PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad...
Transcript of PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad...
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18 PROPOSED REVISED ESTIMATED COST FOR FOUR WHEELER TOWING
VEHICLE
UNIT COST – 32,22,997/-
FOLLOWING RATE ARE FOR ONE UNIT FOR TWO SHIFTS
1- UNIT EXPENDTURE COST PER MONTH PER UNIT =29,588/- = A
2- UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT =43,981/- =
B 3- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=33,666/- = D
4- UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=61,184/- = E
5- FUEL COST PER MONTH PER UNIT = 31,086/- = F
Sd/- Joint City Engineer(Elc/Mech)
Pimpri Chinchwad Municipal Corporation Pimpri 18
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18 PROPOSED REVISED ESTIMATED COST FOR TWO WHEELER TOWING
VEHICLE
UNIT COST – 25,11,360/-
FOLLOWING RATE ARE FOR ONE UNIT FOR TWO SHIFTS
1- UNIT EXPENDTURE COST PER MONTH PER UNIT =23,020/- = A
2- UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT =34,617/- =
B 3- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=33,666/- = D
4- UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=61,184/- = E
5- FUEL COST PER MONTH PER UNIT = 33,990/- = F
Sd/- Joint City Engineer(Elc/Mech)
Pimpri Chinchwad Municipal Corporation Pimpri 18
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18 PROPOSED ESTIMATED CONSTANT FOR TWO WHEELER TOWING
VEHICLE
UNIT COST – 25,11,360/- 1- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=33,666/- = D
2-UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=61,184/- = E
3-FUEL COST PER MONTH PER UNIT = 33,990/- = F
4-TOTAL RENT 1,86,478
CONSTANT FACTOR FOR –D- SKILL LABOUR D -------------------- = 33,666/- ------------- = 0.180 TOTAL RENT 1,86,478 CONSTANT FACTOR FOR –E- UNSKILL LABOUR E -------------------- = 61,184 ------------- = 0.328 TOTAL RENT 1,86,478 CONSTANT FACTOR FOR –F- FULE F -------------------- = 33,990/- ------------- = 0.182 TOTAL RENT 1,86,478
Sd/- Joint City Engineer(Elc/Mech)
Pimpri Chinchwad Municipal Corporation Pimpri 18
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18 PROPOSED ESTIMATED CONSTANT FOR FOUR WHEELER TOWING
VEHICLE
UNIT COST – 32,22,997/- 1- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=33,666/- = D
2-UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=61,184/- = E
3-FUEL COST PER MONTH PER UNIT = 31,086/- = F
4-TOTAL RENT 1,99,505
CONSTANT FACTOR FOR –D- SKILL LABOUR D -------------------- = 33,666/- ------------- = 0.169 TOTAL RENT 1,99,505 CONSTANT FACTOR FOR –E- UNSKILL LABOUR E -------------------- = 61,184/- ------------- = 0.306 TOTAL RENT 1,99,505 CONSTANT FACTOR FOR –F- FULE F -------------------- = 31,086/- ------------- = 0.156 TOTAL RENT 1,99,505
Sd/- Joint City Engineer(Elc/Mech)
Pimpri Chinchwad Municipal Corporation Pimpri 18
10 Annexure – 3: Format for commercial proposal
Covering Letter (To be submitted on the letterhead of the bidder)
{Location, Date}
To,
Subject:Submission of Commercial proposal in response to the RFP for Providing Towing Van
System (TVS) for PCMC.
Dear Sir,
We hereby offer to provide Towing Van System (TVS).for PCMC.
Sr Particulars Units
required
Rent per month Cost
per unit in INR.
(inclusive of all taxes)
for 1st year
1 Supply of hydraulic towing van for four wheeler towing on
rental as per specification in the RFP
UNIT EXPENDTURE COST PER MONTH PER UNIT A
UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT
B
SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT D
UNSKILLED LABOUR EXPENDTURE COST PER MONTH
PER UNIT E
FUEL COST PER MONTH PER UNIT F
2
2 Supply of hydraulic towing van for two wheeler towing on
rental as per specification in the RFP
UNIT EXPENDTURE COST PER MONTH PER UNIT A
2
For 2nd year & 3rdyear the payment of skilled labour, unskilled labour& fuel cost should be paid as per below formula
FORMULA S0*D*S1-S0 + U0*E*U1-U0 + F0*F*F1-F0 S0 U0 F0 P= ------------------------------------------------------------------
100
S0 = Skilled labour rate in accepetedtender .
D = Propotional constant as per estimate.
S1 = Skilled labour rate in corresponding year on 1stApril& 1st October as per minimum wages act.
UO = Unskilled labour rate in acceptable tender.
E = Propotional constant as per estimate.
U1 = Unskilled labour rate in corresponding year on 1stapril& 1st October as per minimum wages act.
F0= Fuel rate considered in acceptable tender.
F = Propotional constant as per estimate.
F1 = Fuel cost in corresponding year on 1stapril& 1st October as per minimum wages act.
Yoursfaithfully,
AuthorizedSignatory
Name & Designation :
Date :
Seal Business Address:
UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT
B
SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT D
UNSKILLED LABOUR EXPENDTURE COST PER MONTH
PER UNIT E
FUEL COST PER MONTH PER UNIT F
3 Supply of Security 04 - UNSKILLED LABOUR
EXPENDTURE COST PER MONTH PER UNIT E
AS PER MINIMUM WAGES ACT
NAME OF THE WORK :- Providing latest Two wheeler & Four wheeler hydraulic towing van system for Pimpri Chinchwad Munciple Corporation Area on monthly rented basis
Minuites of prebid meeting
Venue:- Hon.Jt.city engineers (E/M) office pcmc main building Mumbai Pune road.
Date:- 13/11/2017 Time:- 3.00pm
Expression interest for providing latest Two wheeler& Four wheeler hydraulic Towing van system for Pimpri Chinchwad Munciple Corporation Area on monthly rented basis published on PCMC website & in daily news paper – Prabhat, Aaj ka Anand, Punynagari dated 29/10/2017. For this pre-bid meeting was scheduled on 13/11/2017 at 3.00pm for this meeting following PCMC officers & biders are present
SR.NO Name of Pcmc officer Designation
1 MR. P.B TUPE JT.CITY ENGINEER(EL/M)
2 MR. S.S MORE EX.ENGINEER
3 MR. V. INGULKAR ACCOUNT OFFICER
4 MR. K.V DIVEKAR JR.ENGINEER
LIST OF BIDDERS
SR.NO NAME OPRGANIZATION DESIGNATION CON MUM
1 RAHUL DHERBHE
VIDARBHA INFOTECH PVT.LTD
MANAGER 9011075165
In this meeting following queries raised by bidders
SR.NO QUERY CLARIFICATION
1 The responsibility of the success full bidder will be upto towing the vehicles & parking at defined place, security & release of the towed vehicles will be solelythe responsibility of the succesfull bidder
Security & Released of the towed vehicles will be the responsibility of traffic department & not the bidder
Not accepted As per RFP 5.2
Enclosed document – Revised Estimated cost statement, revised commercial proposal.
Sd/-
Joint City Engineer(Elc/Mech) Pimpri Chinchwad Municipal Corporation
Pimpri 18
FOLLOWING CHANGES IN RFP
1.2 Other Important Information Related to Bid S. No. Item Description
1. Earnest Money Deposit (EMD) in the form of
online gateway systems
1%OF PROPOSALCOST RS
THREEE LAKHS SIX
THOUSANDSIX HUNDRED
FIFTY. TOTAL PROPOSAL COST
FOR TWO WHEELER AND FOUR
WHEELER IS 3,31,26,953/-
RUPEES THREE CRORE THIRTY
ONE LAKHS TWENTY SIX
THOUSAND NINE HUNDTED
FIFTY THREE
2.
Performance Security Deposit.
In the form of Performance Bank Guarantee.
(PBG)
(Refer Annexure – 6)
Rs. 3,31,269/-
Sd/-
Joint City Engineer(Elc/Mech) Pimpri Chinchwad Municipal Corporation
Pimpri 18
PIMPRI CHINCHWAD MUNICIPAL CORPORATION PIMPRI,PUNE -18
Request for proposal (RFP) for providing Latest Hydraulic Towing van system
for pimpri chinchwad municipal corporation on monthly Rented basis.
RFP No.-04/2017-18
pimpri chinchwad municipal corporation, here by invites proposal for providing
Latest Hydraulic Towing Van system on monthly rental basis for the period of three
year’s to maintain traffic in the city.
For more details about the bid submission procedure,technical,commercial on
available in the request for proposal (RFP) document
pimpri chinchwad municipal corporation invites bids for the request for
proposal (RFP)document. Interested bidders may download the RFP
document form the website of pcmc ie www.pcmcindia.gov.in form 29/10/2017
3:00pm onwords.
No Name of Proposal EMD
1 Request for proposal (RFP) for
provding Latest Hydraulic Towing
system for pimpri chinchwad
municipal corporation on monthly
rental basis
Document Fee (Rs)
10,000
3,06,650 /-
Rights to reject any or all tenders without assigning any reasons thereof are
reserved by pimpri chinchwad municipal commissioner and whose decision will be
final and legally binding on all the bidders
Workshop/03/kavi/2017-18
Date - /10/2017
Adverstisemnt No-
Joint city engineers (Ele/Mech)
pimpri chinchwad municipal corporation,
pune-18
Page | 2
PIMPRI-CHINCHWAD MUNICIPAL CORPORATION
Request for Proposal for providing Latest Hydraulic Towing
Van System for Pimpri -Chinchwad Municipal Corporation.
ON Rental Basis for the period of Three years.
FOR
PCMC AREA
Date:
Issued by: The
Page | 3
Table of Contents
1 Invitation for Proposal .......................................................................................................... 5
1.1 Key Events and Dates .................................................................................................. 6
1.2 Other Important Information Related to Bid .................................................................. 7
2 Request for Proposal – Process ........................................................................................... 8
2.1 Consortium conditions .................................................................................................. 8
2.2 RFP document Fees .................................................................................................... 9
2.3 Earnest Money Deposit ................................................................................................ 9
2.4 Contact Details ........................................................................................................... 10
2.5 Pre-Bid queries on RFP .............................................................................................. 10
2.6 Supplementary Information/Corrigendum/Amendment to the RFP ............................. 10
2.7 Completeness of Response ....................................................................................... 11
2.8 Proposal Preparation Cost ......................................................................................... 11
2.9 Right to termination .................................................................................................... 11
2.10 Authentication of Bids ................................................................................................. 11
2.11 Interlineation of bids ................................................................................................... 12
2.12 Late Bids .................................................................................................................... 12
2.13 Negotiations with Successful bidder ........................................................................... 12
2.14 Patent Claim ............................................................................................................... 12
3 Bid Submission Instructions ............................................................................................... 13
3.1 Online Bid Submission ............................................................................................... 13
3.2 Pre-Qualification ......................................................................................................... 14
3.3 Technical Proposal ..................................................................................................... 15
3.4 Commercial proposal ................................................................................................. 18
3.5 Validity of proposal ..................................................................................................... 19
3.6 Corrections errors in Commerical proposal ................................................................. 19
3.7 Language ................................................................................................................... 19
3.8 Conditions under which RFP is issued ....................................................................... 19
3.9 Right to the content of proposal .................................................................................. 20
3.10 Non- conforming proposal .......................................................................................... 20
3.11 Disqualification ........................................................................................................... 20
3.12 Acknowledgement of understanding ........................................................................... 21
3.13 Site visit by Bidder ...................................................................................................... 22
4 Bid Opening and Evaluation Process ................................................................................. 23
4.1 Bid Evaluation Committee .......................................................................................... 23
Page | 4
4.2 Overall Evaluation Process ........................................................................................ 23
4.3 Award Criteria ............................................................................................................ 26
4.4 Right to accept any Proposal and to reject any or all Proposals ................................. 26
4.5 Notification of Award .................................................................................................. 26
