84
INDEX THIS TENDER DOCUMENT CONTAINS: S.No . Documents Item details Page No. 1. Chapter-1 Instructions to Bidders 2 -14 2. Chapter-2 Conditions of Contract 15- 17 3. Chapter- 2A Scope of Work to be Undertaken 18 - 22 4. Chapter-3 Schedule of Requirement 23 5. Chapter-4 Technical specifications 24 – 34 6. Chapter-5 Proforma for price schedule 35 – 37 7. Part – D Details for New Installation for Information in view of Clause – 12.4, Chapter – 1 38 8. Chapter-6 Contract Form 39 – 40 9. Chapter-7 Service Level Agreement (SLA) 41 - 42 10. Chapter-8 Other Standard forms 43 – 53 i. (i)Bidder Particulars (annexure-C-1) 43 (ii) Bid Form (annexure-C-2) 44 (iii) Check List- Technical Bid (annexure-C-3) 45 (iv) Bid Letter (annexure-C-4) 46 – 47 (v) Proforma for Contract Performance Bank Guarantee (annexure-C-5) 48 – 49 (vi) Check List-Commercial Bid (annexure-C-6) 50 (vii) Tender Acceptance Letter (annexure-C- 7) 51 (viii) Range-wise list of signals/blinkers (annexure C-8) 52 - 53 Page 1 of 84

tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

INDEX

THIS TENDER DOCUMENT CONTAINS:

S.No. Documents Item details Page No.

1. Chapter-1 Instructions to Bidders 2 -14

2. Chapter-2 Conditions of Contract 15- 17

3. Chapter-2A Scope of Work to be Undertaken 18 - 22

4. Chapter-3 Schedule of Requirement 23

5. Chapter-4 Technical specifications 24 – 34

6. Chapter-5 Proforma for price schedule 35 – 37

7. Part – D Details for New Installation for Information in view of Clause – 12.4, Chapter – 1

38

8. Chapter-6 Contract Form 39 – 40

9. Chapter-7 Service Level Agreement (SLA) 41 - 42

10. Chapter-8 Other Standard forms 43 – 53

i. (i) Bidder Particulars (annexure-C-1) 43

(ii) Bid Form (annexure-C-2) 44

(iii) Check List- Technical Bid (annexure-C-3) 45

(iv) Bid Letter (annexure-C-4) 46 – 47

(v) Proforma for Contract Performance Bank Guarantee (annexure-C-5)

48 – 49

(vi) Check List-Commercial Bid (annexure-C-6) 50

(vii) Tender Acceptance Letter (annexure-C-7) 51

(viii) Range-wise list of signals/blinkers (annexure C-8) 52 - 53

Page 1 of 52

Page 2: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER – 1

INSTRUCTIONS TO BIDDERS

1. General

1.1 On-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance Contract for approximately 1600 traffic light signals / blinkers along with required equipments in the National Capital Territory of Delhi for a period of three years from the date of signing of the contract with the scope of extension of the tender for a further period of two years on yearly basis [as per the Scope of work to be undertaken (Chapter-2A) and list of equipments to be covered under CAMC Chapter-3] of this tender document subject to satisfactory performance.

1.2 As per instructions of the Govt., the tender document has been published on the Central Public Procurement Portal: http://eprocure.gov.in. The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates before the stipulated date & time.

1.3 All procedures laid down for maintenance in General Financial Rules-2017, Manual for Procurement of Goods and Services -2017, CVC guidelines and instructions etc. shall be adhered to. The bidders shall be bound to respect and follow the same.

1.4 Bidders are advised to study the tender document thoroughly. On line submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

1.5 It will be imperative to each bidder to fully acquaint themselves with all the conditions and factors, which would have any effect on the performance of the contract. No request shall be entertained for the change of price and terms & conditions etc, on account of any local condition or factor once the offer is accepted by the Purchaser.

1.6 The Purchase committee reserves the right to relax any terms & conditions in the Govt. interest with the approval of Competent Authority.

1.7 Conditional / Late bid will not to be entertained and summarily rejected.

1.8 Only online bid will be accepted. No physical bid will be accepted.

1.9 All disputes are subject to the jurisdiction of courts in the National Capital Territory of Delhi.

1.10 The Purchase Committee in order to satisfy itself can visit workshop of the bidder to view capability of servicing.

1.11 Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bid.

1.12 The period of contract after expiry of the initial period of 03 (three) years can be extended amicably for further two years on yearly basis, on the same rates and terms and conditions accepted by both parties and with the approval of competent authority subject to satisfactory performance of the services.

1.13 Submission of on-line scanned copies of unwanted/irrelevant documents /out of contest document in order to vitiate the online procurement system will be taken seriously and stringent action will be taken against such bidders.

1.14 Before tendering, the bidder may visit all signal/blinker sites and satisfy himself as to the prevalent condition. In case of doubt, the bidders may obtain the required information in pre-bid meeting as no claim what-so-ever shall be entertained for any alleged ignorance, after the tender is opened.

1.15 Bidder shall have to obtain all the permission of the concerned authorities / other agencies required for carrying out the work on their own, only logistic support will be provided by Delhi Traffic Police.

1.16 The excavation permission for cable fault rectification work and other related maintenance works from the respective authorities shall be arranged by the successful Bidder. However, all excavated portion will have to be re-filled expeditiously and temporarily reinstated as per trenching policy guidelines by the signal contractor. Surplus excavated material from work site shall be removed within 24 hours from the site.

1.17 The contractor will have to carry out the work either during day time and/or night time as per ground reality from traffic management point of view. No extra payment to this effect will be made.

1.18 All general conditions for different work i.e. electrical, mechanical, civil etc. as stipulated from time to time and as amended up to date shall be applicable to the contract.

Page 2 of 52

Page 3: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

1.19 Bidder is requested to take cognizance of Child Labour Act and take precaution not to deploy child labourers on site. If Child Labourer is found to be deployed on the work, necessary legal action as deemed fit, will be taken.

1.20 The contractors shall abide themselves by the provision of the Minimum Wages Act/Workman Compensation Act and such other statutory obligations notified by the concerned Government Departments from time to time. They shall also indemnify the Delhi Traffic Police from any claims whatsoever arising there from and shall be solely responsible for consequences thereof.

1.21 All the details regarding the staff deployed / proposed shall be approved and in case of any change in this regard shall be immediately intimated to the Delhi Traffic Police. Name and Bio-data of the technically qualified personnel employed to supervise the work should be intimated to the office before starting of the work.

1.22 The work will be treated as completed only after cleaning the site in all respect after completion of the work and to the satisfaction of the Department.

1.23 The contractor shall endeavor in expediting various matters in respect of power supply of Traffic signals / blinkers with the power supply companies, including restoration of power supply.

1.24 The source of procurement of signals / blinkers controller, pelican controller, CPU card, aspects, cables, poles etc. by the bidder with clarification whether the same is of their own manufacturing or purchased from any proven manufacturer who shall have minimum experience of three years by giving relevant BIS/IS standards for all items (if applicable) be furnished.

1.25 The performance certificate to all type of controller already used elsewhere shall also be enclosed.

1.26 Wiring, ducting, cabling, earthling and other works involved for installation of signals/blinkers/ aspects/LEDs etc. shall conform to the relevant standards and Municipal Trenching policy guidelines.

1.27 The Bidder shall note that, in case certain junctions are required to be removed as per the instructions of Delhi Traffic Police, the contractor will not be entitled to any compensation / claim whatsoever on account of above.

1.28 The Bidder should submit the certificates of Registration under Employees Provident Fund and Miscellaneous Provision Act, 1952, if 20 or more workers are employed on Bidders Establishment. If less than 20 workers/persons are employed on Bidders Establishment, then the Tenderer should submit undertaking in that regard on Rs. 100/- stamp paper.

1.29 The Bidder should submit the certificate of Registration under E.S.I.C. Act, 1948 in case:

i) 10 or more workers/persons employed and manufacturing process is carried out with power in any part orii) 20 or more workers/persons employed and manufacturing process is carried out without power.iii) The bidders establishment under Sr. No. i) and having less than 10 workers/persons or the establishment

under S. No. ii) & having less than 20 workers/persons then the Bidder should submit undertaking in that regard on Rs. 100/- stamp paper.

1.30 It is the responsibility of contractor to depute a person for collecting Electricity Bills from concerned supply company for making payments and to deposit the same in Signal Cell/T before 10 days of due date of payment. If any penalty is levied / charged by the electricity supply company for late payment of bills, the same will be charged from the signal maintaining agency. The person deployed for collecting the bills should be available as and when required by Delhi Traffic Police.

1.32 Special directions to Contractors:-

(i) The contractor shall be responsible for all civil engineering work included in roads and footways for those elements described above. Works for the implementation of Traffic Signals system shall be carried out to minimize disruption to traffic and pedestrians. Work in sections shall be completed and the road shall be restored for general traffic before work commences in the next section. Work in any section, including loading and unloading, shall be carried out in such a manner that traffic and utilities in the adjacent footway will be adequately maintained. Unless otherwise defined in the contract, excavations shall be formed with a clean edge in such a manner that the adjacent road or footways, including edges are not damaged to ensure reinstatement to match and be continuous with the adjacent area.

(ii) Excavated material shall not be stored adjacent to excavations in roads or footways unless permitted by the Department. The excess of excavated material shall be disposed of by the contractor on his own within time period as described in clause 6.5 (Chapter-1). No extra payment will be made to the vendor for digging / resurfacing the roads.

Page 3 of 52

Page 4: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

(iii) The contractor shall ensure that excavations are fully supported at all times to ensure the safety of his own employees and the public. Temporary traffic diversion, pedestrian access and lighting, signages, guarding and traffic control equipment shall be removed immediately if they are no longer required. Roads, footways and other items affected by temporary traffic arrangement and control shall be reinstated to the same condition as existing before the work started.

2. Schedule of Tender:

2.1 As per instructions of the Govt. of India, the tender documents have been published on the Central Public Procurement Portal website: http://eprocure.gov.in and can be downloaded from this website (CPP Portal). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates as per the stipulated date & time of this document.

2.2 The Pre bid meeting will be held on 26.06.2020 at 1630 Hours in Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054. All the interested bidder may send their queries, if any, in respect of the tender documents on email id: [email protected] in the shape of MS word file. They also have to send hard copy of all emailed queries by post/personally in the office of undersigned or the same can be put personally in a box placed in the office of undersigned at Reception/D.O. Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 between 10.00 AM to 5.00 PM on 22.06.2020. The queries received after stipulated date & time will not be entertained.

2.1 The online bid submission will tentatively start only after uploading of the result of Pre-bidders meeting and will be closed on 26.07.2020 at 1630 Hours.

2.2 The online technical bids will be opened on 27.07.2020 at 1630 Hrs. in the Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi. In case the due date is declared holiday, the tendering will be held on the next working day. The bidders or their authorized representatives may be present, if they so desire.

2.3 After evaluation of the Technical bids, the short-listed Bidders will be intimated. The decision of the committee on technical suitability of the offer shall be final and binding.

2.4 If any bidder is declared disqualified technically by the Technical Committee, the Commercial Bid of the bidder shall not be entertained and shall not be opened.

2.5 The Commercial bid of the short-listed Bidder will be opened in Committee Room at Prov. & Logistics, 5, Rajpur Road, Delhi and such short-listed bidders will be intimated about the date and time accordingly. The short-listed bidders or their authorized representatives may be present, if they so desire.

3. Application/Tender Fee & Bid Security ( Earnest Money):

3.1 The Scanned copy of Tender/application fee of Rs.1500/- (Rupees One Thousand Five Hundred only) in the form of a Demand Draft/Pay Order/Bankers Cheque from any scheduled / Commercial bank drawn in favour of Dy. Commissioner of Police (Prov. & Logistics), Delhi shall be attached in the prescribed column along with the Technical Bid of Tender . Application Fee is non-refundable. The original DD / Pay Order / Bankers Cheque towards Application Fee shall be submitted by the bidder before the time of opening of tender. Failure to submit the Application Fee would result in rejection of the bid.

3.2 The bidder shall have to submit Bid Security as per detail mentioned below:-

Sl. No. Name of the part Bid Security Money Application Fee1. Part-A

(Southern & New Delhi RangeRs.25,00,000/- Rs.500/-

2. Part-B (Eastern and Central Range)

Rs.25,00,000/- Rs.500/-

3. Part-C(Western and Outer Range)

Rs.25,00,000/- Rs.500/-

In case of all the above : Rs.75,00,000/- Rs.1500/-

The bidder can participate for all the three parts or for any part. The scanned copy of Bid Security Deposit (Earnest Money) in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee, from any of the Scheduled / Commercial banks, in favour of Deputy Commissioner of Police, Prov. & Logistics, Delhi, shall be attached in the prescribed column along with the Technical Bid of Tender. The original EMD in the shape of DD, FDR, Banker’s Cheque or BG shall be submitted by the bidder at the time of tender opening. Failure to do so will result in the rejection of the bid at the technical evaluation stage itself.

3.3 The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME), Government of India or those which are registered with

Page 4 of 52

Page 5: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

the Central Purchase Organization or the concerned Ministry or Department or Start ups as recognized by Department of Industrial Policy & Promotion (DIPP) for the item(s)/service(s), as are being offered under this RFP, are exempted from Bid Security and Application Fee. However, these bidders will have to submit scanned copy of the applicable Registration Certificate under the valid category, with the technical bid of the tender to avail this exemption. The original document projected for Application Fee & Bid Security exemption shall be verified by the purchaser using official channels.

3.4 As per instructions contained in the Order’s No.P-45021/2/2017-B.E.-II dated 15th June 2017 read with OM 29.5.2019 circulated/issued by Government of India, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, New Delhi in pursuance of provision of Rule 153(iii) of General Financial Rule 2017, to encourage “Make in India” and promote manufacturing and production of goods and services in India, preference will be given to local supplier / bidder meeting the criteria prescribed in the above said order. All the instructions mentioned therein will be adhered. No representation/request of any firm(s) against the decision taken by the purchaser in pursuance of these orders/instructions will be entertained at any stage on any ground whatsoever.

