Valid Type Approval Certificate or COP as prescribed in AIS‐037/2004, as

amendedfromtimetotime.b) Performancetestreportondeferentvehiclemodelsandtheirvariantsapproved

asperAIS‐018/2001asamendedfromtimetotime.2. SpeedLimitingDevice(SLD)shallconformtoElectromagneticCompatibility(EMC)

requirementasperAIS‐004(Part3)/1999asamendedfromtimetotime.3. TheSpeedGovernorsshall conformto theAIS018:2001Standardsandshallbeas

pertheTypeApprovalobtainedbytheSuccessfulbidders.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

33

4. TheoperatorsoftheTransportVehiclesshallapproachthebidderforthefitmentofSpeed Governors and the Successful Bidder shall supply and install the SpeedGovernorsasperthePricenotified.

5. The emplaned Bidders shall carry out the sales, installation and maintenance ofSpeed Governors directly or through its authorized dealer network in the GujaratState.

6. EverySpeedLimitingDevice(SLD)component(s)tobefittedshallbeverifiedforthemarkings (may be in the shape of sticker having barcode) containing followinginformation‐a) Thetrademark/manufactureremblem.b) Theserialnumberassignedbythemanufacturer.c) Reference alphanumeric number of the type approval shall be indicated by a

markhaving six characters allotted by the test agency as perAIS‐037/2004asamendedfromtimetotime.

7. Thespeedgovernor fittedshallbe functionallycapableof limiting thespeedof thevehiclestothemaximumspeedasspecifiedbytheGovernmentofGujarat.

8. Themanufacturerofthespeedgovernorshallobtainatypedapprovalcertificateinrespect of the speed governors to be fitted from any of the Authorized TestingAgenciesspecifiedunderrule126ofCentralMotorVehiclesRules,1989.

9. Everyspeedgovernorsocertifiedshallbeusedonlyonsuchmakeandmodelofthevehicle as certified by the Authorized Testing Agency which shall also certify themodelsandvariantsofthevehiclesonwhichsuchspeedgovernororitsvariantsaretobeused.TheSpeedgovernorsuppliedshouldnotbe the lowerversion than themodelproposedinthisbid.Incaseofthehigherversion,bidderhastotakeapprovalofCoTforsupplyingthesame.

10. After obtaining the certificate under condition: 5, the manufacturer of speedgovernororauthorizeddealerofsuchmanufacturershallbeauthorizedforfitmentof speed governor in the transport vehicle as specified by the State GovernmentsubjecttothenecessaryCoPobtainedbysuchmanufacturer.

11. Type approval and Serial number of the SpeedLimitingDevice shall be integratedwith the VAHAN database for Audit/Surveillance purpose, as and when NICincorporatessuchafacilityinVahandatabase,sothatitcanbeverifiedbyTransportauthority.

12. Astickerof standardizedsizeof100mmX60mmhas tobe fixedon the leftuppersideoffrontwindscreenfrominsideandfrombacksideofvehicleindicatingthesetspeedlimitinacircleof55mmandthebalancespacetobeusedfortheinformationas mentioned in (iii) above. Destructible sticker containing the information ofmarkingasmentionedin(iii)aboveshallbefixedonthewindscreenforquickauditpurposewithoutreferencetoRCbook.ThestickerdesignshouldbesubmittedbythebidderandapprovedbytheCoT.

13. Speed Limiting Device has to be sealed at the appropriate points by themanufacturer(s)ortheirauthorizeddealer(s),anytamperingofthespeedgovernor,for which the responsibility will be with the vehicle owner. The EnforcementAuthoritymaytakeappropriateactions,incaseofsuchinstances.

14. TheSuccessfulbiddershavetoprovideacomprehensiveandcompletesolution forimplementationofMISSoftwaretoprovidefulltransparencyinthesystem.

15. Each Speed Limiting Device manufacturer will be required to maintain aManagementInformationSystem(MIS)tokeeprecordofeachSpeedLimitingDevice(SLD)installedonthevehicleforaudit/quickretrievalatanytime.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

34

16. The MIS software shall be capable of generating reports containing informationpertaining to the fitmentofSpeedGovernors likeSerialNo.of theSpeedGovernor,Batch No. of the Speed Governor Registration No. of the Vehicle Fitted, Make andModelof theVehicleFitted,EngineNo.andChassisNo.of theVehicle,Nameof theVehicle Owner and Date of Fitment. The System should have the provision forintegration of the Speed Governor data with the Vahan Database. The reportingformatsisprovidedinSectionXII.