4.6 Processing Fees............................................................ Error! Bookmark not defined.
4.7 Conditions Precedent of the Bidder ............................................................................ 26
4.8 Extension of time for fulfillment of Conditions Precedent ............................................ 26
4.9 Non-fulfillment of the Bidder’s Conditions Precedent .................................................. 26
4.10 Signing of Contract ..................................................................................................... 27
4.11 Failure to agree with Terms and Conditions of this RFP ............................................. 27
4.12 Performance Bank Guarantee .................................................................................... 27
5 Scope of Work ................................................................................................................... 29
5.1 Nature and Objective of Work..................................................................................... 29
5.2 Scope of Work ............................................................................................................ 30
5.3 Project Timelines ........................................................................................................ 40
6 Service Level Agreement (SLA) ......................................................................................... 41
7 General Conditions of Contract .......................................................................................... 44
7.1 Governing Law ........................................................................................................... 44
7.2 Settlement of Disputes ............................................................................................... 44
7.3 Confidential Information .............................................................................................. 45
7.4 Change in Laws and Regulations ............................................................................... 45
7.5 Force Majeure ............................................................................................................ 45
7.6 Termination ................................................................................................................ 46
7.7 Assignment ................................................................................................................ 46
7.8 Power to waive Fines ................................................................................................. 46
7.9 All other laws to be applicable .................................................................................... 47
Annexure – 1: Request for Clarification .................................................................................... 48
Annexure – 2: Technical Proposal Covering Letter ................................................................... 49
Annexure – 3: Format for commercial proposal ........................................................................ 51
Annexure - 4: Draft Service Agreement .................................................................................... 53
Annexure - 5: Bank Guarantee (BG) Format – Earnest Money Deposit .................................... 56
Annexure - 6: Performance Bank Guarantee (PBG) (Draft) ...................................................... 58
Page | 5
1 Invitation for Proposal
1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for
Proposal for providing Latest Hydraulic Towing Van System on monthly rental basis for
the period of Three years. Pune Traffic Police and Pimpri-Chinchwad Municipal
Corporation are jointly responsible for Planning and maintaining traffic in the city. Towing
of wrongly parked Vehicles is a essential part in managing the traffic flow. Currently the
towing is done by different vendors appointed by DCP traffic on a temporary contract
basis. PCMC intends to procure the Latest Hydraulic towing Vans for two wheelers and
four wheelers towing operations on monthly rental basis. These Vans will be deployed on
the field by PCMC with the help of Pune traffic Police. The main intention is to provide
efficient system so that the parking on the street behavior is changed of the general
public. Bidder/ Agencies are advised to study this RFP document carefully before
submitting their proposals in response to the RFP Notice. Submission of a proposal in
response to this notice shall be deemed to have been done after careful study and
examination of this document with full understanding of its terms, conditions and
implications.
2. The complete bidding document has been published on www.pcmcindia.gov.in for the
purpose of downloading. The downloaded bidding document shall be considered valid for
participation in the electronic bidding process (e-Tendering) subject to the submission of
required tender/ bidding document fee and EMD.
3. Bidders who wish to participate in this bidding process must register on PCMC electrical
department.
4. To participate in online bidding process, Bidders must procure a Digital Signature
Certificate (Class - II) as per Information Technology Act-2000 using which they can
digitally sign and encrypt their electronic bids. Bidders can procure the same from any
CCA approved certifying agency, i.e. TCS, Safecrypt, Ncode, etc. Bidders who already
have a valid Digital Signature Certificate (DSC) need not procure a new DSC.
5. A Two envelope selection procedure shall be adopted.
6. Bidder (authorized signatory) shall submit their offer online in electronic formats for
technical (including prequalification documents) and Commercial proposal.
7. Pimpari Chinchwad Municipal Corporation will not be responsible for delay in online
submission due to any reason. For this, bidders are requested to upload the complete bid
proposal, well advance in time so as to avoid issues like slow speed, choking of web site
due to heavy load or any other unforeseen problems.,
Page | 6
For queries related to e.tender kindly contact;
Tel: 02067333333 EXT-1105,1421, 8. Bidders are also advised to refer bidders manual kit available at pcmc website for further
details about the e tendering process.
1.1 Important Events and Dates
S.
No Information Details
1
RFP DOCUMENT FEES
RS 10,000/- RUPEES TEN
THOUSAND NON
REFUNDABLE ON THE NAME
OF THE COMMISIONER
PIMPRI CHINCHWAD
MUNCIPLE CORPORATION
THROUGH GATE WAY SYATEM
2 RFP Download Date 29 OCTOBER TO 27
NOVEMBER 2017
3 Pre- bid conference
13 NOVEMBER 2017 TILL
3.00PM. THE OFFICE OF JOINT
CITY ENGINEER(ELE/MECH)
PIMPRI CHINCHWAD
MUNCIPLE CORPORATION
PUNE -18
4 Release of response to clarifications would be
available at PCMC -Tendering portal: www.pcmcindia.gov.in
5 Last date (deadline) for online submission of bids 27 NOVEMBER 2017 TILL
3.00PM
6 Opening of Technical proposals WILL BE INTTIMITED LATER
7 Tender opening date WILL BE INTTIMITED LATER TO
QUALIFIED BIDDER
Page | 7
1.2 Other Important Information Related to Bid
S. No. Item Description
1. Earnest Money Deposit (EMD) in the form of
online gateway systems
1% OF PROPOSAL COST RS
THREEE LAKHS SIX
THOUSAND SIX HUNDRED
FIFTY. TOTAL PROPOSAL
COST FOR TWO WHEELER
AND FOUR WHEELER IS
3,06,62,489/- RUPEES THREE
CRORE SIX LAKHS SIXTY TWO
THOUSAND FOUR HUNDTED
EIGHTY NINE
2. Bid Validity Period
(120) ONE-HUNDRED AND
TWENTY DAYS FORM THE
DATE OF BID SUBMISSION
3.
Last date for furnishing Performance Security
Deposit to pcmc Traffic Police (By successful
bidder)
WITHIN FOURTEEN (14)
WORKING DAYS OF THE DATE
OF NOTICE OF AWARD OF THE
CONTRACR OR PRIOR TO
SIGNING OF THE CONTRACT
WHICHEVER IS EARLIER OR
AS INTICATED IN THE WORK
ORDER ISSUED BY PCMC.
4.
Performance Security Deposit.
In the form of Performance Bank Guarantee.
(PBG)
(Refer Annexure – 6)
Rs. 30,66,250/-
5. Last date for signing contract WILL BE INTTIMITED
Page | 8
2 Request for Proposal – Process
2.1 Consortium conditions
The Bidders are allowed to form Consortium subject to the following conditions:
1. The number of Consortium members cannot exceed three.
2. Only the Lead Member will submit the Proposal and sign the Contract with PCMC.
3. The sole responsibility of execution of the Contract would be that of the Lead Member
only
4. No Consortium member can be a part of more than one Consortium. Only one Bid will be
allowed from a Consortium. The partners of a Consortium are not allowed to bid
individually.
5. In case of a Consortium Bid, the Lead Member would also need to submit the Agreement
between the Consortium members for the Contract clearly indicating their scope of work
and relationship. Such Agreement should be prepared on a stamp paper of requisite
value and is required to be submitted along with the Technical Proposal.
6. All the signatories of the Consortium Agreement shall be authorized by a Power of
Attorney signed by the respective Managing Director or Board resolution and
authorization letters of Board of Directors of the Companies.
7. Each Consortium member shall execute and submit along with the Technical Proposal,
Authority Letter in favour of the Lead Member which shall inter-alia, authorize the Lead
Member to act for and on behalf of such member of the Consortium and do all acts as
may be necessary to or for the performance under the contract.
8. The Consortium Agreement shall provide at least the following information in respect of
the Consortium members that the Bidder will engage to provide any of the services
required under this RFP.
a. Brief description of nature of products/services to be provided by Consortium
member;
b. Head and Branch offices (if responsible for work under the contract) (provide
mailing addresses, phone, fax and email);
c. Date, form and state of incorporation of each Consortium member;
d. Contract Administrator (Name, business address, fax, phone and email address
of individual responsible for administering any Contract that might result from this
RFP);
e. Company Principals (Name, title and business address); and,
Page | 9
f. Current or prior successful partnerships with proposed Consortium member
including Client reference (Contact name, phone number, dates when services
were performed).
9. The Consortium Agreement concluded by the Lead Member and Consortium member(s)
should also be addressed to PCMC clearly stating that the Agreement is applicable to the
contract executed out of this RFP and shall be binding on them for the Contract Period.
Notwithstanding the Agreement, the responsibility of completion of job under the contract
will be with the Lead Member.
10. Change in members of the Consortium of the successful Bidder anytime during the
Contract will be allowed only with prior approval of PCMC and Nagpur traffic police.
11. The Lead Member shall be solely liable to and responsible for all obligations towards
Nagpur Traffic Police for performance of works/services including that of its
partners/associates under the contract.
2.2 RFP document Fees
The qualified bidders are requested to pay online Tender fees of Rs.10,000/- through e
tender. Tender fee is non-refundable.
2.3 Earnest Money Deposit
The qualified bidders are requested to submit the EMD of Rs. 1% of proposal cost through
gateway system .
1. The EMD shall be denominated in Indian Rupees only. No interest will be payable to the
bidder on the amount of the EMD.
2. Bids submitted without adequate EMD will be liable for rejection.
3. Unsuccessful bidder’s EMD shall be returned to the unsuccessful bidder within 120 days
from the date of opening of the Commercial bid.
4. EMD of Successful bidder will be returned after the award of contract and submission of
the performance security deposit within specified time.
5. EMD shall be non-transferable.
6. The EMD may be forfeited:
a) If a Bidder withdraws his bid or increases the quoted contract period during the period
of bid validity or its extended period, if any.
b) If successful bidder fails to sign the Contract or to furnish Performance Security
Deposit within specified time in accordance with the format given in the RFP.
Page | 10
c) If during the bid process, a bidder indulges in any such deliberate act as would
jeopardise or unnecessarily delay the process of bid evaluation and finalisation. The
decision of the PCMC regarding forfeiture of the Bid Security shall be final and
binding upon bidders.
d) If during the bid process, any information is found false/fraudulent/mala fide, then
pune Traffic Police/pcmc shall reject the bid and, if necessary, initiate action.
2.4 Contact Details
For any clarifications & communication with reference to the RFP documents, the Bidders
are expected to communicate at the contact information provided below:
The joint city Engineer (E/M)
Pimpri Chinchwad Munciple Corporation
1st floor , Electric department –Pimpri=18
Mobile no- 9922501547 Email- Pravin Tupe <[email protected]>
Pre-Bid queries on RFP
Bidder shall send in their pre-bid queries as prescribed in the format specified in Annexure 1
of this RFP to the contact address at which the bids are to be submitted as well as the email
id mentioned in section 2.4 of this RFP. The response to the queries will be published on
www.pcmcindia.gov.in. No telephonic queries will be entertained. This response of PCMC
shall become integral part of RFP document.
