Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf ·...

125
Ref Number: CSML/Mobility/RFP/001 Date:09/03/2018 Cochin Smart Mission Limited Request for Proposals

Transcript of Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf ·...

Page 1: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

Ref Number: CSML/Mobility/RFP/001 Date:09/03/2018

Cochin Smart Mission Limited

Request for Proposals

Page 2: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

2

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

CSML/Mobility/RFP/001 Date: 09/03/2018

Cochin Smart Mission Limited (CSML) invites online bids from eligible bidders through website www.csml.co.in,

www.kochimetro.org and www.etenders.kerala.gov.in - under organization name – “Kochi Metro Rail Ltd.” for

“Implementation of Integrated Traffic Management System (ITMS) in Kochi”

The revised details are as under.

Sl.

No.

Event’s Name Information

1. Organization Cochin Smart Mission Limited (CSML)

2. Project Smart City Projects under Smart City Mission

3. NIT No. CSML/Mobility/RFP/001 dated 23/02/2018

4. Name of Work Implementation of Integrated Traffic Management System

(ITMS) in Kochi

5. Project duration 12 months + 5 Years O&M

6. Form of Contract and Class of

Contract

Open Tender two cover bidding (E- Tender)

National Competitive Bidding

7. Type of Quotation Item rate - BOQ based contract

8. Estimated Cost of the work Rs. 30 Crores (Rupees Thirty Crores Only)

9. Tender document Fee Rs. 17,770 (Rupees Seventeen Thousand Seven Hundred

Seventy Only) through Online e-Tendering Payment

Gateway only (https://etenders.kerala.gov.in)

10. Earnest Money Deposit (EMD) Rs. 5,00,000 (Rupees Five Lakh Only) in the form of Bank

guarantee issued by a scheduled commercial bank in India

11. Bid Document Downloading Start Date

9th March 2018

12. Last date for sending pre-bid queries 19th March, 2018 till 17:00 hrs. at [email protected]

13. Date, Time & Place of Pre-bid Meeting 20th March, 2018 at 15:00 hrs. Venue: Kochi Cochin Smart Mission Limited, 10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011,

India.

14. Last date of Online Submission of Bids 5th April 2018, till 17:30 hrs.

15. Last date of submission of EMD (Hard

copy) and Power of Attorney

5th April 2018, till 17:30 hrs.

16. Date & Time for Opening of Bids 9th April 2018, at 16:00 hrs.

17. Bid Validity 180 days

18. Officer Inviting Bids Managing Director, CSML

Page 3: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

3

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Sl.

No.

Event’s Name Information

19. Bid Clarification and Queries Addressed to

General Manager Email: [email protected]

-sd-

Managing Director

Cochin Smart Mission Limited

Page 4: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

4

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Table of Contents

1. INSTRUCTION TO BIDDERS ......................................................................................................................... 9

1.1. GENERAL INFORMATION AND GUIDELINES ....................................................................................................... 9

Purpose ................................................................................................................................................... 9

Consortium ............................................................................................................................................. 9

Sub-Contracting ................................................................................................................................... 11

Completeness of Bid ........................................................................................................................... 11

Proposal Preparation Costs ............................................................................................................... 11

Pre-bid Meeting and Queries ............................................................................................................. 11

Amendment of RFP Document .......................................................................................................... 12

Supplementary Information to the RFP ............................................................................................ 12

CSML’s Right to Terminate the Process .......................................................................................... 12

Site Visit and Verification of Information........................................................................................... 13

1.2. KEY REQUIREMENTS OF THE BID ................................................................................................................... 13

RFP Document/Tender Fee ............................................................................................................... 13

Earnest Money Deposit (EMD) .......................................................................................................... 13

1.3. BID SUBMISSION INSTRUCTIONS .................................................................................................................... 14

Bid Submission Format ....................................................................................................................... 14

Bid Submission Instructions ............................................................................................................... 14

Late Bid and Bid Validity Period ........................................................................................................ 16

Modification and Withdrawal of Bids ................................................................................................. 16

Non-conforming Bids ........................................................................................................................... 16

Language of Bids ................................................................................................................................. 17

Authentication of Bid ........................................................................................................................... 17

Acknowledgement of Understanding of Terms ............................................................................... 17

1.4. EVALUATION PROCESS ................................................................................................................................... 17

Bid Opening .......................................................................................................................................... 18

Evaluation of Technical Proposal ...................................................................................................... 19

Evaluation of Pre-Qualification Proposals ......................................................................................................... 19