17. The system should be capable of providing Short Message Service (SMS) to theTransport Department confirming the Installation of the Speed Governorsmentioning the Vehicle Registration No., Vehicle Chassis and Engine No., SpeedGovernorSl.No.andInstallationCertificateSerialNo.

18. On fitment of the Speed Governor, the Successful bidders has to issue a FitmentCertificateintriplicate(RTOCopy,CustomerCopy.andtheManufacturerCopy)dulystamped by the Transport Department (in the format attached) to certify that theSpeedGovernorshasbeenfitted,speedhasbeensetasperthenotifiedspeedlimitandpropersealinghasbeendone.EveryFitmentCertificatemusthaveahologramofthemanufacturerapprovedbytheTransportDepartment.

19. ThesuccessfulbidderswouldberequiredtomaintainproperrecordsoffitmentandperiodicallytallythesamewiththerecordsmaintainedattheRTOOffices.

20. TheCommissionerofTransport,G.S.,Gandhinagarshallensureproperinstallationofthe Speed Limiting Device before granting fitness certificate to the vehicle owner.Any deviation(s) with respect to marking, sealing and performance etc., shall beintimated to Ministry of Road Transport and Highways (MoRTH) for appropriateaction, including withdrawal of Type Approval Certificate (TAC) based on thereceiveddeviation(s)/report(s).

21. The Successful bidders has to provide After‐Sales Servicing during the warrantyperiodaspertheWarrantyclauseandprovideAnnualMaintenanceEmpanelmenttoensurepropermaintenanceandworkingoftheSpeedGovernorsthereafter.

FeaturesoftheMIS:The service provider must have a comprehensive and complete solution forimplementationofMISsoftwaretoprovidethefulltransparencyinthesystem.MISsystemtocapturethedetailsofSpeedGovernorFitmentandcapableofintegratingthespeedgovernordetailstotheVAHANdatabase.Anonlinewebbasedandmobilebasedmanagementinformationsystem.Itshouldhavefollowingfeature:1. SeamlessintegrationwithVAHANapplication2. Capturecustomersdocumentverificationentry3. Facilityforgovt.officialforcrossverificationprocessanddocumentationofkey

relatedfieldssuchasSerialNo&BatchNoofSpeedGovernor,EngineNo.,andChassisNo.&RegistrationNumberofthevehiclewithdateofinstallation.ThiswillserveinmaintainingaproperrecordofeachSpeedGovernorInstalled.

4. De‐duplicationcheckforspeedgovernor5. Tocheckspeedgovernordetailsforsearchedvehicle.6. Tocheckthevehicledetailsforthegivenserialno.ofspeedgovernor7. Printingfitmentcertificateandallrequiredreportsonline.8. FeaturesofMobileapp.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

35

a) Capturefitmentprocessincludingmultipleimagesoffitmentsearchfacilitytocheckspeedgovernorofsearchedvehicle

b) Searchfacilitytocheckforvehicledetailsforthegivenserialnumberofspeedgovernorbyscanningsecurebarcodefromspeedgovernor.

c) SearchfacilitytocheckauthenticityofthefitmentcertificatebyscanningsecureQRcode.

d) SMSsearchfacilitytovehicleownerstocheckauthenticityofInstallation.e) Trackingofcompletefitmentprocessf) DashboardasperCOTneedg) SMSalertstocustomer&department

9. To design an interface with the Software maintained by department, so thatinformationisimmediatelyavailableontheonlineregisterofthevehicle.

10. Monthlyreportonthedetailsoffitmentalongwiththecertificatenos.,vehicledetailsandtheserialnumberoftheSpeedGovernor(formatattached).

11. A Proper record should be maintained on a daily basis and got talliedperiodicallywiththerecordsofthetransportoffice.

12. ComplaintRedressalSystema) Customer can submit the online complain to the service providers track the

statusonthesame.ThecopyofthecomplaintsalsoreceivedbytherespectiveRTO/ARTOofficeandCoToffice.

b) IfanycomplaintisreceivedbytheofficeofCOT,detailsofsuchcomplaintshallbemadeavailabletotheServiceProviderwithinoneweekofsuchcomplainttoCOT providing 15 business days time to Service Provider to redressal suchcomplaint.

c) Service provider will receive analyze and provide the appropriate solutionwithin1weektotheCOTandCustomer.

d) TheCOTupon receiptof such response from theServiceProvider, inhis/herdiscretion,directs theServiceProvider to takesuch furtherreasonableactionforafairandjustRedressalofanygrievance.

e) Upon such complaint made available to the Service Provider, it shall takeprompt steps for redressal of the grievances stated in each complaint to themaximumof15businessdaystime.TheactionsotakenbytheServiceProvidershall be suitable replied and sent to the COT by post under a certificate ofposting.

f) Thecomplaintshouldberesolved/closedwithremarkswithin15daysfromthereceivingtoRedressalsuchcomplaint.

g) Givethestatusno.ofcomplaintresolved,status,no.ofspeedgovernorrepaired,replacedetc.