3.5 The Bid Security (Earnest Money) shall be valid for 45 days beyond the bid validity period of six calendar months from the date of opening of the Bid by the Purchaser. No interest will be payable by the Purchaser on this amount.

3.6 The Bid Security (Earnest Money) may be forfeited :

(a) if a Bidder withdraws his bid during the period of bid validity; or(b) in the case of the finally selected Bidder, if the Bidder fails,(i) to furnish Contract Performance Security in accordance with Clause 2 of Chapter-2; or(ii) to sign the Contract in accordance Clause 1 of Chapter-2; or(iii) if at any stage any of the information/ declaration is found false.

3.7 Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged upon the Bidder signing the Contract, and furnishing the Performance Guarantee, pursuant to Clause 2 of Chapter-2.

3.8 Bids not accompanied with prescribed bid security will be rejected.

4. Bidder Qualification:-

4.1 Only the reputed experienced bidder who is able to provide maintenance support of the Traffic signal/blinkers installed in the NCT of Delhi can participate in the tender.

4.2 The bidder shall furnish the following information/document in the Technical Bid: -

(i) The company should be registered under the Indian Companies Act 1956 or a partnership firm registered under the Partnership Act, 1932 or registered under LLP Act, A copy of memorandum of Association of the company shall be uploaded along with the bid document and marked as Annexure - I.

(ii) Consortium with any organization shall not be permitted for this engagement of repair/maintenance contract of signals/blinkers. Joint venture shall be permitted only to the extent and in a manner specified in this RFP including TOR.

(iii) For the purpose of this RFP, Joint Venture (“JV”) is defined as an association with a legal identity distinct from that of its members, incorporated either as a company under Companies Act 2013 or as a LLP under LLP Act 2008, and where the members of the JV are jointly and severally liable to the client for the performance of the contract.

(iv) In case of a JV, all members of the JV are required to follow the highest level of work ethics, if any member of the JV has a conflict of interest or indulge in Prohibited Practices, as per law, the whole JV is liable to be disqualified. Further, in the event any bidder has been barred by the Central Government, any State Government, a statutory authority or a public sector undertaking, as the case may be, from participating in any project or bid, and the bar subsists as on the date of the proposal due date, it would not be eligible to submit a proposal either by itself or as part of a J.V.

(v) A bidder applying individually or as a member of a JV shall not be entitled to submit another proposal either individually or as a member of any other JV, as the case may be.

(vi) Number of members in a JV shall not exceed 03 (three).

Page 5 of 52

Page 6: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

(vii) A member of JV may either be a sole proprietorship firm/a partnership firm/a limited liability partnership/a company incorporated under the Companies Act 1956/2013 or a body corporate incorporated under the applicable laws of its country of origin.

(viii) The application should include a brief description of the roles and responsibilities of individual members of the JV.

(ix) No change in the composition of the JV will be permitted by the client during the selection process and during the subsistence of the contract (in case the successful bidder is a JV).

(x) Bidders/JV members can neither claim project experience of sister concerns/network firms nor propose key experts from such sister concerns/network firms unless such sister concerns/network firms are part of the bidding JV or unless expressly permitted in this RFP including TOR.

(xi) Members of the JV shall ensure compliance with all laws and statutory regulations applicable for formation of JV. In case any member is a foreign entity, it will be the bidders responsibility to ensure compliance with Foreign Exchange Management Act 1999 (FEMA), tax laws, Competition Act 2002, other applicable laws and to get authorisation from statutory bodies like RBI, SEBI, IRDA, etc. wherever applicable.

(xii) The bidding firm should have at least 03 Crores average turnover during the last three financial years. Copy of the audited balance sheets, profit and loss account statement for the last financial year attested by an auditor for certified true copies shall be uploaded along with the bid and marked as Annexure - III. The cut off date for evaluation is 31.03.2019.

(xiii) The bidder should have an experience in the field of maintenance of signal blinkers for a minimum period of five years. The bidder should have maintained at least 200 Traffic signals under a single project anywhere in India for at least one year in the last five years or maintained at least 300 signals/blinkers in one or more Metropolitan environments in aggregate for at least one year in the last five years in not more than 05 (Five) cities for aggregate. A copy of certificate issued by the concerned department to this effect be uploaded and marked as Annexure - IV.

(xiv) List of professionals, along with the bio-data of Engineers and Technicians attached to traffic signal business with their educational and technical qualifications, present designation and place of posting shall be appended as Annexure -V.

(xv) The bidder company should have continuous liaison with a reputed/expert indigenous or foreign company (with interdisciplinary traffic engineering personnel) for development and up-gradation of signal technology required for synchronizing signalling system and working in advanced form of Traffic Control System. Bidder Company shall write the name of expert agency(s) with documentary proof or agreement copy and their experience, which shall be appended as Annexure -VI.

(xvi) The bidders shall have at least five years experience in system integration, synchronization and optimization of signal junctions. Bidder must indicate the number of maintained signals in each category. It shall be given along with other details like software, communication, protocol etc. with names of cities, where such maintenance has been carried out, may be appended as Annexure - IX.

(xvii) An undertaking that the bidder has sufficient infrastructure and capability to keep/store the material of signals/blinkers in NCT of Delhi be given as Annexure – X or an undertaking to the effect that the firm will establish a maintenance base in NCT Delhi within two months from receipt of offer letter in case the firm is declared successful. No extension will be considered for this condition.

(xviii) An organizational chart of the bidders company to tackle the challenging task of maintaining of traffic signals/blinkers etc. be appended as Annexure - XI. Engineers should be B. Tech in electronics/electrical and mechanics should be diploma holder in the same fields.

(xix) The detail of communication network of the bidder connecting its Headquarters and mobility/field vehicles with the Traffic Control Room so as to facilitate the technical team equipped with latest instruments with provided kit to reach the defective signals/blinkers in NCT of Delhi in shortest possible time be appended as Annexure - XII.

(xx) The normal life span or life period for each item to be used/being used in signals/blinkers be appended as Annexure – XIII.

(xxi) The installation of signals / blinkers is road engineering dependent. Addition / reduction of numbers is mandatory requirement. The bidder shall agree to extend the SLA to these signals at the quoted rates. The list of present signals/blinkers is available at annexure-XIV.

Page 6 of 52

Page 7: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

4.3 The bidder shall follow all the relevant standard/specifications prescribed in the CPWD Manual for executing the works of signals/blinkers.

4.4 Registration with GST department: The bidder should have their firm registered with the GST Department, with respect to GST and shall upload scanned copies of the registration in the department. Further, the bidder shall upload the scanned copy of last GST deposit challan/return along with the technical bid.

4.5 The bidder should have & furnish latest Income Tax Clearance Certificate.

4.6 The bidder and his service providers shall abide all times by the existing labour enactments, rules and by-laws of the State or Central Government or local authority and by any other labour laws, rules, regulations and bye-laws that may be passed or notified by the State or Central Government or local authority during the period of contract.

(A) Review of rates shall not be considered during the currency of the contract.

5. Guarantee/ Warranty/CAMC Services:

5.1 On-site comprehensive AMC of existing signals / blinkers shall be provided for a period of three (03) years from the date of signing the contract.

5.2 All new replacements of Signals/Blinkers items during the course of maintenance shall have three years warranty. If services are found satisfactory, the CAMC of new and existing signal/blinkers may be further extended for further two years on yearly basis subject to satisfactory performance and after obtaining approval of the competent authority.

5.3 Comprehensive Annual Maintenance Contract should include all the hardware and software including major & minor repair/replacements. All the repairs/replacements should be carried out within the C AMC charges.

5.4 There shall be regular review regarding the performance of the bidder by Traffic Police. In case at any stage, it has been observed/ found that the performance of the vendor is unsatisfactory or discrepancies found in the works carried out by the contractor, Traffic Police, reserves the right to cancel the contract and black list the contractual firm(s) for a period of three years after giving due opportunity and forfeit the performance security.

5.5 The contractor shall execute the various categories of works in a stipulated period as mentioned below:- 1. All minor repair works (LED, CDT, minor cabling up to 15 meters) from

the date of fault.within 1 day

2. All major repair works where Damaged cable Replacement or any other major repair work is required.

within 03 days.

3. Replacements of traffic signals damaged due to accident/rust etc. within 10 days

4. Replacements of traffic blinkers damaged due to accident/rust etc. within 10 days

5.Submission of bill Submission of bills after completion of work Within 10 days

5.6 The contractor shall submit the work completion certificates, physical verification, survey committee report, etc., within 05 days of the completion of work.

5.6.1 A signal at a junction includes primary, secondary poles, controller, aspects, timers, etc. A signal will be considered fully functional only if all the attributes forming the part of BOQ at a junction are fully functional. A faulty part means a not fully functional signal.

5.7 If the Vendor fails to repair/ replace the major defective equipment/ services within the stipulated time, Traffic Police will be free to get the same repaired/replaced from the market and the expenses incurred will be recovered from the Performance Bank Guarantee or direct reimbursement by the vendor.

5.8 During the National days like Republic Day, Independence Day, elections and other declared festival holidays & emergencies, the bidder shall provide full support and ensure 95% uptime of equipment and services i.e. 95% of staff and equipment/machinery, etc. should be available on these days. Any fault during the day / night will impose a penalty as per Service Level Agreement (SLA) Chapter-7.

Page 7 of 52

Page 8: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

5.9 The bidder shall ensure that no damages are caused to the existing equipment installed at all the locations, while maintenance / repair works are undertaken by them. Any damage caused and any subsequent liability arising out of that damage shall be the direct responsibility of the bidder.

5.10 The competent authority keeps the right reserved to make any change, amendment, addition/deletion as well as enhancement in the penalty clauses during the agreement period, if the services of the signal maintaining agency is not found satisfactory. It will be decided on the basis of signals / blinkers which remained on fault during this period.

5.11 Traffic Police reserves the right to have the work completed from any other private party or other contractor from the open market on the same rates, terms and conditions if it has been found and observed that such works have been delayed deliberately, not started in time or done unsatisfactorily by the Vendor. In such cases the difference in rates, if any, shall be borne by the Vendor. Further, the claim submitted by the Vendor shall also be forfeited.

5.12 Legal and commercial liability for signals/blinkers arising out of the third party claims shall vest with the bidder as it has to ensure safety standards in respect of all installations of the signals/blinkers.

6. Penalty Clause

6.1 If the contractor fails or does not perform the Services within the time period specified above in Clause-5, the Purchaser shall impose the penalty as specified.

6.2 Delay in meeting the above deadline, for first seven days will attract a penalty of 05% of the total billed amount of particular work order and 01% of the billed amount per day thereafter for delay of every subsequent day per signal/blinker, subject to the condition that maximum penalty will be 10% of total billed amount.

6.3 The successful bidder(s) has to understand clearly that the maintenance work will have to be completed within a stipulated period from the date and time of booking of faults, failing which deductions shall be made by calculating up-time, as per Service level agreement (SLA) Chapter-7 from the total billed amount.

6.4 Any instance of sub-standard services by the bidder will lead to the cancellation of the contract, forfeiture of Performance Security deposited by the firm and action for blacklisting of the firm shall also be taken by the competent authority without prejudice to any other legal action on merits.

6.5 There shall be regular review regarding the performance of the contractor by Delhi Traffic Police. In case at any stage, it has been observed/found that the performance of the contractor is unsatisfactory or discrepancies are found in the works carried out by contractor, Delhi Traffic Police reserves the right to annul the contract after giving due opportunity and forfeit the performance guarantee. If it is found at any stage that more than 10% signals/blinkers are faulty, then it will be presumed that performance of the contractor is not good.

6.6 The contractor is required to submit a fresh organization chart (regarding personnel information of Project Manager/Engineers/Team Supervisors/Technicians/wireman) after award of contract. The staff mentioned in the said organization chart will not be allowed to work in any other contract/project (excluding Delhi Traffic Police jurisdiction) till the end of said contract or project. If any staff changes mentioned in the organization chart, the contractor has to inform Delhi Traffic Police, else said employee shall not be allowed to work for said project.

6.7 In case, the signal is working on Flash mode for the period of 48 hours or more in a particular week, then only 10% of the Preventive and Corrective maintenance charges for isolated junctions will be payable for the junction for that particular month. However, if the junction is kept on flashing mode by Traffic Police, in that case a letter from concerned traffic police circle shall be provided and the full payment will be applicable to the contractor in such case (s).

6.8 In case, any of the signal aspect i.e. pedestrian/vehicular/cantilever of a signal pole is reported to be non functional for a period of 01 week or more due to negligence/lapse on the part of the contractor, then Rs. 200/- per day per pole will be levied and deducted from the contractor’s bill, from the date of failure of aspect.

6.9 In case of failure to provide maintenance vehicle, a penalty of Rs. 10,000/- per day will be levied and deducted from the contractor’s bill. The report of concerned T.I. shall be the final report in deciding non-reporting of maintenance vehicle.

6.10 If it is found that junction Boxes/Controller Doors are not properly maintained, then penalty of Rs. 500/- per month for every junction Boxes/Controller will be recovered from the running bill.

6.11 If it is reported that the pole is non functional due to unavoidable reasons beyond the control of contractor, in such case (s), the proportionate amount for particular pole will be deducted from monthly charges for that particular junction.