2.5 Supplementary Information/Corrigendum/Amendment to the
RFP
At any time prior to the deadline (or as extended by PCMC) for submission of bids, PCMC for
any reason, whether at its own initiative or in response to clarifications requested by the
Bidder may modify the RFP document by issuing amendment(s) or issue additional data to
clarify an interpretation of the provisions of this RFP. Such supplements / corrigendum to the
RFP issued by PCMC would be displayed on www.pcmcindia.gov.in. Any such supplement /
corrigendum / amendment shall be deemed to be incorporated by this reference into this
RFP.
Any such supplement / corrigendum / amendment will be binding on all the Bidders. PCMC
will not be responsible for any misinterpretation of the provisions of this Tender document on
account of the Bidders failure to update the Bid documents based on changes announced
through the website.
Page | 11
In order to allow Bidders a reasonable time to take the supplement / corrigendum /
amendment(s) into account in preparing their bids, PCMC, at its discretion, may extend the
deadline for the submission of bids.
2.6 Completeness of Response
i. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid shall be deemed to have
been done after careful study and examination of the RFP document with full
understanding of its implications.
ii. The response to this RFP should be full and complete in all respects. Failure to furnish all
information required by the RFP document or submission of a proposal not substantially
responsive to the RFP document in every respect will be at the Bidder's risk and may
result in rejection of its Proposal and forfeiture of the Bid EMD.
2.7 Proposal Preparation Cost
The Bidder shall be responsible for all costs incurred in connection with participation in the
RFP process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
Proposal, in providing any additional information required by PCMC to facilitate the
evaluation process, and in negotiating a definitive Service Agreement (SA) and all such
activities related to the Bid process. This RFP does not commit PCMC to award a Contract or
to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of
award of the Contract for implementation of the Project.
2.8 Right to termination
PCMC may terminate the RFP process at any time and without assigning any reason. PCMC
makes no commitments, express or implied, that this process will result in a business
transaction with anyone. This RFP does not constitute an offer by PCMC. The bidder's
participation in this process may result in PCMC selecting the bidder to engage towards
execution of the contract.
2.9 Authentication of Bids
The original Bid will be signed by a Bidder’s person duly authorized to bind the Bidder to the
Contract. A letter of authorization in the name of the person signing the Bid shall be
supported by a written Power-of-attorney accompanying the Bid. All pages of the Bid
including the duplicate copies, except for un-amended printed literature, shall be initialed and
Page | 12
stamped by the person / persons signing the Bid. The bid will then be uploaded on the e-
tendering portal.
2.10 Interlineation of bids
The Bid shall contain no interlineations or erasures. In case of any overwriting, the place
needs to be signed by the Authorized signatory.
2.11 Late Bids
Bids received after the due date and the specified time (including the extended period if any)
for any reason whatsoever, shall not be entertained.
2.12 Negotiations with Successful bidder
The PCMC shall reserve the right to negotiate with the bidder(s) whose proposal has been
ranked best value bid on the basis of Technical and Commercial Evaluation to the proposed
Project.
2.13 Patent Claim
In the event of any claim asserted by a third party of infringement of copyright, patent,
trademark or industrial design rights arising from the use of the Goods or any part thereof,
the bidder shall expeditiously extinguish such claim. If the bidder fails to comply and PCMC
required to pay compensation to a third party resulting from such infringement, the Bidder
shall be responsible for such compensation, including all expenses, court costs and lawyer
fees. PCMC shall give notice to the successful bidder of any such claim and recover it from
the bidder if required.
Page | 13
3 Bid Submission Instructions
3.1 Online Bid Submission
1. The bidder shall submit the bid online through pcmc Portal www.pcmcindia.gov.in.
2. To view- Tender Notice, Detailed Time Schedule, RFP Document and its supporting
documents, kindly visit following e-Tendering website of pcmc www.pcmcindia.gov.in.
The bids submitted by the Bidder shall comprise of the following Two envelopes:
a) A Two envelope/ cover system shall be followed for the bid –
Envelope A: Technical Bid including EMD Prequalification & technical proposal
Envelope B: Commercial bid.
b) The Bid shall include the following documents: -
S. No. Documents Type Document Format
Envelope –A: Technical Bid
1. EMD Scanned copy of Bank Guarantee
2. Prequalification & Technical
Proposal
The Proposal shall be prepared in accordance
with the requirements specified in this RFP and in
the formats prescribed in the RFP.
Envelope –B : Commercial Bid
3. Commercial Bid
The Commercial Proposal shall be prepared in
accordance with the requirements specified in this
RFP and in the formats prescribed in the RFP.
c) The bidder should ensure that all the required documents, as mentioned in this RFP/
bidding document, are submitted along with the bid and in the prescribed format only.
Non-submission of the required documents or submission of the documents in a
different format/ contents may lead to the rejections of the bid proposal submitted by
the bidder.
4.The Bidders participating first time for e-Tenders on pcmc e-tendering portal will have to complete
the Online Registration Process for the e-Tendering portal.
5.All bidders interested in participating in the on-line e-Tendering process are required to obtain
Class II or Class III Digital Certificates. The bids should be prepared & submitted online using
individual’s digital signature certificate.
6.It is required that all the Bids submitted in response to this RFP should be unconditional in
all respects, failing which pune Traffic Police/pcmc reserves the right to reject the Bid.
Page | 14
3.2 Pre-Qualification
The minimum eligibility criteria that should be satisfied by the Bidders are mentioned below.
The formats for the Pre-qualification documents are given in Annexures of this RFP, unless
specified otherwise.
Sr.
No.
Criteria Supporting
Documents
PQ-1 The Bidder (Lead bidder in case of consortium)
should be registered under the Companies Act,
1956, with registered offices in India and should
have been in existence for minimum of 3 years.
Copy of Certificate of
Incorporation signed
by Authorized
Signatory of the Bidder
/ Lead Bidder.
PQ-2 The bidder (Lead bidder in case of consortium)
should have in its name PAN (Permanent Account
Number) with Income Tax authority in India.
Copy of the PAN Card
signed by Authorized
Signatory of the Bidder
/ Lead Bidder.
PQ-3 The bidder (Lead bidder in case of consortium)
should have in its name GST Registration number
in India.
Copy of Service Tax
Registration Certificate
signed by Authorized
Signatory of the Bidder
/ Lead Bidder.
PQ-4 Bidder (Lead bidder in case of consortium) should be
based in Pune and/or have a fully functional office in
Pune with dedicated technical & maintenance staff for
the Towing Van (including vehicle lifting component) in
Pune Office and pcmc area.
Note : If the bidder, at the time of bidding, does not
have a local support office at Pune then an undertaking
to be submitted on the bidder’s letter head that an office
will be opened by the bidder (if selected for the award
of the contract) within 2 months from the date of signing
of contract.
Self-Attested
Letter confirming
address of the
pune/pcmc area.
PQ-5 Bidder (Lead bidder in case of consortium) should
have average turnover of atleast Rs. 2 Crores in the last
three years. (Annual Balance Sheets for the FY 2014-
15, FY 2015-16 and FY 2016-17)
CA Certificate with
CA’s Registration
Number/ Seal clearing
mentioning the
Page | 15
Sr.
No.
Criteria Supporting
Documents
Turnover or Audited
Financial Statements
PQ–6 Bidder (In case of Consortium, all participating
Agencies/ Companies / Firms) should not be black-
listed and/or barred by any government
agency/undertaking and/or by any of the competent
courts for any default at time of submission of bid
Self-Attested Letter by
each Company / Firm /
Agency
PQ-7 Bidder shall submit the OEM authorization letter
(Manufacture Authorization Letter) for all products to be
supplied.
Authorization Letter
from OEM for all
products to be supplied
PQ-8 In case of Consortium, details of consortium partners
and Agreement
Consortium Agreement
as per Section 2.1
PQ-9 In case of Consortium, Authority letter from all partners
in favour of Lead Bidder as per point 7 of Section 2.1
PQ -10 Technical Response Covering Letter in the required
Format
Technical Response
Covering Letter as per
Annexure 2
It is mandatory to submit the following documents in support of the above eligibility criteria
and the bidder is likely to be disqualified should it fail to provide any of the specified
documents.
3.3 Technical Proposal
Bidders who meet pre-qualification responsiveness and hurdle requirements would be
considered as qualified to move to the next stage of Technical and Commercial evaluations.
Following criteria shall be used to evaluate the Technical Proposals for assessing the
Technical Score.
S.N. Criteria Basis of Valuation Maximum
Marks
Supporting
documents
A Commercial & Professional
Strength of the Bidder
30
A1. Turnover of Bidder / Lead
Bidder (Incase of
≥ Rs.2 Cr. and < Rs.5 Cr.
: 5 mark
10 Audited
Commercial
Page | 16
Consortium) during the last 3
fiscal years (Average of
turnover in FY 2014-15, FY
2015-16 and FY 2016-17)
≥ Rs.5 Cr. and < Rs.20
Cr. : 7 marks
≥ Rs.20 Cr : 10 marks
Statements
clearing
mentioning the
Turnover
A2 Number of Employees on the
payroll of Bidder/Lead bidder
as on 31st March 2017
≥ 100 and < 150
employees : 5 marks
≥ 150 and < 200
employees : 7 marks
≥ 200 : 10 marks
10 Self-Attested
Letter on Bidders
Letter Head from
the Authorized
Signatory
A3 Years of Existence of the
Bidder/Lead Bidder in India
as on 31st March 2017
≥ 3 and < 5 years : 5
mark
≥ 5 and < 10 years : 7
marks
≥ 10 years or more : 10
marks
10 Copy of Certificate
of Incorporation
signed by
Authorized
Signatory of the
Bidder / Lead
Bidder.
B Experience of the Bidder 10
B1. Number of successfully
implemented projects in
PSU/Governments/Corporate
that involve in service delivery
in India during last 5 years as
on 31st March 2017
≥ 1 and < 3 : 1 marks
≥ 3 and < 5 : 3 marks
5 or above : 5 marks
5 Work Orders /
Completion
Certificate /
Authorized Letters
etc. from the Client
B2. Number of successfully
implemented/ongoing projects
that involve lifting of
vehicle/cargo by Crane/
Hydraulic arm or in towing
operations in India during last
5 years as on 31st March 2017
≥ 1 and < 3 : 1 marks
≥ 3 and < 5 : 3 marks
5 or above : 5 marks
5 Work Orders /
Completion
Certificate /
Authorized Letters
etc. from the Client
C Technical Presentation 60
C1 Solution Proposed Qualitative
assessment based
on Demonstration of
understanding of the
Department’s
25 Details to be
provided in
Technical
Proposal
Page | 17
requirements through
providing:
− Proposed Towing
Van and its
components,
(Live demo will be
mandatory)
− Technologies used,
− Learning on Issues
− Challenges
− Challenges likely to
be encountered
− Mitigation proposed
C2
Approach and Methodology to
perform the work in this
assignment
Qualitative assessment
based on
− Understanding of
the objectives of the
assignment: The
extent to which the
Systems
Implementer’s
approach and work
plan respond to the
objectives indicated
in the
Statement/Scope of
Work
− Completeness and
responsiveness: The
extent to which the
proposal responds
exhaustively to all the
requirements of all
the Terms of
15 Details to be
provided in
Technical
Proposal
Page | 18
It may be noted that the end to end responsibility to make the solution perform on a turnkey
basis, is that of the Bidder (hence the Bidder is expected to understand the RFP in all
respects).