Further Evaluation of Technical Proposals ........................................................................................................ 20

Financial Proposal Evaluation ........................................................................................................... 21

Pre-Qualification Criteria ...................................................................................................................... 22

Technical Evaluation Criteria (Supporting documents to be attached) ............................................. 24

Eligible Goods and Services, and OEM Criteria.................................................................................... 25

1.5. AWARD OF CONTRACT .................................................................................................................................... 26

Award Criteria ....................................................................................................................................... 26

Letter of Acceptance (LOA) ................................................................................................................... 26

Signing of Contract ................................................................................................................................ 26

Failure to Agree With the Terms & Conditions of the RFP / Contract ................................................ 27

Page 5: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

5

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

CSML’s Right to Accept any Bid and to Reject any or All Bids ............................................................ 27

1.6. PERFORMANCE BANK GUARANTEE ................................................................................................................ 27

1.7. RIGHT TO VARY QUANTITY ............................................................................................................................. 28

1.8. WARRANTY & MAINTENANCE ......................................................................................................................... 28

2. SCOPE OF WORK AND TERMS OF REFERENCE. ................................................................................. 31

2.1. PREAMBLE ....................................................................................................................................................... 31

2.2. COMPONENT DEPLOYMENT ............................................................................................................................ 32

2.3. DESCRIPTION OF EQUIPMENT ......................................................................................................................... 35

VEHICLE ACTUATED SIGNALS .................................................................................................................... 35

PELICAN SIGNALS ....................................................................................................................................... 35

AREA TRAFFIC MANAGEMENT .................................................................................................................... 35

PTZ AND FIXED CAMERA’S ......................................................................................................................... 36

RLVD .......................................................................................................................................................... 36

VARIABLE MESSAGE SIGNS ........................................................................................................................ 36

CONTROL CENTRE ...................................................................................................................................... 37

2.4. IMPLEMENTATION ............................................................................................................................................ 39

2.5. OPERATIONS AND MAINTENANCE ................................................................................................................... 39

TRAINING AND HAND HOLDING................................................................................................................... 39

MAINTENANCE ............................................................................................................................................ 40

2.6. SERVICE LEVEL ............................................................................................................................................... 40

2.7. BROAD SPECIFICATIONS ................................................................................................................................. 40

VA TRAFFIC SIGNALS ................................................................................................................................. 40

TRAFFIC CONTROLLER SPECIFICATIONS: .................................................................................................... 41

SYSTEM SPECIFICATIONS ............................................................................................................................................. 41

ONLINE MONITORING: ................................................................................................................................................... 47

AUDIBLE ALARMS.......................................................................................................................................................... 48

CABLES .................................................................................................................................................................. 48

EARTHING ..................................................................................................................................................................... 49

TRENCHING AND DUCTING ........................................................................................................................................... 49

POWER SOURCE........................................................................................................................................................... 49

BACKUP POWER ........................................................................................................................................................... 49

IN STATION UNIT SERVER .................................................................................................................................. 50

WORKS STATION .......................................................................................................................................................... 50

PTZ CAMERA .............................................................................................................................................. 51

FIXED CAMERA ........................................................................................................................................... 54

VARIABLE MESSAGE SIGN .......................................................................................................................... 56

Page 6: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

6

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

RLVD .......................................................................................................................................................... 60

PELICAN SIGNALS ....................................................................................................................................... 75

3. GENERAL CONDITIONS OF CONTRACT (GCC) .................................................................................................... 79

3.1. GENERAL CONDITIONS .......................................................................................................................................... 79

3.2. PROJECT IMPLEMENTATION SCHEDULE, DELIVERABLES AND PAYMENT TERMS .......................................... 89

Deliverables & Payment Schedule .................................................................................................... 89

Payment Terms .................................................................................................................................... 90

3.3. CONFIDENTIAL INFORMATION ......................................................................................................................... 92

3.4. CHANGE IN LAWS AND REGULATIONS ............................................................................................................ 92

3.5. FORCE MAJEURE ............................................................................................................................................ 92

3.6. SETTLEMENT OF DISPUTES ............................................................................................................................ 93

3.7. EXTENSIONS OF TIME ..................................................................................................................................... 94

3.8. TERMINATION .................................................................................................................................................. 94

3.9. PAYMENT UPON TERMINATION ....................................................................................................................... 95

3.10. ASSIGNMENT ................................................................................................................................................... 96

3.11. SERVICE LEVEL AGREEMENT ......................................................................................................................... 96