Page 8 of 52

Page 9: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

6.12 It is expected that the contractor should submit the monthly routine cleaning/pruning of trees/removal of hoardings and banners etc. program for each signal/blinker to traffic circle concerned and to signal cell well in advance. If the contractor is unable to clean the junction as per the monthly program then he should inform the concerned T.I. circle. If the routine cleaning work is not carried out as per specifications following penalty shall be levied for the month.

a) Controller & power supply box. Rs. 200/-

b) Standard pole Rs. 100/- per pole

c) Cantilever pole Rs. 100/- per pole

d) Signal aspects. Rs. 200/- per junction

e) Junction box. Rs. 100/- per box.

f) History sheet/log sheet updation. Rs. 100/- per sheet

6.13 If the contract is cancelled, the competent authority also reserves the right to get the maintenance of signals/blinkers job done from any other party/company after observing all codal formalities as per GFRs. In such cases, competent authority would have the powers to adjust the differences of cost from the outstanding dues of the party, till next tender is decided. Further, the claim submitted by the contractor shall also be forfeited. Arbitration/Appellate authority in such case shall be the Commissioner of Police, Delhi. If it has been found and observed that such works have been delayed deliberately, not started in time or done unsatisfactorily by the contractor. In such cases, the difference in rates, if any, shall be borne by the contractor. Bidder Company shall give an undertaking, in this regard with the technical bid.

6.14 The contractor shall have to arrange the barricades, cones, cautionary tape, work in progress boards with work details for excavation works in carriage way as well as footpath, else a penalty of Rs. 5000/- will be levied for each work as per CPWD manual & IRC Codes.

6.15 If L-1 bidder backs out or refuses to work after opening the price bids, the EMD shall be forfeited and blacklisting action shall be initiated against the firm.

7. Purchaser’s Right to vary scope of work at the time of Order/signing of Contract: The Purchaser reserves the right to vary the scope of work upto + 25% and/or split the order among the selected Bidders.

8. Purchaser’s right to accept any Bid and to reject any or all bids: The Purchaser reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/ signing of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the Purchaser’s action.

9. Period of Validity of Bids: Bids shall remain valid for 06 (Six) calendar months from the date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

10. Terms and conditions of Tendering Firms:

10.1 Any Printed terms and conditions provided by the Bidder over and above the Terms and conditions mentioned in this tender document shall not be considered as forming part of their Bids.

10.2 Bidder must state categorically whether or not his offer conforms to all the tender terms and conditions. If there is a variation in any of the terms and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the technical bid.

10.3 Bidder must state categorically whether or not his offer conforms to the scope of work given in Chapter 3, specify clearly deviation if any of the tender.

11. Bid Requirements:

11.1 The Bidder must quote as per the Scope of Work to be undertaken (Chapter–2A) and the Price Schedule format –Excel sheet format (Chapter-5) provided with in the relevant folder on CPP portal as per specimen mentioned in chapter 6 of this document. In case the bidder submits their commercial bid other than the financial price bid packet, the tender shall be rejected.

11.2 The Successful Bidder(s) shall be required to furnish Contract Performance Bank Guarantee for 10% of the Contractual Price within 14 days of letter of intent, in the form of A/c Payee Demand Draft, FDR, Bank Guarantee from a

Page 9 of 52

Page 10: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

scheduled / Commercial bank in an acceptable form, as per the prescribed proforma (Chapter 8 -Annexure-C 5 ) of Performance Security has to be deposited by successful bidder irrespective of its registration status and shall be valid for a period of 60 days beyond the date of completion of all contractual obligations.

11.3 The bidder must submit a scanned copy of list of their owners, partners, etc. and a certificate to the effect that the firm is neither blacklisted nor any process of initiation of blacklisting by user (s) or by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India.

11.4 Bids not accompanied the scanned copies of Tender Fee and Earnest Money will be rejected.11.5 Conditional / late bid, Telex/Fax bid and incomplete bids will be summarily rejected. 11.6 The bid shall contain no interlineations; errors or overwriting and all pages of the Bid must be signed and sequentially

numbered by the Bidder.

12. BID PRICES :

12.1 The Bidder shall fill-up rates in the Price Schedule (Chapter–5) as per format provided in Excel Sheet format as Unit Prices and total Prices proposes to supply under this tender in the following manner:-

i) Unit price in Indian Rupees

ii) GST in Indian Rupees.

iii) Total Unit Price for destination including taxes & other charges

iv) Total extended Price for destination Including all taxes and others charges

12.2 The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity.

12.3 The bidder can participate for any of the part or all the three parts (a part consisting of two ranges) but the contract of one part will be awarded to a firm on L-1 rate basis. The L-1 bidder of all the three parts shall be declared / decided separately. In case a firm is found L-1 for two or three parts, the said firm will have the option to select the part (consisting of two ranges) of their choice amongst these parts for which the firm has quoted L-1 rates. The part (s) which has been left out by L-1 firm, L-2 firm of that part shall be asked to match the rate of L-1 bidder for awarding the contract. In case L-2 firm is not interested, L-3, L-4 firm and so on (or as the case may be) will be asked for matching the L-1 rate for awarding the contract. Again, if sufficient bidders are not interest/found to meet L-1’s price, L-1 bidder shall have option to accept the CAMC of that part. In case a firm is L-1 in one part and happens to be L-2 or so on in other parts, the option shall not be given to the said firm in the first place. However, an option to that firm can be given at the last opportunity. An undertaking in this regard shall be submitted by the bidder alongwith the technical bid.

12.4 The list of items and other equipments required for installation of New signal / Blinker are mentioned in Part-“D”, for information of all bidders. A separate tender for installation of New Signal / Blinker is being invited by Delhi Police separately. The rates finalized by Delhi Police in that tender shall be binding on all the L-1 bidders of this tender and bidders shall have to undertake the said work for installation of New Signal / Blinker on same rate.

12.5 It should be noted that payment by the Purchaser towards other Govt. levies/ incidental charges, if any, would be made at actual against documentary proof submitted by the Contractor/Supplier. The contractor would provide appropriate GST forms applicable to the purchases made on behalf of Government of India.

12.6 The supply/billing should be made from the firm/place of G.S.T. Registration/Work Contract Registration.

12.7 The Purchaser will make all payments, under this contract, in Indian rupees

12.8 The payments to the supplier will be made through Electronic Fund Transfer (EFT) into their designated bank accounts. Scanned copy of the bank Account Number with the branch Code of the Bidder and mandate form duly filled in all respect may be uploaded with the technical bid.

12.9 The bidder should ensure that all columns of the price schedule (Chapter-5) provided in Excel Sheet on CPP Portal may be duly filled and no column is left blank. After opening of the price bid, no clarifications whatsoever shall be entertained by the Purchase Committee.

Page 10 of 52

Page 11: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

12.10 The firm who quoted lowest price for the total of comprehensive AMC of existing signal/blinkers shall be declared successful bidder (L-1 bidder).

12.11 Any new Government levies/taxes imposed or increased in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment the same shall be adjusted against future bills or from the performance security of the contractor.

12.12 Fall Clause: The bidder shall undertake that the price charged/finalized for the store / services supplied under the tender shall in no event exceed the lowest price at which the bidder offer the store/services identical description to the other organization during the currency of contract. If at any point of time during the period, the seller reduces the sale price, sells offer to sell such store/service to any other organization including the Buyer at a price lower than the price chargeable under the present tender, he shall notify such reduction within (seven) days and the price payable under the contract shall stand correspondingly reduced. An undertaking shall be submitted by the bidder in this regard with the technical bid.

13 Breach of Security: The bidder will keep all the data of Traffic Police in safe custody and shall not be shared with the person who does not concern to this. An undertaking in this regard will have to be given by the Bidder.

14 Contents of Online Bid: The Online Bids prepared by the Bidder shall comprise of the following two components:-

a) Technical Bid comprising of the following scanned documents and to be filled on the format sheets provided Tender Document. This is mandatory:

(i) A Demand Draft/Pay Order/Bank Guarantee/FDR in favour of Deputy Commissioner of Police, Prov. & Logistics, Delhi be attached towards Tender Fee. (Chapter-1, Clause-3.1) (Scanned copy of Tender Fee).

(ii) A Demand Draft/Pay Order/Bank Guarantee/FDR in favour of Deputy Commissioner of Police, Prov. & Logistics, Delhi be attached towards EMD. (Chapter-1,Clause-3.2 of Scanned copy of EMD).

(iii) Bidders Particulars (Chapter-8, Annexure C1).(iv) Bid Form (Chapter- 8, Annexure C2).(v) Check List of Technical Bid (Chapter -8, Annexure C3).(vi) Bid Letter (Chapter-8, Annexure C4)(vii) Proforma for Contract performance Bank Guarantee (Chapter- 8, Annexure C5).(viii) Check List of Commercial Bid (Chapter – 8, Annexure C6)(ix) Tender acceptance letter (Chapter-8, Annexure C7).(x) Details/certificate as per chapter-1, clause-4.2 (xi) GST registration and latest GST deposition challan/return (Chapter-1, clause - 4.4).(xii) Latest Income tax clearance (Chapter- 1, Clause 4.5) (xiii) Certificate as per Chapter 1, clause 11.3. (xiv) An undertaking as per chapter-1, clause-12.3)(xv) Scope of work (Chapter 2)(xvi) An under taking (as per chparter-1 clause 13.3)(xvii) Undertakings as per clause No. 12.3, 12.4 and 12.5. (as per Chapter-1)(xviii) All brochures/documents relevant to the Bid.

b) Commercial Bid:- Price Schedule (Chapter-5). The Price Schedule will be filled in excel sheet provided with the tender documents.

15. PROCEDURE FOR SUBMISSION OF BIDS:

15.1 Instructions for Online Bid Submission:

i) As per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and for submitting their bids online on the CPP Portal.

ii) More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

15.2 REGISTRATION

Page 11 of 52

Page 12: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal: https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on the CPP Portal is free of charge.

ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

v) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.

vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC/ e-Token.

15.3 SEARCHING FOR TENDER DOCUMENTS

i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

ii) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

15.4 PREPARATION OF BIDS

i) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

ii) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option.

iv) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

15.5 SUBMISSION OF BIDS

i) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.iii) Bidder has to select the payment option as “offline” to pay the tender fee /EMD as applicable and enter details of the

instrument.iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be

posted/couriered/given in person to the Tender Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

v) A standard Price Schedule provided with tender document (excel sheet) format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document (excel sheet) file, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document (excel sheet) file is found to be modified by the bidder, the bid will be rejected.

Page 12 of 52

Page 13: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

vi) The serve time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

vii) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

viii) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.ix) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid

summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.x) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement

may be used as an entry pass for any bid opening meetings.

15.6 ASSISTANCE TO BIDDERS

i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.

16. Optional bids will not be entertained and summarily rejected. The firm should quote as per their model of equipment/services offered for the system. The optional rates will not be accepted and the tender will be rejected straightway.

17. Bids not accompanied the scanned copies of Application Fee and Earnest Money will be rejected straightway.

18. The competent authority reserves the right to terminate/recall the tender at any stage due to administrative reasons.

19. The tender will be rejected straightway without assigning any reasons if the firm/company or their owners/partners/directors etc. found involved in any Criminal Case/blacklisted.

20. Foreign firm can participate in the tender only through their authorized distributor/dealer/agent appointed in India. In case bidder is an Indian Agent of foreign firm/principal, the bidder shall have to submit the copy of agreement between the parties containing terms and conditions and quantum of agency commission. No foreign company shall be entertained directly.

21. Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of bids.

22. In case of any issue of clarification on the interpretation of clause(s) arises, then the decision/interpretation of department (Delhi Police) shall be final and binding on the bidding firms. No further request in this regard will be entertained.

23. Consortium with any organization shall not be permitted.

24. The JV agreement document should clearly state the Lead Partner, roles and responsibilities of each firm for the successful implementation of the said Project. It should be clearly mentioned in the JV agreement that every firm of the JV shall be responsible jointly and severally liable for the successful completion of the entire project. The Lead Partner shall be authorized to incur liabilities, receive payments and receive instructions for and on behalf of any or all JV partners. The scanned copy of agreement shall be submitted with the Bid.

25. Bidder must upload their bid on the Central Public Procurement Portal (CPP Portal) well in time i.e. on or before the last date/time of closing of bid. Late/delayed bids will not be entertained at all. The Department may, at its discretion extend the deadline for submission of bids in which case all right and obligations of the department and the bidder will be the same.

Page 13 of 52

Page 14: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

26. The representatives (Employee, Manager, Owner, Partner and Director) of the firm participating in the tender meetings including Technical Evaluation Committee meetings etc. must carry authorization letters from the firm concerned.

27. Submission of online scanned copies of unwanted/irrelevant documents/ out of contest document to disturb/misuse the online procurement system can be taken seriously and stringent action can be taken against such bidders. The decision of the department in this regard will be final and shall not be open for further discussion.

28. The following considerations of paramount importance will be taken into account while evaluating the bids:

(i) Whether the goods or services offered are of the requisite tender specifications.(ii) Whether the bidder has the ability to deliver the goods and services as per specifications.(iii) The ability of the bidder to take follow up action, rectify defects or to give post contract services.

DEPUTY COMMISSIONER OF POLICE:PROV. & LOGISTICS, DELHI.

Page 14 of 52

Page 15: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER-2

CONDITIONS OF CONTRACT

1. Award of Contract :

1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected Bidder and place the supply order within 7 days thereafter. If a need for extension of the bid validity period arises, it should be extended by mutual agreement. The notification of award/placement of work order will constitute the formation of the Contract.

1.2 At the time of placement of the work order, the finally selected Bidder shall sign the contract with the Purchaser. The finally selected bidder shall bring along with him, the power of attorney, e-stamp paper, the contract performance bank guarantee and common seal etc. for signing the contract.

2. Contract Performance Bank Guarantee:

2.1 The Successful Bidder(s) shall be required to furnish Contract Performance Bank Guarantee for 10% of the Contractual Price within 14 days of letter of intent, in the form of A/c Payee Demand Draft, FDR or Bank Guarantee from a scheduled commercial bank in an acceptable form, as per the prescribed proforma (Chapter 8, Annexure-C 5 & Chapter– 5, Clause-2) of Performance Security (Security Deposit) has to be deposited by successful bidder irrespective of its registration status and shall be valid for a period of 60 days beyond the date of completion of all contractual obligations.

2.2 The Contract Performance Bank Guarantee will be in the name of the Deputy Commissioner of Police (Prov. & Logistics), Delhi.