3.4 Commercial proposal
1 In the Commercial Proposal, the bidder have to quote rental cost of the vehicles with
hydraulic towing system for four wheelers and two wheelers. Bidder should also quote for
the monthly operational charges for deploying and running this system as per the scope
of the tender document.
2 The Bidder is expected to provide services sought in the RFP and proposed in the
Technical Proposal for the quoted time period.
3 PCMC may seek clarifications from the Bidder on the Technical Proposal. Any of
the clarifications by the Bidder on the Technical Proposal should not have any
implications on quoted price.
4 Technical Proposal shall not contain any Commercial information.
5 Any deviation from the above mentioned conditions shall lead to disqualification
from the bidding process.
Reference
C3 Finance & Revenue
Generation plan during
Advertisement Contract
Period
Qualitative assessment
based on timelines,
dependencies
,milestones and Risk
Assessment
10 Details to be
provided in
Technical
Proposal
C4 Implementation Roadmap Qualitative assessment
based on how the
stipulated time period of
the Installation and
Commissioning will be
achieved by the bidder.
10 Details to be
provided in
Technical
Proposal
Grand Total 100
Page | 19
3.5 Validity of proposal
The Proposals shall be valid for a period of six months from the date of submission of Bid. A
Proposal valid for a shorter period may be rejected as non-responsive. In exceptional
circumstances, at its discretion, PCMC may solicit the Bidder's consent for an extension of
the validity period. The request and the responses thereto shall be made in writing or by
email.
3.6 Corrections errors in Commerical proposal
1. Bidders are advised to exercise adequate care in quoting the rates in Commercial
Bid. No excuse for corrections in the quoted figures will be entertained after the
Commercial Proposals are received by PCMC.
2. In cases of discrepancy between the price quoted in words and in figures, Lower of
the two shall be considered.
3. The amount stated in the Commercial Proposal, adjusted in accordance with the
above procedure and as stated in Annexure 3 of this RFP, shall be considered as
binding on the Bidder for evaluation.
3.7 Language
The Proposal should be filled by the Bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the Bidders. For purposes of interpretation of the
Proposal, the English translation shall govern. If any document evidence for ‘Experience’ is in
other languages, a true translation of the copy attested by Notary shall be enclosed.
3.8 Conditions under which RFP is issued
1. This RFP is not an offer and is issued with no commitment. PCMC reserves the right
to withdraw the RFP and change or vary any part thereof at any stage. PCMC also
reserves the right to disqualify any Bidder should it be so necessary at any stage.
2. Timing and sequence of events resulting from this RFP shall ultimately be determined
by PCMC.
3. No oral conversations or agreements with any official, agent, or employee of PCMC
shall affect or modify any terms of this RFP and any alleged oral Agreement or
arrangement made by a Bidder with any PCMC, agency, official or employee of
PCMC shall be superseded by the definitive Agreement that results from this RFP
Page | 20
process. Oral communications by PCMC to Bidders shall not be considered binding
on it, nor shall any written materials provided by any person other than PCMC.
4. Neither the Bidder nor any of the Bidder’s representatives shall have any claims
whatsoever against PCMC or any of their respective officials, agents, or employees
arising out of or relating to this RFP or these procedures (other than those arising
under a definitive service Agreement with the Bidder in accordance with the terms
thereof).
5. Until the Contract is awarded and during the validity of the Contract, Bidders shall not,
directly or indirectly, solicit any employee of PCMC to leave PCMC or any other
officials involved in this RFP process in order to accept employment with the Bidder,
or any person acting in collusion with the Bidder, without prior written approval of
PCMC.
3.9 Right to the content of proposal
All Proposals and accompanying documentation of the Technical Proposal will become the
property of PCMC and will not be returned after opening of the Technical Proposals. PCMC
is not restricted in its rights to use or disclose any or all of the information contained in the
Proposal and can do so without compensation to the Bidders. PCMC shall not be bound by
any language in the Proposal indicating the confidentiality of the Proposal or any other
restriction on its use or disclosure.
3.10 Non- conforming proposal
A Proposal may be construed as a non-conforming Proposal and ineligible for consideration:
a. If it does not comply with the requirements of this RFP.
b. If the Proposal does not follow the format requested in this RFP or does not appear to
address the particular requirements of PCMC.
3.11 Disqualification
The Proposal is liable to be disqualified in the following cases or in case the Bidder fails to
meet the bidding requirements as indicated in this RFP:
1. Proposal not submitted in accordance with the procedure and formats prescribed in
this document or treated as non-conforming Proposal.
2. During validity of the Proposal, or its extended period, if any, the Bidder increases the
quoted time period.
3. The Bidder qualifies the Proposal with his own conditions.
Page | 21
4. Proposal is received in incomplete form and deviation from the formats mentioned in
this RFP.
5. Proposal is received after due date
6. Proposal is not accompanied by all the requisite documents.
7. Proposal is not accompanied by the EMD.
8. If the Bidder provides quotation only for a part of the Project.
9. Information submitted in Technical Proposal is found to be misrepresented, incorrect
or false, accidentally, unwittingly or otherwise, at any time during the processing of
the Contract (no matter at what stage) or during the tenure of the Contract including
the extension period, if any
10. Commercial Proposal is enclosed with the Technical Proposal.
11. Bidder tries to influence the Proposal evaluation process by
unlawful/corrupt/fraudulent means at any point of time during the Bid process.
12. In case any one Bidder submits multiple Proposals or if common interests are found
in two or more Bidders, the Bidders are likely to be disqualified, unless additional
Proposals/Bidders are withdrawn upon notice immediately.
13. Bidder fails to deposit the Performance Security Deposit or fails to enter into a
Contract within 15 Days of the date of issue of Letter of Intent or within such extended
period, as may be specified by the PCMC.
14. Any Bid received by PCMC after the deadline for submission of Bids shall be
declared late and will be rejected, and returned unopened to the Bidder at the
discretion of Mumbai Traffic Police. The validity of the bids submitted before deadline
shall be till 180 days from the date of opening of the Commercial Bid.
15. While evaluating the Proposals, if it comes to the PCMC’s knowledge expressly or
implied, that some Bidders may have colluded in any manner whatsoever or
otherwise joined to form an alliance resulting in delaying the processing of Proposal
then the Bidders so involved are liable to be disqualified for this Contract as well as
for a further period of three years from participation in any of the RFPs floated by the
PCMC.
16. If the Technical Proposal contains any information on price, pricing policy, pricing
mechanism or any information indicative of the commercial aspects of the Bid.
3.12 Acknowledgement of understanding
By submitting a Proposal, each Bidder shall be deemed to acknowledge that he has carefully
read all sections of this RFP, including all forms, schedules, annexure, corrigendum and
Page | 22
addendums (if any) hereto, and has fully informed itself as to all existing conditions and
limitations.
3.13 Site visit by Bidder
The Bidder may visit and examine any of the offices of PCMC at a time to be agreed with
PCMC and and obtain for itself on his own responsibility all information on the existing
processes and functioning of PCMC and pune traffic department that may be necessary for
preparing the Bid document. The Bidder may carry out this site visit after obtaining written
permission of PCMC and Pune traffic Police. The visit may not be used to raise questions or
seek clarification on the RFP. All such queries or clarifications must be submitted in writing.
The cost of such visits to the site(s) shall be at the Bidder's own expense.
Page | 23
4 Bid Opening and Evaluation Process
4.1 Bid Evaluation Committee
i. The Bid Evaluation Committee constituted by the PCMC shall evaluate the bids.
ii. The Bid Evaluation Committee shall evaluate the EMD, pre-qualification criteria,
technical Proposal (Envelope A) and Commercial Proposal (Envelope B) and submit its
recommendation to Commissioner, PCMC whose decision shall be final and binding
upon the bidders.
4.2 Overall Evaluation Process
i. Bidders shall be evaluated as per the Pre-qualification criteria mentioned at Section
3.2. The bidders who fulfil all the Pre-qualification criteria will qualify for further
Technical Evaluation of the RFP.
ii. Bidders with minimum technical marks of 60 out of 100 in technical evaluation will be
considered to be eligible for financial evaluation
iii. Amongst the bidders who are considered for commercial evaluation, the bidder scoring
the highest composite score as per the clause in Section 4.2.4 will be awarded the work
as bidder at the discretion of PCMC.
iv. The Bid Evaluation Committee reserves the right to accept or reject any or all bids
without giving any reasons thereof.
4.2.1 Evaluation –Prequalification
The Pre-qualification criteria only those Bidders, whose Tender Fee & EMD is in order, shall
be considered. The Bidders will be assessed on the Pre-qualification criteria defined in
Section 3.2 of this Volume of the RFP.
4.2.2 Evaluation- Technical
The evaluation of the Technical Proposals will be carried out in the following manner:
a. The Bidders' technical solution will be evaluated as per the requirements and
evaluation criteria as spelt out in Section 4.2 of this RFP. The Bidders are required to
submit all required documentation in support of the evaluation criteria specified
(e.g. detailed Project citations and completion certificates, client contact information
for verification, profiles of Project resources and all others) as required for technical
evaluation.
b. Proposal Presentations: The Bid Evaluation and Technical Committee may invite
each qualified Bidder to make a presentation to PCMC as per their discretion.
c. Demo of Towing VAN: The Bidder will be required to demonstrate the functionality of
Page | 24
the proposed system as declared by him in his Technical Proposal in this RFP.
Please note that such a Demo may be called from each qualified Bidder before
opening of Commercial Proposal or only from the selected Bidder after the evaluation
of Commercial Proposals. In any case, in the event of any deviation from the factual
information provided by the Bidder in his Technical Proposal, PCMC can reject the
Bid and also ban the Bidder from participation in any future tenders in the State of
Maharashtra.
d. At any time during the Bid evaluation process, the Committee may seek oral / written
clarifications from the Bidders. The Committee may seek inputs from their
professional and technical experts in the evaluation process.
e. The Committee reserves the right to do a reference check of the past experience
stated by the Bidder. Any feedback received during the reference check shall be
taken into account during the Technical evaluation process.
f. The technically shortlisted Bidders will be informed of the date and venue of the
opening of the Commercial Proposals through a written communication.
Each Proposal which qualifies in Envelope A shall be scrutinized further with Envelop B and
evaluated accordingly as per the following process and granted a score.
4.2.2.1 Technical Score: (X)
The bidder who secures maximum marks shall be given a technical score of 100. The
technical scores of other Bidders for the project shall be computed as follows.
[‘Technical’ Score of Bidder
for the Project (X)] = 100 X
[Marks secured by the respective Bidder]
Highest Marks secured
The score secured based on evaluation of the Technical Proposal as above shall be the
Technical Score of the Bidder for the project being considered for evaluation (X).
Page | 25
4.2.3 Evaluation- Commercial
4.2.3.1 Commercial Score: (Y)
The bidders shall submit their quote as per the format provided in Annexure- 3.
The contract period offers of the qualified bidders shall be tabulated for this project and the
bidder with lowest financial offer will be given a financial score of 100.
In cases of discrepancy between the prices quoted in words and in figures, lower of the two
shall be considered. For any other calculation/ summation error etc. the bid may be rejected.