3. Supply,installation,TestingandCommissioning: ThecustomeroftheTransportVehiclesshallapproachtheSuccessfulbiddersor

theirauthorizeddealerforfitmentofSpeedGovernorsandmakeanapplicationforthesameinaprescribedformat.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

36

Itshallbetheresponsibilityofthebiddertoensurethatthevehicleisfittedwiththespeedgovernorwithinsamedayfromthedateofapplicationandreceiptofpaymenteitherdirectlyortheirauthorizeddealer.

The Operator of the Vehicle shall produce the vehicle for fitment of SpeedGovernorsonthedateandtimeintimatedtothem.

AftersuccessfulinstallationoftheSpeedGovernorswithprescribedspeedlimitand sealing the Speed Governors as required, the successful bidders or theirauthorizeddealermust issue a computerized Fitment Certificate in the formatgivenbytheTransportDepartmentdulysignedbytheAuthorizedFitterandtheCustomer.

ThePhotographofthevehiclefittedwithSpeedGovernoristakenanduploadedin the MIS Software along with details of the vehicle, owner and the SpeedGovernor.

The RTO Copy of the Certificate and the Customer Copy of the Certificate arehandedovertothecustomer/operatorofthevehicle.TheManufacturerCopyoftheCertificateisretainedbytheBidderorhisAuthorizedDealer.

The Customerwill produce the Fitment Certificate for SpeedGovernors to theRTOOffice/MotorVehicle Inspectoralongwith theVehicle inwhich theSpeedGovernorisfitted.

The MVI will verify the Fitment of Speed Governors, sealing and after dueverificationandsatisfyinghimselfofproperfitmentoftheSpeedGovernorsealwiththeofficialsealontheLEADSealingcoinprovidedfortheRTOsealing.TheMVIcantakeatrialofthevehicletoensurethatthespeedissettothespecifiedspeedlimit.

TheRTOcopyoftheFitmentCertificateisretainedbytheRTOOfficeintheirfilesandthevehicleisissuedtheFitnessCertificate(forFitmentofSpeedGovernors).

On a monthly basis, successful bidders has to submit to the TransportDepartment thedetailsof fitmentalongwith thecertificatenos.vehicledetailsand Serial Number of the Speed Governors in the prescribed format. (FormatAttached).

ThesuccessfulbidderswouldberequiredtomaintainproperrecordsoffitmentandperiodicallytallythesamewiththerecordsmaintainedattheRTOOffices.

4. ServiceCentre: The empaneled bidders have to establish service Centers in Gujaratwithin 60

daysfromthedateofissueofLetterofEmpanelment. Such service Centers should have Testing equipment’s deployed for

troubleshootingofthedefectiveElectronicspeedgovernors&SufficientServiceEngineersshouldbedeployedandtheservicesshallnotbeprolongedduetotheabsenceofserviceEngineers.

The Transport Department/RTO/GIL may visit/inspect any service centerduringtheempanelmentperiod.

Thespaceshallbearrangedby selected serviceproviders for fitmentof SpeedGovernorsattheirlevelandcost.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

37

5. Others PeriodicAudit shallbecarriedoutby theconcerned transportoffice toensure

complianceoftherequirementsoftheSpeedGovernors. The Successful bidders are granted an exclusive right by the Transport

DepartmenttoinstalltheElectronicSpeedGovernorforalltheeligiblevehiclesintheGujaratStateatthepricenotifiedbytheTransportdepartment.

Transport department shall authorize the Successful bidders to charge andrecover the Notified Price from vehicle owner to install the Electronic SpeedGovernor for all the eligible vehicles in theGujarat at thepricenotifiedby theTransportdepartment.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