2.3 The Contract Performance Bank Guarantee should be valid for a period of (26) Twenty six months from the date of award of contract/work order. This will be released after the successful completion of contract.

2.4 In the event of delay in acceptance of the contract, at the request of the Purchaser, extend the validity of the Contract Performance Bank Guarantee so as to cover the contract period.

3. Payment Schedule:

3.1 Payment towards CAMC will be made on quarterly basis after completion of period successfully and submission of satisfactory performance certificate from TI/ACP of respective district after making deduction as per SLA, if any.

3.2 The standard payment terms will be subject to recoveries, if any, as per SLA (chapter-7)

3.3 No advance payment shall be made.

3.4 No interest is payable by the Purchaser in case of delayed payments.

4. Force Majeure:

4.1 Force Majeure means an event beyond the control of the Service provider and not involving the fault or negligence and which is not foreseeable. Such events may include, but are not restricted to, acts of the purchaser either in its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts and freight embargoes.

4.2 If there is delay in performance or other failures by the supplier to perform its obligation under its contract due to event of a Force Majeure, the supplier shall not be held responsible for such delays/failures.

4.3 If a Force Majeure situation arises, the Supplier shall promptly notify the purchaser in writing of such conditions and the cause thereof within twenty one days of occurrence of such event. Unless otherwise directed by the purchaser in writing, the Supplier shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

Page 15 of 52

Page 16: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

4.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the contract without any financial repercussion on either side.

4.5 There may be a Force Majeure situation affecting the purchase organization only. In such a situation the purchase organization is to take up with the Vendor on similar lines as above for further necessary action.

5. Patent Indemnification: The Vendor shall indemnify the Purchaser against all third party claims of infringement of patent, copyright, trademark, license or industrial design rights, software piracy arising from use of the goods or any part thereof in the Purchaser’s country.

6. Waiver: Failure or delay on the part of the vendor or the Purchaser to exercise right or power hereunder shall not operate as a waiver thereof.

7. Assignability: Neither this Contract nor any rights under it may be assigned by either Party without the express prior written consent of the other Party. However, upon assignment of the assignor’s interest in this Contract, the assignor shall be released and discharged from its obligations hereunder only to the extent that such obligations are assumed by the assignee.

8. Severability: If any portion of this Contract or any of the Contract Documents hereto is held to be invalid, such provision shall be considered severable, and the remainder of this Contract hereof shall not be affected.

9. Governing Law: This Contract including the Contract Documents shall be governed by and construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction in this regard.

10. SPARES, CONSUMABLES AND TESTING EQUIPMENT

i. Seller shall ensure that adequate spare parts, consumables and testing equipment are maintained for usage, repairs and replacement and ensure that they are available at all times throughout the maintenance period, so that the system functioning should not be affected due to shortage of spare parts/consumables.

ii. The cost of the consumables, spare parts and testing equipment is deemed to have been included in the Contract Price for the comprehensive maintenance in the price schedule.

iii. Seller shall at his own expense obtain, store and maintain in serviceable condition the required number of spare parts and consumable necessary to meet the Maintenance Standards.

11. Termination for Default

11.1 The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty (30) days written notice of default sent to the service provider and upon the Supplier’s failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole or in part:

(i) If the service provider fails to deliver any or all of the services within the time period(s) specified in the Contract; or

(ii) If the service provider fails to perform any other obligation(s) under the Contract.

11.2 On termination of the Contract for default, the security deposit of the Supplier will be forfeited.

11.3On termination of the Contract for default, action will be taken to black list the Supplier.

12. Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the Vendor, without giving compensation, if the Vendor becomes bankrupt or otherwise insolvent, provided that such

Page 16 of 52

Page 17: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

13. Termination for Convenience

13.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

13.2 Competent authority reserves the right to terminate or recall the tender at any time/stage due to administrative reason.

14. Resolution of Disputes : In the case of dispute or difference arising between the Purchaser and the Vendor relating to any matter connected with this contract, the same shall be settled through amicable negotiations between a maximum of Two (2) officers nominated by the Government of India and Two (2) employees nominated by the Vendor, failing which, the dispute shall be submitted to arbitration in accordance with the provisions of the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be final & binding. The language of arbitration shall be English. The venue of the conciliation and/or arbitration proceedings shall be in Delhi, India.

DEPUTY COMMISSIONER OF POLICE:PROV. & LOGISTICS, DELHI.

Page 17 of 52

Page 18: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER – 2A

SCOPE OF WORK TO BE UNDERTAKEN

1. GENERAL

1.1. Bidder has to provide Comprehensive Annual Maintenance Contract of all the existing signal/blinkers and its equipment’s including all the civil and electrical work required for the maintenance of signal/blinker.

1.2. At present there are six traffic ranges in Delhi Traffic Police. We have divided it into three parts i.e. two ranges in each part. Any bidder can quote their rates for two ranges (one part) or all the six ranges (three parts) of Traffic Unit for repair/maintenance of signals/blinkers, which is as under:-16.2.1.1 Southern Range and New Delhi Range.16.2.1.2 Eastern Range & Central Range.16.2.1.3 Western Range & Outer Range.

However, all bidders can bid for all above mentioned three parts of ranges as mentioned above and rates be quoted range wise. Detail of signals/blinkers installed in these ranges is enclosed at annexure “C-8”.

1.3. All signals / blinkers shall have three years comprehensive AMC. If services are found satisfactory, the CAMC of existing signal/blinkers can be further extended for a further period of two years on yearly basis on mutual consent and after obtaining approval of competent authority.

(A) The bidder shall provide guarantee for providing services beyond 02 years till the finalization of the new contract.

(B) If a bidder is rendered or declared unfit to carry out the services the other successful bidders shall have to mandatorily agree to service in public interest at the mutually agreed rates till alternate arrangement for the existing zone/range are made.

1.4. The bidder shall have to execute the maintenance work as per the I.R.C. standards.

1.5. The LEDs to be used for signals/blinkers should be of good quality of BIS/ISI standards and make of the LEDs shall be indicated by the bidders.

1.6. It shall be the responsibility of the firm to disconnect the electricity connections provided on non working signals/blinkers before submitting the bills regarding removal of unused signals/blinkers alongwith proof of electricity disconnection. In case of non disconnection, the firm shall be held responsible for future payments, if any to the respective DISCOM authorities at their own end.

1.7. Testing, commissioning, earthing of controllers and poles shall be the responsibility of the agency for maintenance of signals/blinkers and its repairs.

1.8. The preparation for the implementation of Intelligent Traffic Management System (ITMS) in Delhi is in progress, therefore, the scope of the work may be modified, altered or terminated if necessitated for any future modernization project of Delhi Police including Intelligent Traffic Management System (ITMS). The provisions of the contract as regards the number of signals to be maintained can also be altered or modified if it is considered necessary during the implementation of any modernization project of Delhi Police including Intelligent Traffic Management System (ITMS). The contract may be amended or completely scrapped, if so desired by the user in the interest of Government and implementation of Traffic Management System in the entire GNCT of Delhi.

1.9. All signal aspects (Poly carbonate/Mild Steel) and other items shall conform to the relevant Indian/International standards (BIS/ISI) etc.

1.10. The items used for repair/maintenance of traffic signals/blinkers should be of standard specifications and only round type (ISO/BIS/ISI or equivalent standards) LEDs/aspects of latest pattern be installed.

1.11. The successful bidder (s) shall always maintain highest available standards in respect of maintenance of signals/blinkers.

1.12. The successful bidder(s) have to use chamber for cable loop and all poles will be erected on screw and bolts with proper foundation while carrying out new replacement.

1.13. The successful bidder(s) will not lay claim to any area, jurisdiction or territory in any manner. They will work in accordance with the directions of Delhi Police.

1.14. Delhi Police shall set various formats for works/jobs to be undertaken by the successful bidder, for repair/synchronization/ maintenance/studies/cable replacement etc. at later stage, with the agreement contract. Delhi Police reserves the right to introduce the new formats or modify any format for the maintenance contract for any

Page 18 of 52

Page 19: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

improvement related to maintenance of traffic signals/blinkers in NCT of Delhi and the same should be acceptable by the bidder.

1.15. Bidder shall supply samples of aspects (MS/Polycarbonate/FRP/LED etc.), Cables and other items, as per standards prescribed in the tender terms and conditions, for technical evaluation during bidding process.

1.16. The contractor shall assist traffic police to identify the details of civic agencies which have damaged the cables and other traffic street furniture, so that the cost of such damages can be recovered subsequently on merits.

1.17. The contractor after executing the signaling work will ensure proper restoration of the road.

1.18. Bidders shall have static teams for each Traffic Range, consisting of one qualified graduate Engineer having Degree in Traffic Engineering/Electronics Engineering, with qualified ITI/Diploma Holder technician and helper along with driver of the vehicle. The staff so deployed in each Traffic Range should be well versed with good knowledge of the traffic conditions in NCT of Delhi and should be capable of designing the total signalization for intersections and areas. System integrator/Vendor should also be able to provide maintenance support to other make/brand equipments like Controller, reverse timer, inverter and necessary software etc. Further two graduate Traffic/Civil Engineers shall also be available with the Signal Maintaining Agency for assistance to undertake time study, traffic volume counts, traffic flow pattern etc. The Traffic Engineers should have thorough technical knowledge of the traffic signalling system installed world over and Indian cities. The works assigned by Delhi Traffic Police to the Traffic Engineers shall be undertaken in true letter & sprit. The staff deployed should have at least three years experience in repair/maintenance of signals/blinkers.

1.19. The bidder shall provide one maintenance mobile team for each Traffic Range consisting of one ITI/Diploma Holder, who possesses good knowledge of the traffic conditions with necessary and adequate supporting staff. This team should work in association with static team of the range. All the maintenance vehicles deployed by the vendor should be equipped with a GPS system & wireless sets/mobile phones for easy communication and necessary equipment for service/maintenance of cantilever pole and signal aspects as per requirement of Delhi Traffic Police for ensuring 100% uptime of traffic signals/blinkers in entire NCT of Delhi. The staff deployed should have at least three years experience in repair/maintenance of signals/blinkers.

1.20. The successful bidder(s) shall also provide One Emergency Response Team(s) consisting of technical manpower as mentioned in clause 1.19 above for mobile team in area of his responsibility during the night from 10 P.M. to 8 A.M to attend to any emergency repair of signal/blinker.

1.21. The Engineer/Emergency Response Team(s) shall log their attendance/presence in the Bio-metric system at 8.00 am daily at the time of start of duty in the ACsP/Traffic District offices. The Bio-metric system will be installed by Traffic Unit in all the offices of ACsP/Traffic Districts. The contractor shall provide the details of their staff deployed in the concerned Traffic Districts for updating the record in Bio-metric for making attendance. Similarly, at the time of closing of duty, all the Engineer/staff will mark their attendance through Bio-metric system for leaving the Traffic District office.

1.22. Maintenance of each and every signal/blinker including synchronized corridors and rectification of faults, on daily basis, shall be the responsibility of the contractor. The same fault should not be repeated at a particular signal/blinker junction without justified reason. The faults i.e. repair of partially functional LED, replacement of SMPS/Transformer, Damage replacement of cable, fixing of cable joints, repair of Count Down Timer (LED, capacitor & register) and auditory device once rectified by the Company may not be reported same fault again during the next 15 days at a particular signal/blinker otherwise the same shall be considered inefficiency on the part of the contractor. ACP/T/Distt. & T.I. concerned will submit the report regarding repeated fault of any signal/blinker.

1.23. The engineers of the contractor shall make all entries regarding any project work, i.e. modification/changes/repair/replacement/renovation and regular/periodic maintenance activities like fortnightly inspections, repairs/rectifications, servicing/cleanings, removal/providing of jointing/ termination kits, traffic engineering studies, Cycle timings, the record of the expenditure incurred on the signals/blinkers, monthly diary of faults etc. in the prescribed format/pro-forma in the History Sheet of the signal/blinker maintained at TI office and the same shall be verified by the concerned ACP/Traffic. The contractor shall keep a regular record of these maintenance activities at his own office also which shall be handed over to Delhi Traffic Police at the end of the contract. The contractor has also to maintain a digital History sheet of all signals/blinkers along with all relevant details and digital maps. The contractor shall also geo tag all the traffic signals/blinkers in the NCT of Delhi including new installation.

1.24. The bidder will not have any objection in carrying out experiment or any new technological innovation in the field of Traffic signals/blinkers by Delhi Police at any of the locations in their allocated areas of operation. The Delhi Police reserves the right to carry out these experiments on any technological innovations in the field of Traffic signals/blinkers along with any other party. The contractor shall not question any such decision of the department to allot the work to another agency/party.

1.25. Since there are new advancements and technologies coming up in traffic management, the successful bidder shall have to assist, allow access to signals, controllers by third party under the supervision of Delhi Police. Non co-operation or

Page 19 of 52

Page 20: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

delaying any work will be treated as a sabotage and shall invite strict action (under the Penalty clause No. 7.4) within the scope of RFP and without prejudice to other legal action contemplated on merits.

1.26. The successful bidder(s) shall intimate compulsorily the details of Program software & communication protocol and cards being used in the controller. Indicate the details regarding application software(s) to be utilized for achieving synchronization for the corridor optimization at isolated junctions and all relevant details be appended as Annexure - VI.

1.27. The contractor shall use a good quality, ISI Certified and auto-cut devices so that short-circuit and burning may be prevented effectively. Damages caused to the controller and cable by way of burning/high voltage/short-circuit will not be accepted and liable to be penalized under penalty clause.

1.28. Successful bidder shall be in possession of one digital cable fault finder/locater of International Fame Company.

1.29. The Bidder/Vendor shall ensure that flameproof FLP Glands are used whenever cables of Signals/Blinkers are jointed.