The financial scores of other bidders for the project shall be computed as follows:
[The ‘financial
score’ of Bidder
for the
project(Y)]
= 100 X
[Lowest Price quoted by the bidder for the project
[Price quoted by Respective Bidder for the project ]
The marks secured as above shall be the Financial Score of the bidder for the project (Y).
4.2.4 Composite Score of the Bidders
Composite score of the Bidders for the bid shall be worked out as under:
Bidder Technical
Score (X)
Financial
Score (Y)
Weighted
Technical Score
(70% of X)
Weighted
Commercial
Score (30% of Y)
Composite
Score (F=D+E)
A B C D E F
4.2.5 Special Conditions for Evaluation
The bidder shall be the agency securing the highest composite score in column ‘F’ above.
However, in the event of two or more Bidders securing exactly the same composite score,
then PCMC reserves the right to:
a. Declare the bidder whose technical score is highest, among the bidders who have
secured exactly the same composite score as successful bidder, or
Page | 26
b. Adopt any other method as decided by PCMC.
4.3 Award Criteria
Post the evaluation process indicated in Section 4 above, PCMC, will award the Contract to
the Bidder whose has the highest composite score as per the scoring scheme mentioned in
Section 4.2.4.
4.4 Right to accept any Proposal and to reject any or all
Proposals
PCMC, reserves the right to accept or reject any Proposal, and to annul the tendering
process and reject all Proposals at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected
Bidder or Bidders of the grounds for PCMC’s action.
4.5 Notification of Award
Prior to the expiration of the validity period, PCMC will notify the Successful Bidder that its
Proposal has been accepted by issuance of a Letter of Intent in writing.
4.6 Conditions Precedent of the Bidder
The Bidder shall be required to fulfill the Conditions Precedent within 15 Business Days from
issue of the Letter of Intent to the Bidder. The Conditions Precedent are as follows:
1. to provide a Performance Bank Guarantee and any other guarantees to PCMC or its
nominated agencies.
4.7 Extension of time for fulfillment of Conditions Precedent
The parties may, by mutual agreement extend the time for fulfilling the Conditions Precedent
and the term of the Service Agreement (SA).
4.8 Non-fulfillment of the Bidder’s Conditions Precedent
1. In the event that any of the conditions precedent of the Bidder have not been fulfilled
within 15 Business Days from the date of issue of Letter of Intent and the same have
not been waived fully or partially by PCMC or its nominated agencies, the SA shall
cease to exist;
2. In the event that the SA fails to come into effect on account of non-fulfillment of the
Bidder’s conditions precedent, PCMC or its nominated agencies shall not be liable in
any manner whatsoever to the Bidder and PCMC shall forthwith forfeit the EMD.
Page | 27
4.9 Signing of Contract
SA will be signed as per RFP, after selection of Bidder. PCMC shall have the right to annul
the award in case there is a delay of more than 15 days in signing of Contract from the date
of issue of Letter of Intent by PCMC, for reasons attributable to the selected Bidder.
4.10 Failure to agree with Terms and Conditions of this RFP
Failure of the successful Bidder to agree with the terms & conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event PCMC may call
for new Proposals and invoke the Performance Security Deposit.
4.11 Performance Bank Guarantee
1. Performance Bank Guarantee is governed for supplies and services as follows:
a. Bidder shall carry out the Services in conformity with the SA, the RFP, generally
accepted professional and technically accepted norms relevant to such Projects
and to the entire satisfaction of PCMC.
b. In the event of any deficiency in Services, the Bidder shall in the first instance take
necessary action to resolve it, at no additional fees to PCMC.
c. The Earnest Money deposited at the time of Bid submission would be given back
to the Bidder on submission of Performance Bank Guarantee.
2. Bidder shall deposit the Performance Bank Guarantee as follows:
a. The successful bidder shall at his own expense, deposit with PCMC, an
unconditional and irrevocable Performance Bank Guarantee (PBG) from a
Scheduled bank acceptable to PCMC, payable on demand , for the due
performance and fulfilment of the contract. Please Refer (in Annexure 6 this
Volume of the RFP).
b. The Performance Bank Guarantee should be furnished within 30 Business Days
from the date of issue of Letter of Intent and should be valid till 6 months post the
Contract Period. In case the Contract Term is extended, the Performance Bank
Guarantee should also be extended within 15 days of approval of contract
extension and should be valid till 6 months post the Contract Extension Term.
c. This Performance Bank Guarantee will be for an amount Rs. Lacks. All charges
whatsoever such as premium, commission, etc., with respect to the Performance
Bank Guarantee shall be borne by the successful bidder.
d. The Performance Bank Guarantee may be discharged/returned by PCMC upon
being satisfied that there has been due performance of the obligations of the
Page | 28
successful bidder under the contract. However, no interest shall be payable on the
Performance Bank Guarantee.
e. PCMC shall also be entitled to make recoveries from the Bidder’s bills,
performance bank guarantee, or from any other amount due to him, the equivalent
value of any payment made to him due to inadvertence, error, collusion,
misconstruction or misstatement.
Page | 29
5 Scope of Work
5.1 Nature and Objective of Work
Pimpri Chinchwad municipal corporation intends to procure the latest Hydraulic towing Vans
on rental bassis for towing of two wheelers and four wheelers parked along side the roads
obstructing the smooth flow of traffic. All such vehicles parked in no parking places will be
towed to the designated parking space as listed below by Police traffic branch.
Bidders are expected to quote for the rental cost of vehicles inclusive of all the taxes and
duties .
Bidders should quote for the monthly payment for providing requisite manpower to
operate the towing vans. It is proposed that the towing vans will be operational from 7.00AM
to 3.00PM and 3.00 PM to 11.00 PM in two shifts on all working days or decided by traffic
police and pcmc . PCMC/TRAFFIC POLICE may at its own discretion ask bidder to operate
the vans on Sundays and public holidays.
The towing vans should have one year warranty against all manufacturing defects.
Bidder should include in its offer the fuel & routine consumables and minor or major repair
maintenance cost of the towing vans. Minimum running of vehicle should be 100 km per day
per shift.
Bidders responsibility is to provide the towing vans and operate the same by providing one
driver and two helpers for each van. PCMC will coordinate with Pune Traffic Police for
providing police personnel on each van, as the responsibility of deciding which vehicles to be
towed ill be of the traffic police and not of the towing van operator.
Vehicle Towing Charges
Particulars Towing Charges (In Rs.) Vehicle required for shifts
Four Wheeler 500 07
Two Wheeler 250 20
Note:
1 Towing charges are inclusive of all the applicable taxes except service tax or GST which
will be applicable as per the rules and lows from time to time.
2 10% Increase in the rates (Towing charges) every year in consultation with PCMC
Page | 30
5.2 Scope of Work
PCMC desires to modenrnise and automate vehicle towing operations across the area under
its juridiction. In feature if there is increase in PCMC area , the responsbilty of succesful
bidder should be provide towing service in that area also. The succesfil bIdder should be
provide service in BRTS road mainly, after that to provide service in other PCMC area as per
PUNE TRAFFIC POLICE/PCMC. The said tender process is carried out by PCMC and upon
finalisation of the bidder the agreement will be signed among PCMC, Pune traffic department
and the Bidder. Upon signing the agreement for all the things in respect to implementation
and running of the project during the contract periode successful bidder and Pune traffic
Police will be mainly responsible and PCMC will not have any role to perform. With this bid
PCMC and Pune traffic Police bound themselves for not taking or appointing any other
contractor for the Towing untill the end of the contract periode, subject to successful biddder
do not commite any breach of agreement. At present as per the evaluation of PCMC 2 two
wheeler and 2 four wheeler towing Vans are proposed. In case in future the requirement of
the vehicle required increases, PCMC will notify the successful bidder about the requirement
of additional vehicle.
The PCMC will be charge towing charges plus taxes as applicable from the claiment of
towed vehicle. Such towing charges amount will be handed over to PCMC by TRAFFIC
POLICE. There will be no charges for 1st four hours, but after that 25 rupees wil be charged
for every next hours. The payment collection of towing charges government fees will be
done by the PUNE TRAFFIC POLICE by digital payment. The cash collection made at all the
Pune traffic Police locations will be done by the staff of Pune traffic Police, the system to
accept the payment will be made available at all the locations as per the Pune traffic Police
requirements. Governemnt fine amount will be depositted in the traffic departments bank
account by the Pune Police Staff. All the payment reacieved by digital payment methods
deployed by the sucesfull bidder will have to credited into Pune traffic Police account Not
later than T+2 basis, where T is the day of transactions. Daily recoincilation statement
regarding the money collected and depositted will be submitted to Pune traffic Police office
by successful bidder every week.
Space will be made available by PCMC with gate and suitable wall compound. Tempory
office with initial facility should be made by succesful bidder. Provision of CCTV will be made
by PCMC with control room. All such locations will be manned and maintained by traffic
Page | 31
Police. The responsibility of the Sucesfull bidder will be upto towing the vehicles and parking
at a defined places. Security and release of the towed vehcles will be solely the responsibilty
of successful bidder. The towing vehicles which are not collected by concern person in
reputed period after that such vehicles will be disposed by PUNE TRAFFIC POLICE
according to rules and regulations.
For towing of 4 wheelers, the latest evolution in towing technology is the integrated lifting.
This is vehicle-lift system that can be controlled either from Driver’s cabin or truck platform.
As the towing truck backs up to the target vehicle, the long arm extends out along the ground
behind the truck. The leading edge of the wheel cradles contact the tyres as the other side of
the cradle slides under the vehicle, just past the tyre. The brackets are closed holding the
tyres on both sides. The boom is lifted, the drive wheels come off the ground and the tow
truck can pull away the target vehicle.
While the existing equipment used by Pune Traffic Police Department offers such solution,
there is plenty of room for improvement for Safety, ease of operations, user friendliness and
better productivity. The current deployed towing cranes/vehicles have been found to clumsy,
inefficient, poorly engineered and not taking into account safety of towing personnel as well
that of vehicles to be towed. Special purpose vehicles fitted with sophisticated system based
on hydraulic pistons and valve technologies are therefore solicited. The towing operations
need to be automated to the fullest extent with minimal human intervention in order to avoid
errors and increase safety.
Regards to towing of 2 wheelers, the current system involves helpers physically lifting the
vehicles and pushing them on to a truck which then is driven away. The 2 wheelers are
stacked inside the truck in an unstructured and unsystematic manner causing the damage to
the target vehicles. Special purpose trucks fitted with hydraulic platform system are solicited
so that the target 2 wheelers can be pulled on a platform that gets lifted and brought to the
level of the truck platform using hydraulic pistons and valve technologies, allowing helpers to
pull and stack vehicles on the towing truck with ease, safety and minimal efforts.
5.2.1 Requirement Details:
General requirements
1. Towing solution developed and manufactured by reputed manufacturing and
engineering company to target possibility of pickup of vehicles up to the size and
weight of premium class SUVs such as Fortuner, Audi Q7 and Mercedes etc.
2. Smallest size of vehicle to mount the towing assembly for 4 wheelers to facilitate
towing of vehicles from smaller lanes and roads.
Page | 32
3. Maximum operations to be managed using Hydraulic technologies to reduce time
to pick up and also minimize dependency on helpers.