3.12. OTHER CONDITIONS ............................................................................................................................................. 97

3.13. RISK PURCHASE ................................................................................................................................................... 97

ANNEXURE 1 - GUIDELINES FOR PRE-QUALIFICATION PROPOSAL (PART OF TECHNICAL

PROPOSAL) ........................................................................................................................................................... 99

ANNEXURE 1.1 - CHECK-LIST FOR THE PRE-QUALIFICATION PROPOSAL ............................................ 99

ANNEXURE 1.2 - PRE-QUALIFICATION COVER LETTER ........................................................................... 101

ANNEXURE 1.3 - FORMAT TO SHARE BIDDER’S AND BIDDING FIRMS PARTICULARS ..................... 103

ANNEXURE 1.4. - FORMAT TO PROJECT CITATION ................................................................................... 104

ANNEXURE 1.5 - CONSORTIUM AGREEMENT ............................................................................................. 105

ANNEXURE 2. – GUIDELINES FOR TECHNICAL PROPOSAL ................................................................... 107

ANNEXURE 2.1 - CHECK-LIST FOR THE DOCUMENTS TO BE INCLUDED IN THE TECHNICAL

PROPOSAL .......................................................................................................................................................... 107

ANNEXURE 2.2. - TECHNICAL BID COVER LETTER .................................................................................... 108

ANNEXURE 2.3 - PROJECT IMPLEMENTATION APPROACH ..................................................................... 110

ANNEXURE 2.4. - FORMAT FOR OEM AUTHORIZATION ............................................................................ 111

ANNEXURE 3 – GUIDELINES FOR FINANCIAL PROPOSAL ....................................................................... 112

ANNEXURE 3.1 - FINANCIAL PROPOSAL COVER LETTER ....................................................................... 112

Page 7: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

7

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

ANNEXURE 3.2 - FINANCIAL PROPOSAL FORMAT & INSTRUCTIONS ................................................... 114

ANNEXURE 4 - FORMAT FOR DECLARATION BY THE BIDDER FOR NOT BEING BLACKLISTED /

DEBARRED .......................................................................................................................................................... 116

ANNEXURE 5 - FORMAT OF SENDING PRE-BID QUERIES ........................................................................ 117

ANNEXURE 6 - POWER OF ATTORNEY ......................................................................................................... 118

POWER OF ATTORNEY FOR LEAD MEMBER BY ........................................................................................ 119

CONSORTIUM MEMBER .................................................................................................................................... 119

ANNEXURE 7 – FORMAT FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (IF

APPLICABLE) ...................................................................................................................................................... 121

ANNEXURE 8 – FORMAT FOR IRREVOVACABLE UNCONDITIONAL PERFORMANCE BANK GUARANTEE

............................................................................................................................................................................... 123

Page 8: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

8

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Instructions to

Bidders

Page 9: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

9

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

1. Instruction to Bidders

1.1. General Information and Guidelines

Purpose

AUTHORITY seeks the services of a reputed company, for “Implementation of Integrated Traffic

Management System (ITMS) in Kochi”. This document provides information to enable the bidders to

understand the broad requirements to submit their Proposals. The detailed scope of work is provided in Section

2.0 of this RFP document. AUTHORITY for this project is CSML.

Consortium

i. The Bidder for participation in the Selection Process, may be a single entity or a group of entities (the

“Consortium”), coming together to execute the project. The term 'Bidder' used herein would apply to both

a single Entity and a Consortium.

ii. No Member at any given point of time, may assign or delegate its rights, duties or obligations under the

Agreement/Contract except with prior written consent of AUTHORITY.

iii. No bidder applying individually, or as a member of a Consortium, as the case may be, can be member of

another consortia bidding for the project.

iv. In the event the Bidder is a Consortium, it shall, comply with the following additional requirements:

a) Number of members in a consortium shall not exceed 3 (Three) including the Lead Member

b) The Members of the Consortium shall nominate one member as the Lead Member

c) The Members of the Consortium shall be responsible for successful implementation of the project

throughout the terms of the contract.

Page 10: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

10

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

d) The Lead Member shall be authorized and shall be fully responsible for the accuracy and veracity

of the representations and information submitted by the Members respectively from time to time

in the response to this RFP.

e) The Members of the Consortium shall submit a declaration as set out in Annexure 1.5 inter alia

consisting of the following:

1) Undertake that each of the members of the Consortium shall have an independent. definite

and separate scope of work which was allocated as per each member’s field of expertise

2) Commit to the profit and loss sharing ratio of each member

3) Commit to the scope of work, rights, obligations and liabilities to be held by each member;

specifically commit that the Lead Member shall be answerable on behalf of other members

for the performance of obligations under this Agreement,

4) Provide a brief description of the roles and responsibilities of individual members; and clearly

define the proposed administrative arrangements (organization chart) for the management

and execution.