1.30. Any other work relating to traffic signal/blinker improvement/ modernization involving using new technology etc.

2. REPAIR/MAINTENANCE/RENOVATION/MODIFICATION OF SIGNAL/BLINKERS

2.1 Renovation/improvement/modification of signals/blinkers etc.

2.2 Replacement of old un-serviceable/out-dated/obsolete/damaged traffic light signal/blinkers.

2.3 The successful bidder(s) will make provision in the controller and pole as follows:-

(i) The signal maintenance agency should also maintain the foundation of the controller cabinet to prevent cable damage. No hole/cavity be left without protective cover.

(ii) The locking system of the controller cabinet should be inbuilt. It should not be an external lock which can easily be tampered with.

(iii) All the electric wires and cables should be properly routed inside the signal poles for avoiding short circuit. The top portion of signal pole should be properly covered and the cable should be concealed inside.

(iv) Vendor should supply/install the controller boxes having sufficient space to cater additional instrument/parts/gadget in these controller boxes.

(v) Timer display board should also be installed on all the existing signals where timers are not installed.

3. MAINTENANCE OF SIGNALS/BLINKERS

3.1 The Bidder shall quote for a comprehensive Annual Maintenance Contract of the existing signals/blinkers for a period of three years installed in the NCT of Delhi for the traffic management.

3.2 The prices shall be inclusive for the maintenance /repair/replacement of all type of existing controllers including their major/minor components, Digital Electronic Reverse Timers, pole, cantilever pole, aspects, inverter, electrical work, civil work or any other equipment, required for the operation of the signal/blinkers.

3.3 Presently existing hardware of approximately 1000 numbers of signals (647 signals without pedestrian signal & 373 traffic signals with pedestrian signal)( 4994 timers are installed on 980 signals), 470 traffic signals having 2212 auditory Devices, approx. 500 numbers of blinkers, 50 pedestrian signals & 67 Pelican signals are installed, Approx. 386 numbers of Inverters have been installed on various signals in the NCT of Delhi.

3.4 The maintenance contract shall include shifting of signals/blinkers due to civic works and removal of the signal/blinkers which are not required at a location.

3.5 The Bidder/Vendor shall have to undertake the following activities during the course of maintenance of signals/blinkers, including Vehicle Actuated, Auditory and Pelicans, irrespective of the make, manufacture or model of the same, as per the following schedule:

Page 20 of 52

Page 21: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

A. SIGNAL CONTROLLERS AT ISOLATED INTERSECTIONS OR WORKING IN SYNCHRONIZATION.

DESCRIPTION TIME

i. Inspection, Servicing, Cleaning etc. Fortnightly (after every 15 days).

ii Minor Repair/ Rectification of faults with all spare parts except damaged controllers due to accidents etc.

Not later than a day: To be extended by ACP/Traffic area after having brought to his knowledge, with justified reasons for delay.

iii Periodic adjustment of signal timings and check/ensure proper synchronization in the corridors.

1st Monday of every month or as and when required as per the directions of ACP/T, TI of the area/Senior Officers of Delhi Traffic Police. Working of synchronized corridors shall be checked and maintained by the contractor regularly. Name & mobile No. of engineer concerned who have cleaned/repair the signal on any particular day should also be uploaded on the fault monitoring software.

B. POLES & SIGNAL HEADS

i. Inspection, Servicing, Cleanings. Fortnightly. Report be given on prescribed format.

ii. Minor repair of poles & aspects due to accident etc.

Within two days.

C. CHANGE OF LEDs

i. Change of fused LEDs. a) Within Four (4) hours in case of Standard Poles

(b) Within Twelve (12) hours in case of Cantilever Poles of the report/complaint regarding repair/replacement of faulty LEDs or replacement of fused LEDs. If the complaint/report is received during night after 8 PM the same shall be attended the next day, on priority.

D. CABLES

i. Localizing of cable fault and repairs by way of jointing kits and termination kits etc.

Within two days after getting road cutting permission from ACP/T area or concerned authorities (whenever required).

E DAMAGE/REPAIR/REPLACEMENT WORKS OF SIGNALS/ BLINKERS DUE TO THEFT, ACCIDENT, NATURAL CALAMITIES ETC.

After getting the written direction from ACP/T-area, the contractor shall prepare and submit the work estimate (in triplicate) within two working days in the office of ACP/T/Area concerned. All such works should be completed within 15 days after the receipt of work orders.

F PAINTING OF POLES, CONTROLLER BOXES, SIGNAL HEADS (MS) ETC. AND WRITING SIGNAL NUMBERS.

Once in a year i.e. paintings on all poles, controller boxes and signal heads (MS) etc. (double coat) shall be done annually between 15 December to 15 January of each year or as per the specific directions of DCP/Traffic (HQ) without fail. The painting schedule, in this regard, shall be sent to Signal maintaining agencies as well as ACsP/TIs of the area by the office of DCP/Traffic (HQ) in due course of time. After painting, all the poles are to be numbered (junction wise) and name as well as code of the signal/blinker junction be mentioned on the front side of the controller, which should be visible from a distance.

3.6 LIABILITY OF THE BIDDER/VENDOR FOR MAINTENANCE OF SIGNALS/BLINKERS .

Page 21 of 52

Page 22: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

3.6.1. The Bidder shall provide a mobile unit team for the maintenance of signals/blinkers as per clause 1.19 of chapter 2. Every team should be well equipped with necessary equipment i.e. cable fault-finding machine and with wireless communication system. The Bidder/Vendor shall have direct communication with the field mobile team and the contractor’s office shall provide one wireless set, on the same frequency, in Traffic Control Room to be able to communicate with the contractor’s field staff. The contractor shall provide mobile phones to their field Engineers so that in case of any complaint, in emergent situations, they can be contacted immediately and atleast three vehicles fitted with Hydraulic or winch Type Ladder/Lifts.

3.6.2. Mobile teams shall be operating from 8 AM to 8 PM daily on all days, as all the complaints shall be reported to Traffic Control Room by 8 AM daily by the traffic field staff. The Traffic Control Room, on wireless/online, shall inform the contractor subsequently. Name & mobile No. of concerned engineer/staff should be displayed on fault monitoring system.

3.6.3. The Bidder/Vendor shall maintain all the signals/blinkers in his area of jurisdiction and ensure that all signals/blinkers work satisfactorily round the clock. It shall be the responsibility of the Bidder/Vendor contractor to deduct the amount of non-functional signals/blinkers giving the reasons thereof, at the time of submitting the maintenance bills.

3.6.4. Maintenance of each and every signal/blinker including synchronized corridors and rectification of faults, on daily basis, shall be the responsibility of the Bidder/Vendor. There should not be repeated fault at a particular signal/blinker junction, without justified reason. Repeated faults of the signals/blinkers shall be considered in-efficiency on the part of the Bidder/Vendor.

3.6.5. The contracting agency shall place a mobile team and set up a Control Room at Traffic Headquarter Todapur for 24*7 round the clock operation which shall be manned adjacent to Traffic Control Room, Todapur, Delhi (India-87) with dedicated telephone lines and wireless links where complaints shall be lodged by the Traffic Control Room and other field staff. It shall be the responsibility of the maintenance agency to receive and act on all the complaints and messages sent by any field staff to the Traffic Control Room. All such complaints shall be given a unique number for further references by the contractor. After collecting complaints, the mobile team stationed at Todapur or the district mobile teams shall start their operation, for corrective and preventive maintenance, checking each and every signal/blinker location(s) in their area of jurisdiction/operation and to attend emergency complaints. After attending to complaints/completion of round/putting up all the signals/blinkers in good working order, the teams of the contractor shall intimate the status/progress to ACP/TI area concerned through wireless/telephone/Control Room. The vendor should also deploy adequate personnel at Traffic Control Room Todapur, for monitoring signal/blinker complaints in co-ordination with Traffic Police officers at Todapur. Delhi Traffic Police shall also deploy one Traffic Police Personnel in each mobile maintenance vehicle for better monitoring and checking. After completing the repair/maintenance work same should be uploaded on computer system electronically with image of particular junction and staff also.

3.6.6 The Engineer/Emergency Response Team(s) shall log their attendance/presence in the Bio-metric system at 8.00 am daily at the time of start of duty in the ACsP/Traffic District offices. The Bio-metric system will be installed by Traffic Unit in all the offices of ACsP/Traffic Districts. The contractor shall provide the details of their staff deployed in the concerned Traffic Districts for updating the record in Bio-metric for making attendance. Similarly, at the time of closing of duty, all the Engineer/staff will mark their attendance through Bio-metric system for leaving the Traffic District office. (As mentioned at clause 2.21)

3.6.7 The Bidder/Vendor shall be responsible for lodging of complaints regarding power supply failure, energization of signals/blinkers with DISCOMs Offices, as the case may be, at once, under intimation to TI/ACP area. In case of any problem, the contractor’s Engineers can seek assistance of ACP/TI concerned for getting the power supply restored.

3.6.8 For the quarterly performance, a comprehensive certificate duly signed by TI/Circle and ACP/T area as per enclosed shall be furnished by the Bidder/Vendor along with monthly maintenance bills. This quarterly performance certificate/report would be the basis of billing for maintenance of signals/blinkers. The quarterly bills with relevant documentation duly verified by area traffic officers shall be accepted by Signal Cell/Traffic.

3.6.9 Successful bidder shall be liable to provide short term training to traffic staff in signal maintenance system.

CHAPTER – 3

SCHEDULE OF REQUIREMENT

LIST OF THE EQUIPMENTS TO BE COVERED UNDER CAMC

Page 22 of 52

Page 23: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

S. No. Description. Southern Range & New Delhi Range

Eastern Range & Central

Range

Western Range & Outer Range

Total Qty.

1. Comprehensive maintenance of all the Existing Signal/Blinkers (CAMC Items).

Part-A Part B Part-C (A+B+C)

1.1 Signals (Total 1003 signals with various devices as mentioned below)

432 226 345 1003

1.1.1 Signals without pedestrian 239 133 266 638

1.1.2 Signals with pedestrian 193 93 79 365

1.1.3 Timer (installed with 980 signals) 2145 1206 1559 4910

1.1.4 Pedestrian signals 40 05 15 60

1.1.5 Auditory Devices( Installed with 470 signals)

1175 (installed at 273 signals)

530 (installed at 97 signals)

502

(installed at 104 signals)

2207

1.1.6 Signals with pelican facility 56 06 06 68

1.2 Blinkers 178 143 181 502

1.3 Inverters at Traffic Junctions 157 94 128 379

1.4 Total LEDs approximately 15200 9000 11456 35,656

1.5 Miscellaneous

Note: -

(i) The above figures are indicative, however the successful bidder has to maintain all the signals/blinkers in his jurisdiction on as is where is basis.

(ii) Any other item/hardware/software/service required for the successful functioning of the proposed signal/blinker system shall be provided by the finally selected bidder within the quoted prices.

Page 23 of 52

Page 24: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER- 4

Technical specifications for comprehensive AMC of Signals/BlinkersSl. No. Description Specifications

1. MICROPROCESSOR BASED ROAD TRAFFIC SIGNAL CONTROLLER

1.1. HARDWARE: -

1.1.1. Design Modular & Scalable

1.1.2. CPU 32 Bit or better

1.1.3. Memory NVRAM (Built in)

1.1.4. System Clock Built in RTC with 10 years battery backup.

1.1.5. Supply Interruption Continuous Operation with Upto 50 ms Mains Break

1.1.6. Supply Failure Restarts without operator intervention. No Loss of data upto 10 years

1.1.7. Protection Auto Shut down on power fluctuation beyond limits and Auto Start up on restoration

1.1.8. Output switching Through solid state devices with zero cross over detection.

1.1.9. Input/Output isolation Output switching isolated from control circuit by optical isolation.

1.1.10. Police Control Panel ‘Output OFF’, Auto/Manual Step & ‘Flash’

1.2. PROGRAMMING FACILITY PC Compatible or ‘Built in Keyboard with LCD display’

1.2.1. Firmware update Through USB/RS232

1.2.2. Status monitoring and data logging Through USB/RS232

1.3. OPERATING PARAMETERS

1.3.1. Max. Number of signal groups Field assignable with 48 active and 16 passive lines.

1.3.2. Max. Number of stages 16 Stages

1.3.3. Max. Number of signal plans 25 cycle plan (plus one plan for manual operation)

1.3.4. Max. Number of Day plans 04 + 04 (Holiday plans)

1.3.5. Max. Number of plan transitions per day 48 cycle transitions

1.3.6. Max. Number of Holidays per annum 30

1.4. SIGNAL SEQUENCES a. Vehicular Groups

Red - Green - Amber

(Green can be Flash, Steady or

Steady & Flash)

b. Pedestrian Group

Red - Green - Red Flash

Red - Green - Green Flash

1.5. OPERATING MODES 1. Isolated

Page 24 of 52

Page 25: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

2. Coordinated

1.6. PROGRAMMABLE PARAMETERS The parameters can be programmed with applicability or specifically for the particular set.

Sr. No. Parameter Min. Max. Type

1a. Minimum Green 01 Sec 99 Sec Global

1b. Minimum Green Per Group Global Min. Green

99 Sec Specific

2a. Fixed Green 00 Sec 99 Sec Global

2b. Fixed Green Per Group Global Fixed Green

99 Sec Specific

3a. Amber Time 01 Sec 10 Sec Global

3b. Amber Time Per Group Global Amber Time

10 Sec Specific

4. Pedestrian Flash Time Global Amber Time

10 Sec Specific

5. All Red Time 01 Sec 25 Sec Global

6. Start Up All Red Time Global All Red Time

10 Sec Global

7. Start Up Flash Time 10 Sec 15 Sec Global

8. Cycle Time 30 Sec 255 Sec Global

9. Cycle Time Per Plan Global Cycle Time

255 Sec Specific

10. Cycle Monitoring Time(Check)

Global Cycle Time

255 Sec Global

1.7. SELF DIAGNOSTIC FEATURES - Hardware/Software Watchdog

-Through Watch Dog Timer

-System Failure Detection

-Software Compliance Monitor

-Protected Access to Critical Timings

-Program Data Checks

1.8. SPECIAL FEATURES

1.8.1. Conflict Monitoring

Inter Group

Intra Group

-Hardware through conflict matrix

-Software through module

Software Subsystem

1.8.2. FLASH Facility through hardware and software.

1.9. ELECTRICAL FEATURES

Page 25 of 52

Page 26: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

1.9.1. Lamp Switching Solid State with Zero Cross Over Detection

1.9.2. Max. Load Per Solid State Output 4 A

1.9.3. Max. Controller Load State Output 4 KVA

1.9.4. Max. Controller Load 4 KVA

1.10. OPERATING ENVIRONMENT

1.10.1. Operating Voltage 180 to 260 VAC & 50 1 Hz

1.10.2. Power Consumption 300 Watts for Control Circuits

1.10.3. Temperature 0ºC to 55ºC

1.10.4. Humidity 95% Relative Humidity at 40ºC Non Condensing.

1.10.5. Construction IP-65 or better standard incorporating following features also-Weather Proof, Vandal Proof, Dust & Splash Proof, Steel Cabinet-Passivated and Painted, cable entry points available , separate access to police panel controls

2. MICROPROCESSOR BASED PELICAN CONTROLLER

2.1. Hardware

2.1.1. CPU Micro Controller based

2.1.2. MEMORY EEPROM (Erasable Programmable Read Only Memory)

2.2. MODES OF OPERATION 1. Fixed2. Pedestrian Demand Actuated3. Flashing

2.3. PROGRAMMABLE PARAMETERS

2.3.1. Maximum no of Signal plans 1 to 8

Selectable by the operator through the DIP switch;

Applicable only for the auto mode.