38

SECTIONVI:PERFORMANCESECURITYFORM(TobestampedinaccordancewithStampAct)Ref: BankGuaranteeNo. Date:ToName&AddressofthePurchaser/Indenter________________________________________________________DearSir,InconsiderationofName&AddressofthePurchaser/Indenter,GovernmentofGujarat,Gandhinagar (hereinafter referred to as the OWNER/PURCHASER which expressionshall unless repugnant to the context or meaning thereof include successors,administrators and assigns) having awarded to M/s.……………………………………………………………………………………………………………… havingPrincipalOfficeat……………………………………………………………………(here inafter referredtoasthe“SELLER”whichexpressionshallunlessrepugnanttothecontextormeaningthereof include their respective successors, administrators, executorsandassigns) thesupply of ____________________by issue of Purchase Order No………………. Dated …………issued by Gujarat Informatics Ltd. ,Gandhinagar for and on behalf of theOWNER/PURCHASERandthesamehavingbeenacceptedbytheSELLERresultingintoEMPANELMENT for supplies of materials/equipments as mentioned in the saidpurchaseorderandtheSELLERhavingagreedtoprovideaEmpanelmentPerformanceandWarrantyGuaranteeforfaithfulperformanceof theaforementionedempanelmentandwarrantyquality to theOWNER/PURCHASER, __________________________________havingHead Office at (hereinafter referred to as the ‘Bank’ which expressly shall, unlessrepugnant to the context or meaning thereof include successors, administrators,executors and assigns) do hereby guarantee to undertake to pay the sum ofRs._______________(Rupees________________________) to the OWNER/PURCHASER on demandatany timeup to________________withouta reference to theSELLER. Anysuchdemandmade by the OWNER/PURCHASER on the Bank shall be conclusive and bindingnotwithstandinganydifferencebetweenTribunals,Arbitratororanyotherauthority.TheBankundertakesnottorevokethisguaranteeduringitscurrencywithoutpreviousconsent of the OWNER/PURCHASER and further agrees that the guarantee hereincontainedshallcontinuetobeenforceabletilltheOWNER/PURCHASERdischargesthisguarantee. OWNER/PURCHASERshallhavethe fullest libertywithoutaffecting inanywaytheliabilityoftheBankunderthisguaranteefromtimetotimetoextendthetimeforperformancebytheSELLERoftheaforementionedEMPANELMENT. TheOWNER/PURCHASERshallhavethefullestliberty,withoutaffectingthisguarantee,topostponefromtimetotimetheexerciseofanypowersvestedinthemorofanyrightwhichtheymighthaveagainsttheSELLER,andtoexercisethesameatanytimeinanymanner,andeither to enforce to forebear to enforce any covenants contained or implied, in theaforementionedEMPANELMENTbetweentheOWNER/PURCHASERandtheSELLERoranyothercourseoforremedyorsecurityavailabletotheOWNER/PURCHASER.TheBankshallnotbereleasedofitsobligationsunderthesepresentsbyanyexercisebytheOWNER/PURCHASERofitsliabilitywithreferencetothemattersaforesaidoranyof

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

39

them or by reason or any other acts of omission or commission on the part of theOWNER/PURCHASERoranyotherindulgenceshownbytheOWNER/PURCHASERorbyanyothermatterorthings.The Bank also agree that the OWNER/PURCHASER at its option shall be entitled toenforce this Guarantee against the Bank as a Principal Debtor, in the first instancewithout proceeding against the SELLER and not withstanding any security or otherguaranteethattheOWNER/PURCHASERmayhaveinrelationtotheSeller’sliabilities.Notwithstandinganythingcontainedhereinaboveour liabilityunderthisGuarantee isrestricted to Rs. _________________ (Rupees _________________________) and it shall remain inforceuptoandincluding________________andshallbeextendedfromtimetotimeforsuchperiodasmaybedesiredbytheSELLERonwhosebehalfthisguaranteehasbeengiven.Datedat_______________onthis_________dayof___________2016_____________________Signedanddeliveredby_____________________For&onBehalfofNameoftheBank&Branch&ItsofficialAddress

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

40

SectionVII:FormatofPre‐qualificationandTechnicalBids1. CoveringLetter‐BidEmpanelmentFormReference:Date:TenderNo.:GIL/ToSir/MadamHavingexaminedtheBiddingDocumentsincludingAddendaNos.________________(insertnumbers,ifany),thereceiptofwhichisherebydulyacknowledged,we,theundersigned,offer to render “Empanelment of Agencies for Supply, Installation, Testing &CommissioningofElectronicSpeedGovernorsinTransportVehicles”forCommissionerofTransport,GovernmentofGujaratinconformitywiththesaidbiddingdocumentsforthe same as per the technical and financial bid and such other sums as may beascertainedinaccordancewiththeFinancialBidsubmittedonlineandmadepartofthisbid.We undertake, if our bid is accepted, to render the services in accordance with thedelivery schedulewhichwill be specified in the empanelment document thatwewillsigniftheworkordergiventous.Ifourbidisaccepted,wewillobtaintheguaranteeofabankinasumequivalenttofixedamountbasedontheestimationofthetotalprojectcostforthedueperformanceoftheEmpanelment,intheformprescribedbyCommissionerofTransport.Weagree toabidebythisbid foraperiodof180(Onehundredandeightyonly)daysafterthedatefixedforbidopeningasmentionedundertheInstructiontoBiddersanditshallremainbindinguponusandmaybeacceptedatanytimebeforetheexpirationofthatperiod.Until a formal empanelment is prepared and executed, this bid, together with yourwritten acceptance thereof and your notification of award shall constitute a bindingEmpanelmentbetweenus.Weunderstandthatyouarenotboundtoacceptthelowestoranybidyoumayreceive.Datedthis_______________dayof________________20____Signature (inthecapacityof)DulyauthorizedtosignBidforandonbehalfof_______________________