4. Adjustable boom to minimize space between boom & towing van for optimum
turning radius during towing
5. Provision to hold wheels to the cross members to prevent slipping and falling of
vehicle on rough roads (securing of wheels to the cross member)
6. Locking arrangement for rear cross bars (after hydraulic operation) to prevent
accidental release should the oil pressure drop due to leakage (to prevent vehicle
from falling during transit)
7. Sophisticated hydraulic system using low noise pump. High quality valves / End
limit control for safety, swift and de-skilled operations
8. It will be responsibility of Contractor to obtain required licenses from Respective
Authorities and Agencies to operate Towing vehicle. For example commercial
licenses to operate towing vehicle.
Operational requirements
1. High beam light system for towing van … Easy to operate even at night with low
intensity of street lighting.
2. Rear Flash light ON vehicle being towed (wireless, rechargeable battery operated)
3. Light on cross member for easy location of wheel base of tow car during night
operations
4. Pune police / pcmc approvied list Camera with a custom-built device to manage
video recording of the towing operations with stamp of date, time and GPS
coordinates
5. Towing Van (Two wheeler & Four Wheeler) should have Public Announcement
system and vehicle counting mechanism for Two wheeler Towing VAN.
6. A robust and user friendly computer software should also be provided by the
successful bidder. Each van should be equipped with the Handheld device where
the constable will take a photographs of vehicle to be towed. Upon confirmation by
the constable the challan should be generated as per the charges fixed and
communicated by traffic department or PCMC. The handheld device should having
the required data sim for communication. After the towing is done and the vehicle
is parked at designated place, at the traffic police choukey A desktop pc and
printer should be provided for printing of receipts of the charges. Internet
connection should be provided for communication with the server. The entire
software application should be hosted on the cloud. Bidder will be required to born
Page | 33
the entire cost of software, hardware and hosting. The system should be
maintained by the bidder at its own expenses for the entire period of the contract.
The dashboard should be provided to the authorities nominated by PCMC showing
the details about the locations of the towing vans, vehicles towed etc. the system
should be integrated with facility of digital payments by debit/credit card. The
payment gateway charges will be born by PCMC. The software should be capable
of giving required reports.
5.2.2 Technical Specifications for Truck/Vehicle:
For 4 wheeler pickup
The vehicle used for mounting the towing solution for 4 wheelers needs to offer Higher
Power and torque , Lower Turning circle diameter and Bigger Tyre size. The vehicle
should offer unmatched comfort and safety features to help the driver to be active and
energetic for a longer period of time in the taxing city driving conditions.
The essential technical specifications for the vehicle shall be as under –
Manufacturer Manufacturing/Assembly and Service Centers in India
(Direct Presence)
Year of Manufacture Not before 2017
Engine Type Water-cooled, direct injection, turbocharged diesel
Engine Capacity More than or equal to 2900 CC
Max output More than or equal to 80 HP
Max torque More than or equal 250 Nm
Steering Power steering, Tiltable, collapsible steering column
Wheels & Tyres 16 inch or above
Climbing ability 30% or above
Load body Dimensions (mm) 2550 x 1750 x 415 (l x b x h)
Seating Capacity D+1 Minimum
Emission Compliance BS IV or other equivalent
Page | 34
For 2 wheeler pickup
The vehicle used for mounting the towing solution for 2 wheelers essentially needs to
offer higher cargo space to safely and effectively accommodate maximum number of 2
wheelers.
The essential technical specifications for the vehicle shall be as under –
Manufacturer Manufacturing/assembly and Service centers in India (Direct
Presence)
Year of Manufacture 2017
Engine Type Water-cooled, direct injection, diesel
Engine Capacity More than or equal to 2900 CC
Engine Power More than or equal to 85 PS
Max torque More than or equal 245 Nm
Steering Power/Mechanical steering, Tiltable, collapsible steering column
Wheels & Tyres 16 inch or above
Cargo Box Length (mm) 2800-3000
Cargo Box Width (mm) 1900-2000
Seating Capacity D+1 Minimum
Emission Compliance BS IV or other equivalent
5.2.3 Technical Specifications for Towing Assembly:
For 4 wheeler pickup
A complete towing system fitted on vehicle with specifications as mentioned herein.
With rapid urbanisation and increasing number of vehicles on roads, infrastructure
remains stressed. For better vehicular movement, Traffic department is constantly
monitoring and controlling unauthorized parking.
In order to augment resource for controlling unauthorized parking, quotes are invited
from qualified vendors (ref – qualifying criteria) for deployment of Lifting & Towing
services with broad specifications as follows, but not limiting to the same.
Page | 35
1. Towing system must be suitable to pick up vehicles of different types, dimensions,
weight, wheel base & ground clearances. Such as but not limited to …
TATA Nano Toyota Fortuner Audi Q7
Wheel Base in mm 2230 2750 2994
Ground clearance in mm 160 220 180
Width in mm 1475 1860 2212
Height in mm 1652 1850 1740
Length in mm 3164 4800 5060
Weight in Kgs 600 2000 2500
Wheel Size in Inch 12 19 21
Drive 2 WD 2/4 WD 2/4 WD
Transmission MT/AT MT/AT MT/AT
2. Cross member to be self-aligning up to minimum 75 degree either side of boom
3. Automatic locking arrangement of Cross member (during taxing) to prevent it from
rotating when in upright state
4. Hydraulic system to work on DC power from battery of Tow Vehicle (Engine
Running State)
5. Hydraulic system to have provision of removal of air (bleeding)
6. All Pivots to have provision for pressure greasing through proper greasing points
7. Cylinders & Pistons:
a. Should be Seamless tube of grade ST 52 H8 with Ck45 grade Carbon with
22 µ chrome plated steel rods
b. Should have spherical bearing to prevent damage due to side load
c. Hydraulics should be designed to prevent any sudden fall and also should
hold position hydraulically using suitable valve, during towing (optional
mechanical arrangement may be provided)
d. All seals to be high tensile polyurethane, suitable for high pressure (upto
250 bar)
Page | 36
e. Main Cylinder & Piston Suitable to operate upto 250 bar continuous
pressure with lifting force 8000 daN & lowering force 4500daN
f. Arm cylinders to be hydraulically operated suitable to operate upto 250 bar
continuous pressure with lifting force upto 5000 daN & force 3500daN
respectively suitable integrated check valve to prevent accidental drop in
oil pressure even in case of hose burst
g. Boom Extension Cylinder for hydraulic operation suitable to operate upto
250 bar continuous pressure with lifting force 5000 daN & lowering force
3500daN to be double acting with suitable integrated check valve to
prevent accidental fall in case of hose burst
h. Jaws to be hydraulically operated with upto 200 bar continuous pressure
and lifting force 4000 daN & lowering force 3000daN to be double acting
with suitable integrated check valve to prevent accidental opening during
taxing.
8. Suitable provision to quick lock and secure lifted wheels during taxing
9. Hydraulic Power pack :
a. Integrated motor with starter with thermal cutoff system (prevent during
continuous operation & excess heating)
b. Electrically operated 1.6 KW Motor @ 2800 rpm 230 Amax /12 VDC
c. Working pressure upto 160 bar
d. Built in relief valve for pump & motor protection
e. 15 L tank with Air breather, oil level indicator & 25 µ suction filter
10. All Hydraulic Hoses to be pressure crimped and tested for upto 275 bar working
pressure
11. Suitable mechanism as may be required to allow towing of 4 WD vehicles like
Audy Q7 or BMW must be part of the overall towing solution proposed.
12. Options:
a. Operating of hydraulic system from inside cabin or remote
b. Electrically operated winch (upto 3 Ton Capacity) for towing/pulling without
lifting
c. Monitoring through Camera / GPS / Video recording
For 2 wheeler pickup
A complete towing system fitted on vehicle/truck with specifications as mentioned
herein. With rapid urbanisation and increasing number of two wheelers on roads,
Page | 37
infrastructure remains stressed. For better vehicular movement, Traffic department is
constantly monitoring and controlling unauthorized halting & parking.
In order to augment resource for controlling unauthorized parking, quotes are invited
from qualified vendors (ref – qualifying criteria) for deployment of Lifting & Towing
services with broad specifications as follows, but not limiting to the same.
1. Towing system must be suitable to pick up two wheelers of different dimensions,
weight, wheel base & ground clearances swiftly & safely even in handle locked
condition. Such as but not limited to
Bajaj
Pulsar
(150)
Bajaj
Pulsar
(250)
Bajaj
Avenger
(150)
Royal
Enfield
TB 500
Harley -
Davidson
750
Wheel Base in mm 1320 1350 1490 1350 1535
Ground clearance in mm 165 177 170 140 145
Width in mm 755 750 806 790 810
Height in mm 1060 1165 1142 1205 710
Length in mm 2055 2035 2177 2060 2225
Weight in Kgs 150 160 160 195 229
Wheel Size in Inch 17 19 15/17 19 21
2. There should be no need to physically lift or lowering of two wheeler
3. Hydraulic system with lifting platform with locking arrangement (in closed
condition) during taxing
4. Carrying capacity 750 kgs lifting upto height 1350 mm
5. Suitable holding / securing arrangement on truck for preventing two wheelers from
falling (during taxing)
6. Hydraulic system to work on DC power from battery of Tow Vehicle (Engine
Running State)
7. Hydraulic system to have provision of removal of air (bleeding)
8. Cylinders & Pistons :
Page | 38
a. Should be Seamless tube of grade ST 52 H8 with Ck45 grade Carbon with
22 µ chrome plated steel rods
b. Should have spherical bearing to prevent damage due to side load
c. Hydraulics should be designed to prevent any sudden fall and also should
hold position hydraulically using suitable valve, during operation
d. All seals to be high tensile polyurethane, suitable for high pressure (upto
200 bar)
e. Cylinder & Piston Suitable to operate upto 200 bar continuous pressure
with lifting force 5000 daN & lowering force 3500daN
9. Hydraulic Power pack :
a. Integrated motor with starter with thermal cutoff system (prevent during
continuous operation & excess heating)
b. Electrically operated 1.2 KW Motor @ 2800 rpm 230 Amax /12 VDC
c. Working pressure upto 120 bar
d. Built in relief valve for pump & motor protection
e. 5 L tank with Air breather, oil level indicator & 25 µ suction filter
10. All Hydraulic Hoses to be pressure crimped and type tested for upto 225 bar
working pressure
11. Options :
a. Operating of hydraulic system from inside cabin or remote
b. Electrically operated winch (upto 3 Ton Capacity) for towing/pulling without
lifting
c. Monitoring through Camera / GPS / Video recording
5.2.4 Technical Specifications for Mechanical/Fabrication Work:
1. Factory where mechanical and fabrication work is done must be ISO 9001-2008
certified.
2. All mechanical fabricated items must be capable to suit the purpose and also
designed for long lasting usage.
3. All steel used must be of High Grade and Fabricated / Welded in accordance with
ISO 3834 – 2
4. All Pivot Pins to be of high grade steel machined and hardened with greasing points,
with proper locking arrangement so as not to fall out during its life
5. The Boom design should be such as to provide maximum visibility for driver of the
Tow Van when reversing
Page | 39
6. Equipment to be Hot Dip Galvanised for rust prevention and then painted if
necessary, as per guidelines from traffic department
7. The floor of the Tow Van to be covered with anti-skid chequered plate clear of
equipment (other than the boom / operating panel)
8. Supplier to provide set of tools required for routine maintenance
Page | 40
5.3 Project Timelines
The selected bidder will have to design build of all the 2 Two Wheeler and 2 Four Wheeler
Towing Vans in phase wise approach as detailed below.