2.3.2. Maximum cycle time 255 Seconds

2.3.3. Power on flash period (a) 5 to 10 secs.

2.3.4. Power on all red (b) 02 to 10 secs.

2.3.5. During ‘power on reset’ (a) and (b) are executed and ‘on reset only’ (b) is executed

2.4. OTHER PARAMETERS

2.4.1. Vehicular Green period 3 to 150 secs.

2.4.2. Vehicular Amber period 01 to 15 secs.

2.4.3. Pedestrian Green period 3 to 60 secs.

2.4.4. Red flash period 03 to 15 secs.

2.4.5. All Red period 01 to 25 secs.

2.5. NO. OF SIGNAL GROUPS 2 Groups (1 Vehicle, 1 Pedestrian)

2.5.1. Signal Sequence for Vehicular Group Red – Amber – Green

2.5.2. Signal Sequence for Red – GreenPage 26 of 52

Page 27: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

Pedestrian Group

2.6. INPUTS Push button for pedestrian demand. DIP switch (Dual in Line Package) for plan selection A DIP switch to select the auto/demand mode of operation. A reset switch upon pressing of which the program

restarts.2.7. OUTPUTS Vehicle and pedestrian signal groups.

‘Wait’, ‘Cross’, ‘Cross with care’, ‘Do not begin to cross’ indications for the pedestrian.

A LED indication on the CPU to indicate the conflict condition.

2.8. OUTPUT SWITCHING Solid state switches with zero cross over, output isolated from the input by Opto -isolation.

2.9. MAXIMUM LOAD PER SWTICH 400 W/800 W Lamp load.

2.10. PROTECTION CONDITION The system is shut off on sensing any conflict condition both inter and intra groups.

2.11. POWER SUPPLY 230 V AC, 50 Hz

2.12. ENVIRONMENTAL

2.13. OPERATING TEMPERATURE 0 to 55 Degree Centigrade

2.14. HUMIDITY 95% RH at 40 Degree Centigrade.

2.15. MECHANICAL IP-65 or better standard incorporating following features also-Weather Proof, Vandal Proof, Dust & Splash Proof, Steel Cabinet-Passivated and Painted, cable entry points available

3. SOLID STATE BLINKER CONTROLLER

3.1. HARDWARE

3.1.1. Crystal Controlled Solid State Flasher

Circuit.

3.1.2. Output Switching Through Solid State Devices

3.1.3. Input/Output Isolation Output switching isolated from electronic control circuit by opto- isolation

3.1.4. Selection of Flash Rates DIP Switches

3.1.5. Selection of Duty Cycle DIP Switches

3.2. FEATURES

3.2.1. Modes Automatic operation

3.3. FUNCTIONAL 1. Flashing Rate available at 50% Duty

Cycle

- 50 Flashes/minute

- 60 Flashes/minute

- 80 Flashes/minute

- 100 Flashes/minute2. Variable Duty Cycle available for 50 and 60

Page 27 of 52

Page 28: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

Flashes/minute

- 30% ON/70% OFF

3.4. ELECTRICAL

3.4.1. Signal Switching Solid State, with Opto-isolation

3.4.2. Lamp 300mm dia LED

3.4.3. Power Supply Solar based 12 VDC, +/- 20% Or 230 VAC, +/-10%, 50 Hz

3.4.4. Ambient Temperature 0° to 55°C

3.4.5. Humidity 95% at 40°C

4. DIGITAL ELECTRONIC REVERSE TIMER

4.1.

4.1.1. CPU Micro controller based.

4.1.2. Input Signal Lamp drive input (Red, Amber, and Green) derived from main signal group of a Fixed Time Traffic Controller

4.1.3. Input sensing time 2 to 3 Cycles

4.1.4. Sensing sequence Activated only at the start of Green signal stage. Recording of signal stage timing in first cycle, confirmation of timing in second/verification in the third cycle & display of balance timing in fourth cycle.

4.1.5. Output Display i) VEHICULAR:

Balance time in seconds, for individual signal stage (Red, Amber, Green). Flashing "000" during initial 2 to 3 cycles or Plan change or All Red or Start Up Flash mode.

ii.) PEDESTRIAN:

Balance time in seconds, for Pedestrian Green stage. Balance display during Pedestrian Red stage.

4.1.6. Display type 2 ½ digit, 8” x 6” digit size LED display, comprising of high efficiency red LEDs.

4.1.7. Input Voltage 230VAC ± 10%, 50Hz, single phase

4.1.8. Input Power 30 VA (min) to 100 VA (max).

4.1.9. Size(W x H x D) 610 x 375 x 135mm with 130mm hood on Top

4.1.10. Weight As per standard

4.1.11. Storage Temp 0°C to 75°C

4.1.12. Operating Temp 0°C to 55°C

4.1.13. Humidity 95% at 40°C (Non Condensing)

5. DUAL COLOUR DIGITAL ELECTRONIC REVERSE TIMER

5.1. CPU Micro controller based.

5.2. Input Signal Lamp drive input (Red, Amber, and Green) derived from main

Page 28 of 52

Page 29: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

signal group of a Fixed Time Traffic Controller

5.3. Input sensing time 2 to 3 Cycles

5.4. Output Display Dual Colored (Red & Green)

5.5. Sensing sequence Activated only at the start of Green signal stage. Recording of signal stage timing in first cycle, confirmation of timing in second/verification in the third cycle & display of balance timing in fourth cycle.

5.6. Output Display i.) VEHICULAR:Balance time in seconds, for individual signal stage (Red, Amber, and Green). Flashing "000" during initial 2 to 3 cycles or Plan change or All Red or Start Up Flash mode.

ii.) PEDESTRIAN:

Balance time in seconds, for Pedestrian Green stage. Balance display during Pedestrian Red stage.

5.7. Display type 2 ½ digit, 8” x 6” digit size LED display, comprising of high efficiency red & green LEDs.

5.8. Input Voltage 230VAC ± 10%, 50Hz, single phase

5.9. Input Power 30 VA (min) to 100 VA (max).

5.10. Size (W x H x D) 360 x 370 x 220mm with 130mm hood on Top

5.11. Weight As per standard

5.12. Storage Temp 0°C to 75°C

5.13. Operating Temp 0°C to 55°C

5.14. Humidity 95% at 40°C (Non Condensing)

6. LED RETROFITS

6.1. VEHICULAR (RED) LED ASPECT

6.1.1. Led Viewing Angle 23

6.1.2. Led Forward Current 20mA

6.1.3. Total Number of LED's 190 Nos. (Minimum)

6.1.4. Intensity of LED Aspect 260Cd (Minimum)

6.1.5. Total Power Consumption Maximum 10W

6.2. VEHICULAR (AMBER) LED ASPECT

6.2.1. Led Viewing Angle 23

6.2.2. Led Forward Current 20mA

6.2.3. Total Number of LED's 190 Nos. (Minimum)

6.2.4. Intensity of LED Aspect 380Cd (Minimum)

6.2.5. Total Power Consumption Maximum 10W

6.3. VEHICULAR (GREEN ARROW) LED ASPECT

6.3.1. Led Viewing Angle 23

Page 29 of 52

Page 30: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

6.3.2. Led Forward Current 10mA

6.3.3. Total Number of LED's 66 Nos. (Minimum)

6.3.4. Intensity of LED Aspect 100 Cd (Minimum)

6.3.5. Total Power Consumption Maximum 4W

6.4. PEDESTRIAN (RED) LED SIGNAL ASPECT

6.4.1. Led Forward Current 20 mA

6.4.2. Total Number of LED's 48 Nos ( Minimum )

6.4.3. Total Power Consumption Maximum 4W

6.4.4. Intensity of LED Aspect 65 Cd ( Minimum )

6.5. PEDESTRIAN (GREEN) LED SIGNAL ASPECT

6.5.1. Led Forward Current 10 mA

6.5.2. Total Number of LED's 48 Nos. ( Minimum )

6.5.3. Total Power Consumption Maximum 4W

6.5.4. Intensity of LED Aspect 45 Cd ( Minimum )

6.6. GENERAL

6.6.1. Input Voltage 170V AC - 260 V AC/12 VDC

6.6.2. Protection Fire Retardant, Glass Epoxy, FR4 Printed Circuit Board with protective cover and plain Polycarbonate Lens

6.6.3. Surge Protection Built in regulated Power supply with surge suppressor & over current/ over voltage protection

6.6.4. PIV Protection Reverse/Over voltage Protection for LED Chains Operating Temperature: O Degree Celsius to 55 Degree Celsius

6.6.5. Wave Length 640 ± 5nm (Red), 595 ± 4nm (Amber), 505 ± 4nm (Green)

6.6.6. Power Factor > 0.9

6.6.7. Operating Temperature 0 to 55 C

6.6.8. Humidity 95%

6.6.9. Diameter 300 mm diameter

7. POWER SUPPLY

7.1.1. Type 3 core 2.5 sq. mm, Copper, Armoured, under ground cable

7.1.2. Conductor material Bare Copper

7.1.3. Insulating material PVC type – A

7.1.4. Insulation thickness 0.80 mm

7.1.5. No. of cores/pairs/triads as per requirement

7.1.6. Inner sheath :-

i. Materialii. Thicknessiii. Colour

PVC type st – 1

Page 30 of 52

Page 31: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

0.50 mm

Black

7.1.7. Armour wire 1.40 mm

7.1.8. Outer sheath :-

i. Materialii. Thicknessiii. Colour

PVC type st – 1

1.80 mm

Black

7.1.9. Maximum outer diameter 16.40 mm + /- 1.00 mm

7.1.10. Tolerance +/- 05 % of the ordered Length

7.1.11. Test & applicable standards IS:8130, IS:5831, IS:3975 & IS:1554 part1

7.1.12. Sp. Information/ highlights Cable Resistance at 20 Deg Centigrade : <12.1 ohm/km

7.1.13. Other details Insulation Res: >100 mega ohm/km (cable should be flame retardant)

8. ARMOURED CONTROL CABLES

8.1. Type 1.5 sq. mm Multi core (4, 7, & 14), Copper, Armoured, under ground cable

8.2. Conductor material Bare Copper

8.3. Insulating material PVC type – A

8.4. Insulation thickness 0.80 mm

8.5. No. of cores/pairs/ triads as per requirement

8.6. Inner sheath: -

a. Materialb. Thicknessc. Colour

PVC type st – 1

0.50 mm

Black

8.7. Armour wire 1.40 mm

8.8. Outer sheath :- i Material

ii Thickness

iii Colour

PVC type st – 1

1.80 mm

Black

8.9. Maximum outer diameter 16.40 mm + /- 1.00 mm

8.10. Tolerance +/- 05 % of the ordered Length

8.11. Test & applicable standards IS:8130,IS:5831,IS:3975 & IS:1554 part-1

8.12. Sp. Information/ highlights C.R. at 20 deg. C:<12.1 ohm/km

8.13. Other details Insulation res:>100 mega ohm/km (cable should be flame retardant)

9. ARMOURED CONTROL CABLES

9.1. Type 0.5 sq. mm Multi core (4, 7, & 14), Copper, Armoured, under

Page 31 of 52

Page 32: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

ground cable

9.2. Conductor material Annealed Copper

9.3. Insulating material PVC type – A

9.4. Insulation thickness 0.60 mm

9.5. No. of cores/pairs/ triads as per requirement

9.6. Outer sheath :-

i Material

ii Thickness

iii Colour

PVC type st – 1

1.2 mm

Black

9.7. Voltage Rating 1100 Volts

9.8. Current Rating 4 Amps

9.9. High Voltage Test 3 KVA for 5 Minutes

9.10. Test & applicable standards IS:694 – 1990

9.11. Conductor Resistance 39 Ω/Km at 20 ºC (Max)

10. CABLE LAYING ON PAVEMENT AND ON SOFT SURFACE

Trenching of earth 3 feet depth for laying of cable under pavement and soft surface, laying of sand & bricks for cable protection, laying of cable and refilling and leveling the trenches with the excavated materials.

11. SUPPLY AND LAYING OF PIPES BELOW ROAD CARRIAGEWAY

Road cutting and laying of suitable dia NP2 class HDPE/GI pipes 3 feet deep in trenches from road surface, for drawing of cable, and refilling the same with the excavated materials.

