pimpri chinchwad muncipal corporation pimpri pune -18 · 2017. 11. 23. · 1. pimpri-chinchwad...

69
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

Upload: others

Post on 07-Mar-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 2: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 3: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 4: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 5: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 6: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 7: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 8: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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

Page 9: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 10: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 11: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 12: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 13: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 14: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 15: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 16: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 17: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 18: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 19: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 20: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 21: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 22: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 23: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 24: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 25: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 26: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 27: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 28: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 29: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 30: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 31: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 32: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 33: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 34: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 35: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 36: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 37: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 38: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 39: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 40: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 41: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 42: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 43: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 44: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 45: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 46: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 47: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 48: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 49: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 50: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 51: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 52: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 53: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 54: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 55: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 56: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 57: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 58: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 59: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 60: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 61: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 62: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 63: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 64: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 65: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 66: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 67: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 68: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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 69: PIMPRI CHINCHWAD MUNCIPAL CORPORATION PIMPRI PUNE -18 · 2017. 11. 23. · 1. Pimpri-Chinchwad Municipal Corporation, hereby invites Proposals for Request for Proposal for providing

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