T = Date of Award of contract
Sr.
No
Service Activity/Task Timeline
1 Providing Hydraulic Towing
Vans System on rental basis to
PCMC
Supply and operationalize all the
Hydraulic Towing Vans ( 2 wheeler and
4 wheeler )
T + 3
Months
• Each Go-live shall be deemed to complete only after due diligence and acceptance
by Traffic Police and PCMC.
Page | 41
6 Service Level Agreement (SLA) This SLA shall commence on the date of signing of Agreement and shall, unless terminated
earlier in accordance with its terms or unless otherwise agreed by the parties, continue for
the contract period.
1. The SLA is not a fixed document to be produced once and used forever. Instead, it must
be re-evaluated and updated as the work environment changes. This document may be
reviewed and revised by mutual Agreement between PCMC and Bidder. Changes to the
SLA may be required at other times to include new systems, change in operating hours,
etc.
2. Any and all changes to the SLA will be initiated in writing between PCMC and the Bidder.
The Service levels here are considered to be standard for PCMC and will be modified
when both parties agree to an appended set of terms and conditions.
3. Following tables outlines the key service level requirements for the system, which
needs be ensured by the System Integrator during the operations and maintenance
period. These requirements shall be strictly imposed and either PCMC or a third
party audit/certification agency shall be deployed for certifying the performance of the
System Integrator against the target performance metrics as outlined in the tables below.
S.No Service Level
Description
Service Level Penalty
1 Compliance to
Instructions
regarding
Advertisements by
PCMC.
The bidder must follow
instructions of PCMC within
48 hours from date of issue
of notice
Penalty of Rs.1,000/- per
offence for not following the
instructions of PCMC within
48hours from date of issue of
Notice
2 Appropriate
Behavior of Staff of
the bidder
All staff must adopt proper
behavior with the police
personnel and citizens
Penalty of Rs.1,000/- per
offence for misbehavior of any
staff of bidder
3 Towing VAN
Uptime
Uptime ≥ 95%
Calculation of uptime: The
uptime calculation will be
based working hour usage
per day, with the allowance
Penalty of Rs. 5,000/- (Rupees
Five Thousand only) per VAN
per day of default till the
Resolution / Compliance.
Page | 42
S.No Service Level
Description
Service Level Penalty
of one day per month for
maintenance.
4 Data
Communication
uptime
(GPS and Other
software equipment
installed on
Vehicle)
Uptime ≥ 97%
Calculation of uptime: The
uptime calculation will be
based on working hours
usage per day and the
allowance of one day per
month for maintenance.
Penalty of Rs. 5,000/- (Rupees
Five Thousand only) per VAN
per day of default till the
Resolution / Compliance.
5 Service Response
Time
All service /repair calls to be
attended by the Bidder within
4 hours for all 365 Day
Penalty of Rs. 5,000/- (Rupees
Five Thousand only) per
default
6 Turnaround time Turn-around time for
repairing issues relating to
vehicle breakdown or repair
shall be ≤ 12 Hours from the
day the issue is reported.
In case of major defects
requiring the defective
item/equipment to be taken
to the pcmc workshop, it
should be returned within,
Two days duly repaired and
immediate substitute item /
equipment will be provided
by the Supplier for the
smooth operation of the
System. The to and fro
Transportation of the item /
equipment will be the
responsibility of Supplier.
Penalty of Rs. 5,000/- (Rupees
Five Thousand only) per VAN
per day of default till the
Resolution / Compliance.
Page | 43
The SLA fine shall be limited to Performance Bank Guarantee Value which is Rs. lacks.
After exhaustion of PBG, the vendor shall be liable to be terminated. The power to waive
fines and penalty vests with Commissioner PCMC.
Page | 44
7 General Conditions of Contract
7.1 Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the India.
7.2 Settlement of Disputes
a) Performance of the contract is governed by the terms and conditions of the contract, in case
disputes arise between the parties regarding any matter under the contract, either Party of
the contract may send a written Notice of Dispute to the other party. The Party
receiving the Notice of Dispute will consider the Notice and respond to it in writing within 30
days after receipt. If that party fails to respond within 30 days, or the dispute cannot be
amicably settled within 60 days following the response of that party, clause GCC 7.2 (b)
shall become applicable.
b) Arbitration:
(i) In the case of dispute arising, upon or in relation to, or in connection with the contract
between PCMC and the Successful bidder, which has not been settled amicably, any
party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act,
1996. Such disputes shall be referred to an Arbitral Tribunal consisting of three
arbitrators, one each to be appointed by the PCMC and the successful bidder, the third
arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall act
as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the parties
to reach a consensus regarding the appointment of the third arbitrator within a period of
30 days from the date of appointment of the two arbitrators, the Presiding arbitrator shall
be appointed PCMC. The Arbitration and Conciliation Act, 1996 and any statutory
modification or re-enactment thereof, shall apply to these arbitration proceedings.
(ii) Arbitration proceedings shall be held in PUNE, India and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
(iii) The decision of the majority of arbitrators shall be final and binding upon both parties.
The expenses of the arbitrators as determined by the arbitrators shall be shared equally
by PCMC and the successful bidder. However, the expenses incurred by each party in
connection to the preparation, presentation shall be borne by the party itself. All
arbitration awards shall be in writing and shall state the reasons for the award.
Page | 45
7.3 Confidential Information
PCMC and the successful bidder shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following
completion or termination of the Contract.
PCMC shall not use such documents, data, and other information received from the
successful bidder for any purposes unrelated to the Contract. Similarly, the successful
bidder shall not use such documents, data, and other information received from PCMC
for any purpose other than the design, procurement, or other work and services required
for the performance of the Contract.
7.4 Change in Laws and Regulations
Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any
law, regulation, ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed that subsequently affects the Delivery Date and/or
the Contract Price, then such Delivery Date and/or Contract Price shall be
correspondingly increased or decreased, to the extent that the successful Bidder has
thereby been affected in the performance of any of its obligations under the Contract.
7.5 Force Majeure
The successful bidder shall not be liable for forfeiture of its Performance Security,
liquidated damages, or termination for default if and to the extent that it’s delay in
performance or other failure to perform its obligations under the Contract is the result of
an event of Force Majeure. Force Majeure shall not cover the price fluctuation of
components. Force Majeure does not include the events happening outside India.
For purposes of this Clause, Force Majeure means an event or situation beyond the
control of the successful bidder that is not foreseeable, is unavoidable, and its origin is
not due to negligence or lack of care on the part of the successful bidder. Such events
may include, but not be limited to, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
If a Force Majeure situation arises, the successful Bidder shall promptly notify PCMC in
writing of such condition and the cause thereof. Unless otherwise directed by PCMC in
writing, the successful Bidder shall continue to perform its obligations under the Contract
as far as it is reasonably practical and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
Page | 46
7.6 Termination
PCMC may, without prejudice to any other remedy for breach of Contract, terminate this
Contract in case of the occurrence of any of the events specified in paragraphs (a) through
(i) of this GCC Clause 7.6
a. If the successful bidder does not remedy a failure in the performance of their obligations
under the Contract, within thirty (30) days after being notified or within any further period as
PCMC may have subsequently approved in writing.
b. If the successful bidder becomes (insolvent or goes into liquidation, or receivership whether
compulsory or voluntary.
c. If the successful bidder, in the judgment of PCMC has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
d. If the successful bidder submits to the PCMC a false statement which has a material effect
on the rights, obligations or interests of Traffic Police Nagpur.
e. If the successful bidder places itself in a position of conflict of interest or fails to disclose
promptly any conflict of interest to PCMC.
f. If the successful bidder fails to provide the quality services as envisaged under this
Contract, PCMC may make judgment regarding the poor quality of services, the reasons for
which shall be recorded in writing. PCMC may decide to give one chance to the successful
Bidder to improve the quality of the services.
g. If the successful bidder fails to comply with any final decision reached as a result of
arbitration proceedings.
h. If, as the result of Force Majeure, the successful bidder is unable to perform a material
portion of the Services for a period of not less than 60 days
In the event PCMC terminates the Contract in whole or in part, pursuant to point (a) to (h) of
GCC Clause 7.6, PCMC may procure, upon such terms and in such manner as it deems
appropriate, services similar to those undelivered or not performed, and the successful
bidder shall be liable to PCMC for any additional costs for such similar services. However,
the successful bidder shall continue performance of the Contract to the extent not
terminated.
7.7 Assignment
Neither the PCMC nor the successful Bidder shall assign, in whole or in part, their obligations
under this Contract, except with prior written consent of the other party
7.8 Power to waive Fines
The power to waive fines and penalty vests with Municipal Commissioner PCMC/ traffic police.
Page | 47
7.9 All other laws to be applicable
The Bidder shall comply with all applicable laws of land, including Pollution Control Board and
PCMC shall not be held liable for any change/modification in these laws which adversely affect
this RFP. No claim or compensation on this account will be entertained.
Page | 48
8 Annexure – 1: Request for Clarification Bidders requiring specific points of clarification may communicate with PCMC during the
specified period using the following format:
BIDDER’S REQUEST FOR CLARIFICATION
<<Name of Organization submitting query / request for clarification>>
<<Full formal address of the Organization including phone, fax
and email points of contact>>
Tel:
Fax:
Email:
S
.
N
o
RFP
Reference (Section
No. / Page No.)
Content of RFP requiring
clarification
Points of
clarification
required
1
2
3
4
5
6
Page | 49
9 Annexure – 2: Technical Proposal Covering Letter
Technical Proposal Covering Letter
Covering Letter (To be submitted on the letterhead of the bidder)
{Location, Date}
To
Ref: RFP Reference No.
Subject: Submission of proposal in response to the RFP for Request for Proposal for
providing Towing Van System to PCMC.
Dear Sir,
Having examined the RFP document, we, the undersigned, herewith submit our proposal in
response to your RFP Notification number………… for Providing Request for Proposal for
providing Towing Van System to PCMC.
We have read the provisions of the RFP document and confirm that we accept these. We
further declare that additional conditions, variations, deviations, if any, found in our proposal
shall not be given effect to.
1. We agree to abide by this proposal, consisting of this letter, the detailed response to the
RFP and all attachments.
2. We would like to declare that we are not involved in any litigation that may have an impact
of affecting or compromising the delivery of services as required under this assignment, and
we are not under a declaration of ineligibility for corrupt or fraudulent practices.
3. We would like to declare that there is no conflict of interest in the services that we will be
providing under the terms and conditions of this RFP.
4. We hereby declare that all the information and statements made in this proposal are true
and accept that any misrepresentation contained in it may lead to our disqualification.
5. We understand you are not bound to shortlist/accept any or all the proposals you receive.
6. We hereby declare that we qualify and fulfil all the eligibility criteria mentioned in the RFP.
7. We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document
Page | 50
8. We hereby declare that in case the Contract is awarded to us, we shall submit the security
deposit within 30 Business Days of issuance of the Letter of Intent to us.
Company Profile
Sr. No Information Details
1 Name of responding lead bidder:
2 Address of responding lead bidder:
3 Name, Designation and Address of the contact person to whom all
references shall be made regarding this RFP:
4 Telephone number of contact person:
5 Mobile number of contact person:
6 Fax number of contact person:
7 E-mail address of contact person:
Authorized Signatory
Name :
Designation :
Date :
Time :
Seal :
Business Address
Page | 51
10 Annexure – 3: Format for commercial proposal Covering Letter (To be submitted on the letterhead of the bidder)
{Location, Date}
To,
Subject: Submission of Commercial proposal in response to the RFP for Providing Towing Van
System (TVS) for PCMC.