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

41

2. ParticularsoftheBidder’sOrganization1. Tender for “Empanelment of Agencies for Supply, Installation, Testing &Commissioning of Electronic Speed Governors in Transport Vehicles” forCommissionerofTransport,GovernmentofGujarat2. Name and full address of the firm/Company/Organization

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

3. Registered Office with full address,TelephoneNo(s)FaxNo(s)E‐mailaddressWebsiteURL

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

4.IncomeTaxRegistrationnumber.(PAN) ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐5.ServiceTaxRegistrationNo. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐6. Whether Public Limited Company orPrivate Limited Company or any otherentity(Givedetails)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

7. In caseofa company,detailsofDirector,Managing Director etc and theirShareholdingand their respective liabilitiesin carrying this tender and discharge ofsubsequent

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

8.Whetheranyestablishment is inGujarat.If so detailed address of the same andactivitycarriedonthere.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

9. Name and addresses and designation ofthe persons who will represent the Bidderwhile dealing with COT/ GIL (Attach letterofauthority)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

10.Detailsofservice/supportnetworkandinfrastructureavailableinGujarat.(IfAny)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Note: Above details are mandatory, Bidder may use additional sheets for abovesubmissions.(AuthorizedSignatory)Name:________________________Designation&Authority:__________Place:_________________________Date:__________________________Stamp:________________________CompanyName:________________BusinessAddress:_______________

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

42

3. TurnoverDetails(InLacs)Sr.No.

FinancialYear

TurnoverfromSupply,installation,Maintenanceof SpeedGovernors

TotalTurnover

NetProfit

Networth

1. 2013‐14 2. 2014‐15 3. 2015‐16 4. Fitment/Installation/ServiceCenterSelfCertificate

(Certificatetobeissuedontheletterheadofthebidder)To,____________________________________ Reference:TenderNumber______________Dated______________Subject:Proposalforthe1.EmpanelmentofAgenciesforSupply,Installation,Testing&CommissioningofElectronicSpeedGovernorsinTransportVehicles”forCommissionerofTransport,GovernmentofGujaratDearSir, This is to certify that we, M/s. << Name of Bidder>> has ______________ nos.fitment/installation/service center as on _________ 2016. (The list of the same withaddressandcontactdetailsisattachedherewith.)Yoursfaithfully,SignaturewithcompanysealName:Date:Designation:5. BidderTechnicalExperienceForeachproject,pleaseprovideaprofile,basedonthefollowingtemplate.Theprofileforsingleprojectmustnotexceedonepage.Bidder has to provide the experience w.r.t to following criteria in the givenformat:1. Experienceofsold/deliveredaminimumof10,000SpeedGovernorinIndia.2. Experience of supplied and fitted speed governors to at least one State Transport

Unit /Govt. Department by means of tender or directly or through its authorizeddealerforminimumquantitiesof1000nos.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

43

Sr.No. InformationSought DetailsAssignmentName:CustomerInformation

1 CustomerName

2

Nameofthecontactpersonfromtheclientorganizationwhocanactasareferencewithcontactcoordinates

NameDesignationAddressPhoneNumberMobileNumberEmailID

ProjectDetails3 ProjectTitle4 StartDate/EndDate

5 Current Status (In Progress /Completed)

6 Number of responding firm’s staffdeployedonthisproject(peaktime)

ValueoftheProject

7 Ordervalueoftheproject(inrupeeslakhs)

8

Narrative description of project:(Highlight the components /services involved in theproject thatare of similar nature to the projectforwhichthisTenderisfloated

9

Description of actual servicesprovided by the responding firmwithin the project and theirrelevance to the envisagedcomponents / services involved inthe project for which this RFP isfloated

10Description of the key areas wheresignificant contributions are madeforthesuccessoftheproject

11Order Copies & PerformanceCertificate received from Client isattachedwiththisstatement

6. Bidder’sApproach,MethodologyandProjectPlanServiceProviderisrequiredtopresenttheirtechnicalproposal,notmorethan50pages,dividingthewholesolutioninto:

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

44

1. Technical Approach & Methodology ‐ comprising of understanding ofdepartment's objectives, approach towards the services to be provided to thecitizens,methodologytocarryoutservices,etc.