12. STANDARD POLE

12.1. DIMENSION Length - 4000 MM

Diameter - 115 MM

Wall thickness - 4.5 MM

12.2. MATERIAL Mild Steel (M.S) Tubular Pipe ( B-Class) as per IS-1239 (Part-1)-193

12.3. BASE PLATE Size 200 MM x 200 MM x 12 MM thick welded to the bottom of the signal pole.

12.4. PAINT Pole painted with two coats of primer.

13. CANTILEVER POLE

13.1. DIMENSION Length - 6500 MM

Wall thickness - 4.5 MM

Over hang - 3 M

13.2. MATERIAL Mild Steel (M.S) Tubular Pipe (B-Class) as per IS-1239 (Part-1)-193

13.3. BASE PLATE Size 400 MM x 400 MM x 16 MM thick welded to the bottom of

Page 32 of 52

Page 33: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

the signal pole

13.4. PAINT Pole painted with two coats of primer and in addition bituminous painting for other bottom 1.5 M portion of pole.

14. CANTILEVER AND STANDRAD POLE FOR NEW INSTALLATION OVERHANG DUE TO THEFT, ACCIDENT, NATURAL CLAMITY ETC.

4.5 Mtrs, 6 Mtr and 9 Mtrs depending upon the width of the road for new installation. All standard poles and cantilever poles shall be invariably installed on a RCC foundation with proper base plate. The specifications of the RCC foundation as follows:-

14.1. Type Length Width Depth Bolts 8 mm Rings

16 mm Rods

C/L Pole 600 mm 600 mm 1500 mm 25 mm/8 Nos 8 Nos 12 Nos

STD Pole 450 mm 450 mm 900 mm 19 mm/4 Nos 4 Nos 8 Nos

15. AUDITORY DEVICE Auditory Device having Beep voice with regulator for adjusting noise. Having facility for timely switch on & switch off as per requirement.

16. INVERTER

16.1. INVERTERS (Per Unit)

WITH SUITABLE CABINET & LOCKING DEVICE

a) Supply of Inverter 500 VA (Input - 168 - 270 V, C-60V DC, Single Phase, Frequency=50 Hz, with ISO certification and Sealed Maintenance Free (SMF) battery Backup for 24 Hours, with all accessories/material.

b) Supply of Inverter 750 VA (Input - 168 - 270 V, C-60V DC, Single Phase, Frequency=50 Hz, with ISO certification and Sealed Maintenance Free (SMF) battery Backup for 24 Hours), with all accessories/material.

c) Supply of Inverter 1 KVA (Input - 168 - 270 V, C-60VDC Single Phase, Frequency=50 Hz, with ISO certification and Sealed Maintenance Free (SMF) battery Backup for 24 Hours), with all accessories/material.

d) Supply of Inverter 2 KVA (Input - 168 - 270 V, C-60VDC Single Phase, Frequency=50 Hz, with ISO certification and Sealed Maintenance Free (SMF) battery Backup for 24 Hours), with all accessories/ material.

e) Supply of ISO certification and Sealed Maintenance Free (SMF) battery for Inverter 12V, 72 AH.

Page 33 of 52

Page 34: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER-5

PROFORMA FOR PRICE SCHEDULE

(Bidder should fill the Commercial bid in excel sheet on CPP Portal)

TENDER FOR AWARDING COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR TRAFFIC LIGHT SIGNALS/BLINKERS ALONG WITH REQUIRED EQUIPMENT IN THE NATIONAL CAPITAL TERRITORY OF DELHI

(TRAFFIC UNIT)

Date of Opening : ____________ Time: _______ Hours

We _________________ hereby certify that we are established firm having workshop at _______________________________ which are fitted with modern equipment and professionals as per Delhi Traffic Police requirement, able to give maintenance support to Signal/blinkers & its equipments installed for Traffic management at NCT of Delhi as per schedule of requirement chapter-4.

Sl. No. Description of Items Qty.

Years of CAMC

Basic CAMC Price per Unit per year including other Govt. Levies (excl. GST) and incidental charges

(In Indian Rupees)

GST on the CAMC price per

unit per year

GST on Col. E

(In Indian Rupees)

Total extended price of CAMC for two years

including govt. Levies, incidental charges and GST

Col. C X D (E+F)

(In Indian Rupees)

A B C D E F G

1 PART – A

(MAINTENANCE RATES OF SIGNALS/ BLINKERS- SOUTHERN RANGE AND NEW DELHI RANGE )

1.01 Signals without pedestrian

2393

1.02 Signals with pedestrian

1933

1.03 Timer 21453

1.04

Pedestrian signals 403

Page 34 of 52

Page 35: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

1.05 Auditory Devices 11753

1.06 Signals with pelican facility

563

1.07 Blinkers 1783

1.08 Inverters at Traffic Junctions

1573

1.09 Total LEDs approximately

152003

TOTAL PART-A

2 PART – B

(MAINTENANCE RATES OF SIGNALS/BLINKERS-EASTERN AND CENTRAL RANGE)

2.01 Signals without pedestrian

1333

2.02 Signals with pedestrian

933

2.03 Timer 12063

2.04 Pedestrian signals 053

2.05 Auditory Devices 5303

2.06 Signals with pelican facility

063

2.07 Blinkers 1433

2.08 Inverters at Traffic Junctions

943

2.09 Total LEDs approximately

90003

TOTAL PART-B

3 PART – C

(MAINTENANCE RATES OF SIGNALS/BLINKERS- WESTERN AND OUTER

Page 35 of 52

Page 36: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

RANGE)

3.01 Signals without pedestrian

2663

3.02 Signals with pedestrian

793

3.03 Timer 15593

3.04 Pedestrian signals 153

3.05 Auditory Devices 5023

3.06 Signals with pelican facility

063

3.07 Blinkers 1813

3.08 Inverters at Traffic Junctions

1283

3.09 Total LEDs approximately

114563

TOTAL PART-C

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard EXCEL Sheet of Price Schedule format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the EXCEL Sheet of Price Schedule file from Central Public Procurement Portal website: https://eprocure.gov.in/eprocure/app, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Standard EXCEL Sheet of Price Schedule format file is found to be modified by the bidder, the bid will be rejected.

(Signature and seal of Bidder)

Dated: --------------------------------

Page 36 of 52

Page 37: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

PART – D

ITEM/EQUIPMENT-WISE RATES OF NEW SIGNALS/BLINKERS FOR INSTALLATION DUE TO THEFT, ACCIDENT, NATURAL CLAMITY ETC. (To be considered in all three parts i.e A,B & C)

This is for information only

Sl. No.

Description of Items

1. MICROPROCESSOR BASED ROAD TRAFFIC SIGNAL CONTROLLER (As per S.No. 1 of Technical specifications)

2. MICROPROCESSOR BASED PELICAN CONTROLLER CONTROLLER (As per S.No. 2 of Technical specifications)

3. SOLID STATE BLINKER CONTROLLER (As per S.No. 3 of Technical specifications)

4. DIGITAL ELECTRONIC REVERSE TIMER (As per S.No. 4 of Technical specifications)

5. DUAL COLOUR DIGITAL ELECTRONIC REVERSE TIMER (As per S.No. 5 of Technical specifications)

6. LED RETROFITS (As per S.No. 6 of Technical specifications)

6.1 VEHICULAR (RED) LED ASPECT (S.No. 6.1)

6.2 VEHICULAR (AMBER) LED ASPECT (S.No. 6.2)

6.3 VEHICULAR (GREEN ARROW) LED ASPECT(S.No. 6.3)

6.4 PEDESTRIAN (RED) LED SIGNAL ASPECT(S.No. 6.4)

6.5 PEDESTRIAN (GREEN) LED SIGNAL ASPECT(S.No. 6.5)

7. POWER SUPPLY (As per S.No. 7 of Technical specifications)

8. ARMOURED CONTROL CABLES (As per S.No. 8 of Technical specifications)

9. ARMOURED CONTROL CABLES (As per S.No. 9 of Technical specifications)

10. CABLE LAYING ON PAVEMENT AND ON SOFT SURFACE (As per S.No. 10 of Technical specifications)

11. SUPPLY AND LAYING OF PIPES BELOW ROAD CARRIAGEWAY (As per S.No. 11 of Technical specifications)

12. STANDARD POLE (As per S.No. 12 of Technical specifications)

13. CANTILEVER POLE (As per S.No. 13 of Technical specifications)

14. CANTILEVER AND STANDRAD POLE

(As per S.No. 14 of Technical specifications)

15. AUDITORY DEVICE (As per S.No. 15 of Technical specifications)

16. INVERTER (As per S.No. 16 of Technical specifications)

Page 37 of 52

Page 38: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER-6

Contract Form

CONTRACT No. --------------------------------

This Contract made on the ------- day of ------------, (hereinafter referred to as the “Contract Date”) between the President of India acting through the Deputy Commissioner of Police, Prov. & Logistics, Delhi- (hereinafter referred to as the “Purchaser” which term will include its representatives, successors and permitted assignees) of the one part and M/s ------------------------------------------, a Company incorporated under the Companies Act, 1956 and having its office at ------------------------------------------------------------------------------------- (hereinafter referred to as the “Contractor” which term will include its representatives, successors and permitted assignees) of the other part.

WHEREAS A. The Purchaser is desirous to procure -------- (hereinafter referred to as the “AMC service”) for Delhi

Traffic Police and had sought a commercial offer for the maintenance of the system.

B. With respect to the enquiry issued by the Purchaser ---------------------------------------------------------, the Supplier had submitted its Commercial Bid dated -----------------

C. The Purchaser has accepted the Supplier’s Commercial offer read with the clarifications/confirmation (if any) submitted by the Supplier vide letter ----------- for the repair/maintenance of signals/blinkers of Delhi Traffic Police, at a total cost of Indian Rs.-----------/- (Indian Rupees -------------------------only).

NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows:

1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning as respectively assigned to them in the conditions of Contract herein.

2. CONTRACT DOCUMENTS: The following documents, (each a “Contract Document” and collectively, the “Contract Documents”) are hereby expressly incorporated into this Contract and shall form and be read and construed as part of this Contract viz: -

Exhibit-A: Tender enquiry No.-------------------- dated ---------------------

Exhibit-B: Contractor’s commercial offer dated ---------------------

Exhibit-C: Contractor’s written clarification and confirmation letter dated -----(if any)

Exhibit-E: Purchaser’s Letter of Intent No----------/ ____/----------

Exhibit-F Contractor’s letter of acceptance dated--------

Exhibit-G Service Level Agreement (SLA)

Exhibit-H Copy of Contract Performance Security No……. dated …….

2.2 Order of Precedence: In case of conflict between the terms in this Contract and the Contract Documents, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail.

3. SCOPE OF WORK: As defined at Chapter-3 of this tender document.

4. CONTRACT PRICE

4.1 The prices for associated services is detailed specifically in the Contractor’s Commercial offer (Exhibit-B) read with Contractor’s written clarification and confirmation letter dated ----–------------------( Exhibit-C). The contract price is Indian Rs.-----------------/- (Indian Rupees --------------------- only). This price includes existing GST as applicable. Any new Government levies/taxes imposed in India after the Contract Date, which the Purchaser shall bear and pay at actual.

Page 38 of 52

Page 39: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

4.2 CONTRACT PERFORMANCE BANK GUARANTEE

5. PAYMENT SCHEDULE6. FORCE MAJEURE7. PATENT INDEMNIFICATION8. WAIVER9. ASSIGNABILITY10. SEVERABILITY11. GOVERNING LAW12. TERMINATION FOR DEFAULT13. TERMINATION FOR INSOLVENCY 14. TERMINATION FOR CONVENIENCE15. RESOLUTION OF DISPUTES

(The clauses 5 to 15 shall be according to the Conditions of Contract in Chapter-2)

16. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final expression of agreement between the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the Contract. This Contract may not be altered, amended, or modified except in writing, signed by the duly authorized representatives of both parties.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives as of the last day and year written below:

Signed by: Signed by:

Name: ------------------------ Name: ---------------------

Title: Title: -----------------------------------

Date: Date:

For and on behalf of The President of India For and on behalf of ------------------------------------------------------------------------------

Witness (a) Witness Signature: Signature:

Name: Name:

Address: Address: ----------------

Date: Date:

Page 39 of 52

Page 40: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER-7

( SERVICE LEVEL AGREEMENT )

SERVICE LEVEL AGREEMENT (SLA) BETWEEN TRAFFIC POLICE AND CONTRACTOR FOR ON-SITE COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF EXISTING SIGNALS/BLINKERS FOR 03

YEARS

TO MAINTAIN APPROXIMATELY 1000 NUMBERS OF SIGNALS (647 SIGNALS WITHOUT PEDESTRIAN SIGNAL & 353 TRAFFIC SIGNALS WITH PEDESTRIAN SIGNAL)( 4994 TIMERS ARE INSTALLED ON 980 SIGNALS), 470 TRAFFIC SIGNALS HAVING 2212 AUDITORY DEVICES, APPROX. 500 NUMBERS OF BLINKERS, 50 PEDESTRIAN SIGNALS & 67 PELICAN SIGNALS ARE INSTALLED, 35656, LEDs and APPROX. 386 NUMBERS OF INVERTERS HAVE BEEN INSTALLED ON VARIOUS SIGNALS IN THE NCT OF DELHI AND RELAYING OF FOUNDATION OF UPROOTED SIGNALS INSTALLED IN THE NCT OF DELHI I.E. INSPECTION, SERVICING, CLEANING, REPAIRS, PAINTINGS, RECTIFICATION OF FAULTS, LOCALIZING OF CABLE FAULTS AND REPLACEMENT OF CABLES AND WORN OUT PATRS OF POLES AND ASPECTS ETC. ON AS IS WHERE IS BASIS.

1. Availability of Services1.1 During the period of SLA the Contractor shall ensure the maintenance of Existing traffic signals/blinkers

and its equipments (as per chapter-4) at NCT of Delhi fully operational and keep an uptime of 95 % (ninety five percent).

2. Determination of Fault Duration 2.1 Fault duration as per following detail at a stretch shall be excluded from fault duration for the purpose of

calculating availability (uptime) of the connection:

(i) Same day from the time of booking/observing the fault of signal/blinker for the equipments.