Dear Sir,
We hereby offer to provide Towing Van System (TVS).for PCMC.
Sr Particulars Units
required
Rent per month Cost
per unit in INR.
(inclusive of all taxes)
for 1st year
1 Supply of hydraulic towing van for four wheeler towing on
rental as per specification in the RFP
UNIT EXPENDTURE COST PER MONTH PER UNIT A
UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT
B
SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT D
UNSKILLED LABOUR EXPENDTURE COST PER MONTH
PER UNIT E
FUEL COST PER MONTH PER UNIT F
2
2 Supply of hydraulic towing van for two wheeler towing on
rental as per specification in the RFP
2
Page | 52
UNIT EXPENDTURE COST PER MONTH PER UNIT A
UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT
B
SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT D
UNSKILLED LABOUR EXPENDTURE COST PER MONTH
PER UNIT E
FUEL COST PER MONTH PER UNIT F
For 2nd year & 3rd year the payment of skilled labour, unskilled labour & fuel cost should
be paid as per below formula
FORMULA
S0*D*S1-S0 + U0*E*U1-U0 + F0*F*F1-F0 S0 U0 F0 P= ------------------------------------------------------------------
100
S0 = Skilled labour rate in accepeted tender .
D = Propotional constant as per estimate.
S1 = Skilled labour rate in corresponding year on 1stApril & 1st October as per minimum wages act.
UO = Unskilled labour rate in acceptable tender.
E = Propotional constant as per estimate.
U1 = Unskilled labour rate in corresponding year on 1st april & 1st October as per minimum wages act.
F0 = Fuel rate considered in acceptable tender.
F = Propotional constant as per estimate.
F1 = Fuel cost in corresponding year on 1st april & 1st October as per minimum wages act.
Yours faithfully,
Authorized Signatory
Name & Designation :
Date :
Seal :
Page | 53
Business Address:
11 Annexure - 4: Draft Service Agreement This CONTRACT (hereinafter called the “Contract”) is made the ____day of the month of___
between, Pimpri- Chinchwad Municipal Corporation, hereinafter called “Authority” (which
expression shall, unless it be repugnant to the context or meaning thereof, be deemed to
include its successor or successors and assignee or assignees) and, on the other hand
M/s______________________________having its registered office at ___________hereinafter
called the “Bidder” (which expression shall, unless it be repugnant to the context or meaning
thereof, be deemed to include its successor or successors and assignee or assignees).
Whereas
a) The Authority has selected the Bidder to provide services as per specifications mentioned in
the bid document No: _____________ and as defined in the General Conditions of the
Contract.
b) By filling the bid document and signing it the Bidder has agreed to the Authority that they
have the required professional skills, personnel, technical and commercial resources, and
have agreed to execute the items in the bid document on the terms and conditions set forth
in this contractual bid document.
NOW THEREFORE the parties hereto hereby agree as follows:
1 The following documents attached hereto shall be deemed to form and integral part of the
Contract agreement.
a. The complete bid document including the common set of deviation issued from time to
time.
b. Minutes of the pre-bid meeting standard set of deviations/corrigendum, drawing and
instructions issued by PCMC.
c. Letter of Intent / Award
d. Letter of Acceptance
e. Any other communications issued prior to signing of the agreement.
Page | 54
2 That the bidder have to complete the Supply & Commissioning of all the Towing Van within
3 Months from commencement of contract
3 That the Authority and the authorized representative will have the right to enter upon the
premises and at any time during working hours to inspect the Towing Vans, the technology
components and the proper movement/functions of equipment’s attached to it and in case of
any defect or nonfunctioning of any of the equipment’s and non-adherence to the terms of
this agreement the Authority will have the authority to issue a notice to the Bidder to rectify
the same as per terms and conditions of the contract.
4 That the Bidder shall be responsible for If any damage life and economic is caused during
the Towing Operation to the Towed Vehicle and/or any part or any part thereof by the
Towing Van Operator or his employees, staff or agents, the same will be made good by the
Bidder alone at its cost either by rectifying the damage or by paying cash compensation as
may be determined by the authority. Any commercial or legal disputes/claims to be settle by
agencies for any damage to vehicle or any others cause etc.
5 Nothing contained in this Agreement shall constitute or be deemed to constitute a
partnership between the Parties, and no Party shall hold himself out as an agent for the
other Party, except with the prior written consent of the other Party.
6 That if the Bidder commits a breach of any terms of this agreement then notwithstanding
anything herein contained the Bidder will be entitled to terminate this agreement by giving
one month prior written notice to the Bidder.
7 That the Authority may extend the scope of work allotted to the successful bidder with the
terms and condition which are mutually agreed between both the parties.
8 That the Bidder agrees to indemnify, hold harmless and Defend Authority, its officers,
employees, invitees, and agents (the “Indemnified Parties”) against any and all third party
demands, claims, suits, proceedings, actions of any nature or kind whatsoever (“Claims”),
liabilities, damages, judgments, costs, expenses and fees (including reasonable legal
expenses) (“Losses”) arising out of or in any way associated with this Agreement.
Page | 55
IN WITNESS WHEREOF, the parties hereto have caused this contract to be signed in their
respective names as of the day & year first above written.
FOR AND ON BEHALF OF
BY PCMC
(Authorized Representative)
Witness:
1. …………………………………………
2. …………………………………………
By Authorized Signatory
FOR AND ON BEHALF OF
M/S. …………………………
Witness:
1. ………………………………………..
2. …………………………………………
Page | 56
12 Annexure - 5: Bank Guarantee (BG) Format – Earnest Money Deposit
To,
Whereas (Bidder’s Company Name) (hereinafter called 'the Bidder') has submitted the bid for
Submission of RFP # _______________ dated _______________________for Request for
Proposal for providing Towing Van System to PCMC (hereinafter called "the Proposal").
KNOW ALL by these presents that We xxxxxxxxxxxxxxxxxxxxxxx having our office at
xxxxxxxxxxxxxxxxxxxxxxxx(hereinafter called "the Bank") are bound unto the
_______________________________________(hereinafter called "the Purchaser") in the sum
of Rs.) for which payment well and truly to be made to the said Purchaser, the Bank binds itself,
its successors and assigns by these presents. Sealed with the Common Seal of the said Bank
this xxxxxxxxxxxxxxxxxxxxxxx.
THE CONDITIONS of this obligation are:
1. The Bank guarantee shall be payable in Pimpri- Chinchwad.
2. Bids submitted without adequate EMD will be liable for rejection.
3. Unsuccessful bidder’s EMD will be returned to the unsuccessful bidder within 180 days
from the date of opening of the Commercial Proposal.
4. Successful bidder’s EMD will be returned to the successful bidder within 30 days on the
submission of the Performance Bank Guarantee.
5. The bidder shall submit the Bank Guarantee from the bidder’s own bank account and the
EMD shall be non-transferable.
6. The EMD may be forfeited:
Page | 57
a) If a Bidder withdraws his bid or increases his quoted contract period during the
period of bid validity or its extended period, if any.
b) If bidder fails to sign the Contract or to furnish Performance Bank Guarantee within
specified time in accordance with the format given in the RFP.
c) If during the bid process, a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization. The
decision of the PCMC regarding forfeiture of the Bid Security shall be final and
binding upon bidders.
d) If during the bid process, any information is found false/ fraudulent/ mala fide, then
PCMC shall reject the bid and, if necessary, initiate action.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one
or more of the above four conditions, specifying the occurred condition or conditions.
<<This guarantee will remain in force up to 9 months from the last date of submission and any
demand in respect thereof should reach the Bank not later than the above date.>>
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:
I. Our liability under this bank guarantee shall not exceed Rs.
II. This bank guarantee shall be valid up to 9 months from the last date of submission.
(Authorized Signatory of the Bank)
Seal:
Date:
Page | 58
13 Annexure - 6: Performance Bank Guarantee (PBG) (Draft)
To,
Whereas ------------------------------------------------------------ (hereinafter called 'the Respondent')
has submitted its proposal dated ---------------- in response to the RFP: “Request for Proposal for
providing Towing Van System to PCMC.
KNOW ALL by these presents that We -------------------------------------------- of ---------------------------
------------------------------------------ Having our registered office at -------------------------------------------
--------------------- (hereinafter called "the Bank") are bound unto the PCMC, in the sum of Rs for
which payment well and truly to be made to the said PCMC, the Bank binds itself, its
successors and assigns by these present. Sealed with the Common
Seal of the said Bank this --------------day of ---------------------------2016.
The Conditions of this obligation are:
• In the event of the successful bidder being unable to service the contract for whatever
reason, PCMC would evoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of department under the Contract in the matter, the proceeds of the PBG shall
be payable to the PCMC as compensation for any loss resulting from the Respondent‘s
failure to complete its obligations under the Contract. PCMC shall notify the Respondent in
writing of the exercise of its right to receive such compensation within 14 days, indicating
the contractual obligation(s) for which the Respondent is in default.
• PCMC shall also be entitled to make recoveries from the performance bank guarantee the
equivalent value of any penalty due to inadvertence, error, collusion, misconstruction or
misstatement.
We undertake to pay to the PCMC up to the above amount upon receipt of its first written
demand, without the PCMC having to substantiate its demand, provided that in its demand the
Page | 59
PCMC will specify that the amount claimed by it is due to it owing to the occurrence of one or
both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to additional 200 days after the contract period and any
demand in respect thereof should reach the Bank not later than the above date.
Project office location - As decided by traffic police /PCMC
Joint city engineer(elc/mech)
Pimpri chinchwad municipal corporation
Pimpri 18
Page | 60
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18
PROPOSED ESTIMATED COST FOR FOUR WHEELER TOWING VEHICLE
UNIT COST – 32,22,997/-
FOLLOWING RATE ARE FOR ONE UNIT PER TWO SHIFTS
1- UNIT EXPENDTURE COST PER MONTH PER UNIT =26,898/- = A
2- UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT =39,983/- = B
3- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=26,302/- = D
4- UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=47,800/- = E
5- FUEL COST PER MONTH PER UNIT = 28,260/- = F
SD/-
Joint City Engineer(Elc/Mech) Pimpri Chinchwad Municipal Corporation
Pimpri 18
Page | 61
PIMPRI CHINCHWAD MUNCIPAL CORPORATION
PIMPRI PUNE -18
PROPOSED ESTIMATED COST FOR TWO WHEELER TOWING VEHICLE
UNIT COST – 25,11,360/-
FOLLOWING RATE ARE FOR ONE UNIT PER TWO SHIFTS
1- UNIT EXPENDTURE COST PER MONTH PER UNIT =20,928/- = A
2- UNIT RTO TAX+INSURANCE COST PER MONTH PER UNIT =31,470/- =
B
3- SKILL LABOUR EXPENDTURE COST PER MONTH PER
UNIT(13,151X2)=26,302/- = D
4- UNSKILLED LABOUR EXPENDTURE COST PER MONTH PER UNIT
(11,151X4)=47,800/- = E
5- FUEL COST PER MONTH PER UNIT = 30,900/- = F
SD/-
Joint City Engineer(Elc/Mech) Pimpri Chinchwad Municipal Corporation
Pimpri 18