2. Work Plan ‐ comprising of main activities of the project, contents, phases,deliverydatesofdeliverables,translationofworkplanintoafeasibleplan,ere

3. Organization&Staffing‐Proposedstructureandcompositionoftheteam,keypersonresponsibilities,proposedtechnicalsupportandoperationsstaff

7. Manpower/ResourcesProposed

TeamproposedandtasksassignedNameofStaff Qualification Areaof

ExpertisePositionassigned

TaskAssigned

*Thisinformationshouldbeprovidedforallkeyprofessionalstaff,suchasteamleaders,projectmanagers,technicalsupportstaff,etc.8. Sales,FitmentandServiceNetworkopenedinIndia. Sr.No. Description Details1 ServiceCenterName:2 Address:3 NameofContactPerson4 ContactNo.

CertificationI,theundersigned,certifythattothebestofmyknowledgeandbelief,thisinformationgivencorrectly.Iunderstandthatanywillfulmisstatementdescribedhereinmayleadtomydisqualificationordismissal,ifengaged.[Signatureofstaffmember]Date:(AuthorizedSignatory)Name:________________________Designation&Authority:__________Place:_________________________Date:__________________________Stamp:________________________CompanyName:________________BusinessAddress:_______________9. TechnicalSpecificationsoftheProposedEquipment

DateofSubmission:

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

45

VendorName:VendorAddress:TenderNo:SampleSubmittedon:TenderProductSr.No:Sl.No

ItemNointheTender

ItemDescription Make Model Sl.NooftheItem

Name :Designation: SignatureContactNo1. ProofofTypeofapprovalinspeedgovernorwithdetails2. CopyofValidcertificateofISO/TS169493. Copy of Valid COP Certificates for the Type Approved Speed Governors to be

furnished4. PresentationonApproachandmethodologyinMIS5. Sales,FitmentandServiceNetworkproposedinGujaratStatewithdetailsofagency,

address,contactno,district.

Request for Proposal                                        Commissioner of Transport ‐ Gujarat      

            

46

SectionIX:FormatofFinancialBidCosttobequotedforthespeedgovernorincluding1yearswarrantyperiod.

Sr.No. Type PriceperUnit VAT ServiceTaxA. FuelControl

B. CableControl

C. ElectronicPedalControl

Note:1. The Price Bid shall be inclusive of Customs Duty, Central Excise Duty &

transportation.SignatureoftheauthorizedpersonNameoftheauthorizedpersonDesignation

Request for Proposal                                        Commissioner of Transport ‐ Gujarat      

            

47

SectionX:Self‐DeclarationSir/MadamTheDirector(e‐Governance),GujaratInformaticsLtd.Sir/Madam,HavingexaminedtheBiddingDocumentsincludingAddendaNos.________________(insertnumbers,ifany),thereceiptofwhichisherebydulyacknowledged,we,theundersigned,offer to render “Empanelment of Agencies for Supply, Installation, Testing &CommissioningofElectronicSpeedGovernorsinTransportVehicles”forCommissionerofTransport,GovernmentofGujaratinconformitywiththesaidbiddingdocumentsforthe same as per the technical and financial bid and such other sums as may beascertainedinaccordancewiththeFinancialBidsubmittedonlineandmadepartofthisbid.We undertake, if our bid is accepted, to render the services in accordance with thedelivery schedulewhichwill be specified in the empanelment document thatwewillsigniftheworkordergiventous.If our bid is accepted we will obtain and submit the guarantee of a bank for a sumequivalent to Rs. 2,00,00,000/‐ (Rs. Two Crore) within 15 days from letter ofEmpanelmentintheformprescribedbytheCoT.Weagree toabidebythisbid foraperiodof180(Onehundredandeightyonly)daysafter the date fixed form financial bid opening asmentioned under the Instruction toBiddersanditshallremainbindinguponusandmaybeacceptedatanytimebeforetheexpirationofthatperiod.Weunderstandthat incompetingfor(andif theawardismadetous, inexecutingtheaboveempanelment),wewillstrictlyobservethe lawsagainstfraudandcorruptioninforceinGujaratnamelyPreventionofCorruptionAct1988.Weunderstandthatyouarenotboundtoacceptthelowestoranybidyoumayreceive.We have not been under a declaration of ineligibility for corrupt and fraudulentpractices issued by Government of Gujarat/Ministry of Transport/State TransportDepartmentand/orblack‐listedbyanystate/centralgovernmentdepartments. inthepast 5 years, ending on last date of submission of bids. We have not imposed anycondition in conflict with the tender condition if it is found it should be treated aswithdrawn.Wehavenotbeenconvicted forany criminal cases(s)byanyGovt.Departmentor it’sPSUinGujaratregardinganysupplyandempanelmentswithourfirm/company.We have not breached/violated any empanelmentual conditions so far to any Govt.Departmentorit’sPSUinGujarat.