3. Procedure of Fault Booking. 3.1 Delhi Police shall book the fault on an assigned telephone number (landline/mobile). Date and time of

booking of fault shall be taken as reference for purpose of calculation of duration of non- availability of service.

3.2 Status/fault report generated by Delhi Police (to the extent provided by the system) shall be taken as reference in situation where there is ambiguity about the time and nature of fault.

3.3 A fault docket number shall be provided by the Vendor on booking of faults.

4. Restoration of Faults4.1 On receipt of complaint, the Vendor shall make its best efforts to localize the fault and restore the same at

the earliest as per the time schedule. 4.2 The successful Bidder/Vendor shall maintain the fault record after clearance of fault (s) indicating action

taken to remove the fault and/ or reasons of failure. The Vendor shall maintain record of all the complaints regarding the items installed at the site.

4.3 Replacement partial or in full (including freight, insurance and other incidental charges) at site shall be met by the vendor as part of SLA.

4.4 The Vendor will have to provide on-site support for hardware, operating system, system software and network components under this SLA as per scope of work.

5. SLA penalties5.1 The successful bidder(s) may note that any traffic signal/blinker junction remaining non-

functional (wholly or partially) for more than 01 day will be viewed seriously. No maintenance charge shall be paid in case of non-functioning traffic signals and blinkers, wholly or partially for more than 01 day in a month unless there is a major fault. Apart from the above, a penalty of Rs.1,000/- per signal and Rs. 500/- per blinker shall be imposed on the maintenance agency and the same shall be recovered from the payment due to the maintenance agency through other maintenance bills.

Page 40 of 52

Page 41: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

5.2 Amount of the monthly penalty shall be adjusted against the monthly payment of Annual Maintenance Contract. The penalty shall be levied only on the basis of non-functional equipment.

5.3 Contact list of all operational representatives would be provided to Delhi Police for escalation as per need/requirements.

5.4 The competent authority keeps the right reserved to make any change, amendment, addition/deletion and enhancement in the SLA clause at the signing of agreement.

5.5 Sub-Committee will be formed by user unit and there shall be at least quarterly regular review by the Sub-Committee regarding the performance of the Contractor by Delhi Police. In case at any stage, it has been observed/found that the performance of the Contractor is unsatisfactory or discrepancies are found in the works carried out by the Contractor, Delhi Police, reserves the right to cancel the contract and black list the contractual firm(s) after giving due opportunity and forfeit the performance security.

5.6 Delay in meeting the deadline as mentioned for major repairs and delay in submission of work estimates, for first day after specified period of repair/installation & delay in submission of work estimate, will attract a penalty of 05% of the total billed amount for the first 07 days and 01% per day thereafter for delay of every subsequent day per signal/blinker subject to the condition that maximum 10% penalty of total billed amount. Date & Time of fault/repair should be displayed in fault monitoring system/software.

5.7 Submission of excessive/inflated bills and bills without completing the work and bills before making the signal/blinker functional shall attract a penalty of Rs. 50,000/-, which shall be recovered from the payment due to the contractual firm.

5.8 The maintenance agency shall ensure that no damages are caused to the public utilities/services located underground, at ground or overhead, while signal installation/maintenance/repair works are undertaken by them. Any damage caused and any subsequent liability arising out of that damage shall be the direct responsibility of the maintenance agency.

5.9 The competent authority keeps the right reserved to make any change, amendment, addition/deletion and enhancement in the penalty clause during the duration of agreement period.

Page 41 of 52

Page 42: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

CHAPTER –8OTHER STANDARD FORMS

ANNEXURE-C1

BIDDER PARTICULARS

(Enclose with Technical Bid)

1. Name of the Bidder :

2. Address of the Bidder :

3 Name of the Manufacturer(s) :

4. Address of the Manufacturer :

5. Name & address of the person :

to whom all references shall be

made regarding this tender

enquiry.

Telephone :

Fax :

e-mail :

Witness:

Signature Signature

Name Name

Address Designation

Date Company Seal

Date

Page 42 of 52

Page 43: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

ANNEXURE-C2

BID FORM

(Enclose with Technical Bid)

Date: ___/___/___

The Deputy Commissioner of Police

Prov. & Logistics,

Old Police Lines,

Delhi-110 054

Sir,

Having examined the Bid Documents of TENDER NO.________________

We, __________________________, offer for the new installation and to give comprehensive on-site Annual Maintenance for the Signal/Blinkers and its equipments of Delhi Police as per scope of work (chapter-2)

(Name of the Firm)

_________________________________________________________________

(Description of Stores and Services)

in conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Commercial Bid.

We undertake, if our bid is accepted, to award New Installation & Annual maintenance contract for Signal/Blinkers & its equipments of Delhi Police as per scope of work (chapter-2) as per the schedule specified in the Tender.

We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Scheduled Bank in a sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of six calendar months from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 7) and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities of work and/or split the total order among the Bidders and/or procure the services/ equipment under DGS&D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

Page 43 of 52

Page 44: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

ANNEXURE – C3

CHECK LIST - TECHNICAL BID

(Enclose with Technical Bid)

S.No Description Remarks of bidder

1. Have you purchased the tender document? Yes/No

2. Have you furnished bidder’s particulars as per chapter-8 Annexure-C1? Yes/No

3. Have you furnished Bid Form (chapter-8, Annexure-C2)? Yes/No

4. Have you furnished tender fee demand draft? (Only who did not purchase the tender document) (chapter-1, clause-3)

Yes/No

5. Have you furnished Bid security (Earnest Money)? (chapter-1, clause-4) Yes/No

6. Do you fully comply with the scope of work (chapter-2) Yes/No

7. Do you agree with the list of equipments to be covered under AMC Chapter-3) Yes/No

8. Have you uploaded the details as per (chapter-1, clause-5.2) Yes/No

9. Have you furnished copy of the valid certificate of enlistment from the Central Purchase Organization (eg. DGS&D, NSIC, MSE, MSME). If seeks any exemption.

Yes/No

10. Have you enclosed Tax registration and Clearance certificates? (chapter-1, clause-5.5

Yes/No

11. Have you enclosed latest Income Tax Clearance Certificate (chapter-1, clause-5.6)

Yes/No

12. Have you signed and sequentially numbered each page of your Bid? Yes/No

13. Have enclosed the certificate as per chapter-1, clause 12.3? Yes/No

14. Have you noted the contents of Contract Form? (Chapter 7) Yes/No

15. Have you submitted tender acceptance letter (chapter-8,annexure-C7) Yes/No.

16. Have you enclosed undertaking regarding breach of security (chapter-1, clause-14)

Yes/No.

17. Have you enclosed undertaking regarding acceptance of work distribution (chapter-1 clause 15.3)

Yes/No.

ANNEXURE- C4

Page 44 of 52

Page 45: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

BID LETTER

(Enclose with Commercial Bid)

To

The Deputy Commissioner of Police,

Prov. & Logistics,

Old Police Lines,

Delhi-110054.

Ref: Tender for awarding comprehensive Annual Maintenance Contract for 02 years for Signal/Blinkers of Delhi Police

Sir,

We declare:

1. a) That we are reputed organization able to provide maintenance support to the Signal/Blinkers and other Controllers installed for the Traffic management in the NCT of Delhi.

b) That we /our principals are equipped with adequate machinery for maintaining AMC for Signal/Blinkers of Delhi Police as per scope of work (chapter-2) and that our factory is open for

inspection by your representatives.

2. We hereby offer to work as per scope of work (chapter-2) at the prices and rates mentioned in the Commercial Bid at Chapter 6.

3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the comprehensive on-site annual maintenance for 03 years as per scope of work (chapter-2) shall be given within stipulated period from the date of Award of Contract, and that we shall perform all the incidental services as per contract.

4. The prices quoted are inclusive of all charges up to the effect of contract.

5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List.

6. We agree to abide by our offer for a period of six calendar months from the date fixed for opening of the financial Bids and that we shall remain bound by a communication of acceptance within that time.

7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to give AMC as per these terms and conditions.

8. Certified that the Bidder is:

a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor.

or

a partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney.

Or

Page 45 of 52

Page 46: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

a company and the person signing the tender is the constituted attorney.

NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the person authorized to sign the tender document.

9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding Contract between us.

Dated this ___________day of____________2020.

Signature of the Bidder

Details of enclosures: Full address:

Telephone/Fax No.

Mobile No.

Page 46 of 52

Page 47: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

ANNEXURE-C5

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE(To be stamped in accordance with Stamp Act)

Bank Guarantee No___________ Date__________

Ref________________________

To,

The Deputy Commissioner of Police,

Prov. & Logistics,

Old Police Lines,

Delhi-110 054

Dear Sir,

In consideration of the Dy. Commissioner of Police (Prov. & Logistics), Delhi (hereinafter referred to as the ‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assignees) having awarded to M/s___________________ with its Registered/ Head Office at_____________ (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees), a Contract by issue of the Purchaser’s letter of intent No._______ dated __/__/____ entering into a formal contract to that effect with the Purchaser on ___________vide Agreement No._________(hereinafter referred to as the “Contract”) and the Contractor having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract equivalent to_______*_______Ten percent of the said value of the Contract to the Purchaser.

We_________________________________ (Name & Address of the bank) having its Head office at______________________(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees) do hereby guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by the Contractor to the extent of Rs____*____as aforesaid at any time upto ________________ (day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractors, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.

Page 47 of 52

Page 48: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor’s liabilities. We undertake to pay to the Government any amount so demanded by the Government, notwithstanding.

a) any dispute or difference between the Government or the Contractor or any other person or between the Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration relating thereto; or

b) the invalidity, irregularity or un-enforceability of the contract; or

c) in any other circumstances which might otherwise constitute discharge of this Guarantee, including any act of omission or commission on the part of the Government to enforce the obligations by the Contractors or any other person for any reason whatsoever.

We, the Bank further agree that the guarantee herein contained shall be continued on and remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

We_______________________________________ hereby agree and undertake that any claim (indicate the name of the bank) which the Bank may have against the Contractor shall be subject and subordinate to the prior payment and performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written consent of the Government exercise any legal rights or remedies of any kind in respect of any such payment or performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of the Government with it.

Notwithstanding anything contained herein above our liability under this guarantee is limited to total amount of Rs______*______and it shall remain in force upto and including__________**_________and shall be extended from time to time for such further period as desired by M/s____________________ on whose behalf this guarantee has been given.

Dated this ____________day of______________2020___________ at

WITNESS

(Signature)_____________ (Signature)_____________________

(Name)__________________________

NAME____________________ (Banker’s Rubber Stamp)_________

(Official address)____________________

Attorney as per Power of Attorney_________

* This sum shall be ten percent (10%) of the Contract Price.

** The date will be 03 (three) year and two months from the date of award of the contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in India.

Page 48 of 52

Page 49: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

Annexure – C6

CHECK LIST - COMMERCIAL BID

(Enclose with Commercial Bid)

S.No Description Remarks of bidder

1. Have you furnished the Bid Letter? (Chapter 8, Annexure C 4) Yes/No

2. Have you filled in the Price Schedule in EXCEL Sheet? (Chapter 5) Yes/No

3. Have you quoted for all the items as per Chapter-3 and Price schedule (chapter-5) Yes/No

Page 49 of 52

Page 50: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

Annexure – C7

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

(Enclose with Technical Bid) Date:_________

To,

The Deputy Commissioner of Police,

Prov. & Logistics,

Old Police Lines, Delhi-110 054

Sub: Tender for Awarding AMC of the existing Traffic Signal/Blinkers and its other supporting equipments for traffic management of NCT of Delhi.

Tender Reference No: ________________________

Name of Tender / Work: - Tender for New installation and awarding comprehensive Annual Maintenance Contract for approximately 1600 traffic light signals/blinkers alongwith required equipment in the National Capital Territory of Delhi for the year 2020-21 for a period of three years

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely _________________________________________________________

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Page 50 of 52

Page 51: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

Annexure C-8.

Details of existing Signal/Blinkers for CAMC (PART-A) : Southern Range & New Delhi Range.

Sl.No. Comprehensive maintenance of all the Existing Signal/Blinkers

Signals (Total 432 signals with various devices as mentioned below)

01. Signals without pedestrian - 239

02.

Signals with pedestrian - 193

03.

Timer installed– 2145

04.

Pedestrian signals – 40

05.

Auditory Devices (Installed with 273 signals) - 1175

06.

Signals with pelican facility – 56

07.

Blinkers - 178

08.

Inverters at Traffic Junctions – 157

Details of existing Signal/Blinkers for CAMC (PART-B) : Eastern Range & Central Range.

Sl.No. Comprehensive maintenance of all the Existing Signal/Blinkers

1. Signals (Total 226 signals with various devices as mentioned below)

2. Signals without pedestrian - 133

3. Signals with pedestrian - 93

4. Timer installed. – 1206

5. Pedestrian signals – 05

6. Auditory Devices (Installed with 97 signals) - 530

7. Signals with pelican facility – 06

8. Blinkers - 143

9. Inverters at Traffic Junctions – 94

Details of existing Signal/Blinkers for CAMC (PART-C) : Western Range & Outer Range.

Sl.No. Comprehensive maintenance of all the Existing Signal/Blinkers

01.

Signals (Total 345 signals with various devices as mentioned below)

02.

Signals without pedestrian - 266

Page 51 of 52

Page 52: tender.delhipolice.gov.intender.delhipolice.gov.in/Content/Images/CMS/61599.docx  · Web viewOn-line bid is invited from reputed Bidder/Vendor for awarding Comprehensive Annual Maintenance

03.

Signals with pedestrian - 79

04.

Timer installed – 1559

05.

Pedestrian signals – 15

06.

Auditory Devices( Installed with 104 signals) - 502

07.

Signals with pelican facility – 06

08.

Blinkers - 181

09.

Inverters at Traffic Junctions – 128

Page 52 of 52