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

48

Incaseanyoftheabovestatementsmadebyusarefoundtobefalseorincorrect,youhaverighttorejectourbidatanystageincludingforfeitureofourEMDand/orPBGand/orcanceltheawardofempanelment.YournotificationofempanelmentshallconstituteabindingEmpanelmentbetweenus.We will be solely responsible to the Transport Dept. for the implementation of theproject.IalsoconfirmthatwewillabidetoallthetermsandconditionsprovidedintheRFPandhave No Deviations. In the event of any deviation from the factual information theGIL/COT, Govt. of Gujarat reserves the right to reject our proposal or terminate theempanelment,ifawardedtous,withoutanycompensation.Weherebyextendourfullwarrantyforthegoodsofferedforsupplybytheabovefirmagainstthistender.Wealsoundertaketoprovidetimelysuppliesaspertermsoftenderandalsotoprovideatroublefreeandcontinuoussupporteitherdirectlyorthroughourauthorizedpartnersunder our supervision during the said support period.Wewill provide the necessarysupport in the event of up gradation of any of the software is necessitated whileproviding the support will arrange for complete replacement of the item(s) with anequivalent / higher version. For this tender we authorize M/s. _____________________(Complete address and full contact details of the partner) to be our sales and servicepartner. In the event of discontinuation of supply and service by our partner or anyproblem arises during provision of supply and services, the entire responsibility toprovidetroublefreeandcontinuoussupplyandservicestotheend‐usersrestswithusandwe undertake to provide supply and services directly or through our alternativesales/servicepartners.Datedthis_______________dayof________________20____Signature (inthecapacityof)DulyauthorizedtosignBidforandonbehalfof_______________________

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

49

SectionXI:FormatofEarnestMoneyDepositintheformofBankGuarantee

Ref: BankGuaranteeNo. Date:To,Director(e‐governance)GujaratInformaticsLimited8thFloor,Block‐1,UdyogBhavan,Sector‐11,Gandhinagar‐382017Gujarat,India

Whereas ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (here in after called "theBidder") has submitted its bid dated ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ in response to the Tender no:SWXXXXXXXXX for ___________________________________________________________________ KNOWALLMENbythesepresentsthatWE‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐havingourregisteredofficeat‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (hereinafter called "the Bank") are bound unto the______________, Gujarat Informatics Limited in the sum of ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ for whichpaymentwellandtrulytobemadetoGujaratInformaticsLimited,theBankbindsitself,itssuccessorsandassignsby thesepresents.Sealedwith theCommonSealof thesaidBankthis‐‐‐‐‐‐‐‐‐‐‐‐‐‐dayof‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐2016.THECONDITIONSofthisobligationare: TheE.M.D.maybeforfeited:

a. ifaBidderwithdrawsitsbidduringtheperiodofbidvalidityb. Doesnotacceptthecorrectionoferrorsmadeinthetenderdocument;c. Incaseofasuccessfulbidders,iftheBidderfails:

(i) To sign the Empanelment as mentioned above within the time limitstipulatedbypurchaseror

(ii)Tofurnishperformancebankguaranteeasmentionedaboveor

(iii)Ifthebidderisfoundtobeinvolvedinfraudulentpractices.(iv)If the bidder fails to submit the copy of purchase order & acceptance

thereof.WeundertaketopaytotheGIL/Purchaseruptotheaboveamountuponreceiptof itsfirst written demand, without GIL/ Purchaser having to substantiate its demand,providedthatinitsdemandGIL/Purchaserwillspecifythattheamountclaimedbyitisdue to itowing to theoccurrenceofanyof theabovementionedconditions, specifyingtheoccurredconditionorconditions.Thisguaranteewill remainvalidup to9months fromthe lastdateofbidsubmission.TheBankundertakesnottorevokethisguaranteeduringitscurrencywithoutpreviousconsent of the OWNER/PURCHASER and further agrees that the guarantee hereincontainedshallcontinuetobeenforceabletilltheOWNER/PURCHASERdischargesthisguarantee

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

50

TheBankshallnotbereleasedofitsobligationsunderthesepresentsbyanyexercisebytheOWNER/PURCHAERofitsliabilitywithreferencetothemattersaforesaidoranyofthem or by reason or any other acts of omission or commission on the part of theOWNER/PURCHASERoranyotherindulgenceshownbytheOWNER/PURCHASERorbyanyothermatterorthings.The Bank also agree that the OWNER/PUCHASER at its option shall be entitled toenforce this Guarantee against the Bank as a Principal Debtor, in the first instancewithout proceeding against the SELLER and not withstanding any security or otherguaranteethattheOWNER/PURCHASERmayhaveinrelationtotheSELLER’sliabilities.Datedat_______________onthis_________dayof___________2016.____________________Signedanddeliveredby_____________________For&onBehalfofNameoftheBank&Branch&ItsofficialAddress Approved Bank: Any Nationalized Bank operating in India having branch atAhmedabad/Gandhinagar

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

51

SectionXII:ReportingFormat 1. DailyReporttoRegisteringAuthority

Location:__________ Date:___________Sr.No

VehicleRegistration

No

OwnersName

Typeofvehicle

InvoiceNo.

SaleCertificate

No

Sr.No./BatchNo.ofSpeedGovernor

FitmentCertificate

No.

2. MonthlyReporttoRTO/TransportDepartmentDATE:_________________SPEEDGOVERNORSFITMENTREPORTFORTHEMONTHOF_______________________Date RTO Vehicle

Make&Model

VehicleCategory

VehicleRegistrationNo.

EngineNo.

ChassisNo.

SpeedGovernorSl.No.

Fitment/Service

CertificateNo.

Remarks

SUMMARY OF SPEED GOVERNOR FITMENT FOR THE MONTH OF______________________________

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

52

Sr.N0. RTO No. of Speed GovernorsFittedforMonth

CumulativeFitment

(AUTHORISEDSIGNATORY)3. ReportofInstalledSpeedGovernorDetailsoftheSpeedGovernorsissuedbytheManufacturerNameoftheManufacturerTinNo.Sr.No.

Nameandaddress

SerialNumberoftheSpeedGovernor

TotalQuantityissued

Remarks

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

53

SectionXII:FitmentCertificate

ELECTRONICSPEEDLIMITATIONDEVICE

…………………………………………………………………………………… ………………………………………………………………………………….. …………………………………………………………………………………..To, S.No.The……………………… Date:TheRegionalTransportOfficer,…………………………………………….…….…………………………………….ThisistocertifythattheElectronicsSpeedLimitationdevice/SpeedGovernorfittedasperthedetailsgivenbelow.Itischeckedsealedandisfunctioninginallmanners.ProductSerialNo…………………………. Vehicle(Make)…………………………………InvoiceNo.………………………………. Model………………………………………………..InvoiceDated………………………………RegistrationNo.……………………………….Model:………………………………………ChassisNo.………………………………………SetSpeed………………………………….EngineNo.………………………………………… AUTHORIZEDDEALER…………………. CHECKED&VERIFIEDDEPARTMENTOFTRANSPORT SignatureofMVI/RTO(Seal&Sign)This is to acknowledge and confirm thatwehave got our vehicle bearing registrationNo…………………………….. Fitted with Speed Limitation Device manufactured by M/s…………………………….. bearing Sr. No. ……………………………….. And BatchNo…………………………………..

FITMENTCERTIFICATE

DEPARTMENT COPY

Request for Proposal                              Commissioner of Transport ‐ Gujarat                 

54

Thisistoacknowledgeandconfirmthatwehavegotourvehiclebearingregistrationno………………………… Limitation Device manufactured by M/s…………………………………………………………….bearingSr.No.……………………….AndBatchNo………………………….. WehavecheckedtheperformanceofthevehicleafterfitmentofthesaidSpeedLimitation Device and we confirm that the speed of the vehicle is set to……………………………..Kmphandtheunitissealedat………………….PointsandfunctioningaspernormslaidoutinAIS018.Wearesatisfiedwiththeperformanceoftheunitinallrespects. We undertake not to raise any dispute or any legal claims against M/s.………………………………………intheeventthattheabovementionedsealsarefoundbroken/torn / tampered andmore specificallywith the respect to anyvariance in the speedlimitsetatthetimeofdelivery,afterexpiryofwarrantyperiodof1yearsfromthedateofinstallation.

ThankingyouDate:……………………………. NameofthePerson……………………………………Time:……………………………… Designation……………………………………Place………………………………… DI/PanCard/PassportNo.……………………………………Signature RegionalOffice…

PRODUCTSATISFACTIONREPORT


Recommended