5) Include a statement to the effect that all the members of the Consortium shall be jointly and

severally liable for all obligations in relation to the Agreement/Contract until the completion of

the project in accordance with the Agreement/Contract;

f) Any change of a Consortium Member other than the Lead Member can be done only under

extreme circumstances such as non-performance of the Consortium member, insolvency or

bankruptcy of the Consortium member, which shall be done only with the prior written approval of

AUTHORITY. Provided that in the event of any such approved change of Consortium member,

the new member (company) replacing outgoing Consortium member shall have same or higher

financial, technical and legal qualifications as the outgoing member, and to the satisfaction of

CSML. In the event AUTHORITY does not grant approval for the change of the Consortium

member other than the Lead Member or suitably qualified replacement member (companies) are

not available/ found, the exit of such Consortium member shall constitute a breach of the Contract.

g) All members of the consortium are required to follow the highest level of work ethics, if any member

of the consortium has a Conflict of Interest or indulges in Prohibited Practices; the whole

Consortium is liable to be disqualified. Further, in the event any entity has been barred by the

Central Government, any State Government, a statutory authority or a public sector undertaking,

Page 11: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

11

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

as the case may be, from participating in any project or bid, and the bar subsists as on the date

of Last Date of Submission, it would not be eligible to submit a Proposal either by itself or as part

of a Consortium. Lead member should have minimum 51% share in Consortium. Consortium

agreement to be submitted.

Sub-Contracting

Sub-Contracting is not allowed for this RFP

Completeness of Bid

The Bid should be complete in all respects. Failure to furnish all information required by the RFP document or

submission of a proposal not substantially responsive to the RFP document in every respect will be at the

Bidder's risk and may result in rejection of its Bid and forfeiture of the EMD.

Proposal Preparation Costs

1. The bidder shall submit the bid at its cost and expense. AUTHORITY shall not be held responsible for any

cost incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost and rights

over AUTHORITY and AUTHORITY shall be at liberty to cancel any or all bids without giving any notice.

2. All materials submitted by the bidder shall be the absolute property of AUTHORITY and no copyright etc.

shall be entertained by AUTHORITY.

Pre-bid Meeting and Queries

1. AUTHORITY will host a Pre-Bid meeting as per the date mentioned in the RFP NIT sheet. The

representatives, limited to 2, of the interested organizations may attend the pre-bid conference at their

own cost. The purpose of the conference is to provide bidders with information regarding the RFP and the

proposed solution requirements in reference to the RFP. Pre-Bid meeting will also provide each bidder

with an opportunity to seek clarifications regarding any aspect of the RFP and the project.

2. All Bidder shall e-mail their queries to [email protected] in the form and manner as prescribed

in Annexure 5. The response to the queries will be published on www.etenders.kerala.gov.in.. No

telephonic / queries will be entertained thereafter. This response of AUTHORITY shall become integral

Page 12: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

12

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

part of RFP document. AUTHORITY shall not make any warranty as to the accuracy and completeness

of responses.

3. AUTHORITY shall endeavor to respond to the questions raised or clarifications sought by the Bidders.

However, AUTHORITY reserves the right not to respond to any question or provide any clarification, in its

sole discretion, and nothing in this clause shall be taken or read as compelling or requiring AUTHORITY

to respond to any question or to provide any clarification.

4. AUTHORITY may also on its own motion, if deemed necessary, issue interpretations and clarifications to

all Bidders. All clarifications and interpretations issued by AUTHORITY shall be deemed to be part of the

Bidding Documents. Verbal clarifications and information given by AUTHORITY or its employees or

representatives shall not in any way or manner be binding on AUTHORITY.

Amendment of RFP Document

1 All the Corrigendum / Addendum made in the document would be published on the e-Tendering Portal

and shall be part of RFP.

2 The Bidders are advised to visit the e-tendering portal on regular basis to check for necessary updates.

AUTHORITY also reserves the right to amend the dates mentioned in this RFP.

Supplementary Information to the RFP

If AUTHORITY deems it appropriate to revise any part of this RFP or to issue additional data to clarify an

interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum shall be

deemed to be incorporated by this reference into this RFP.

CSML’s Right to Terminate the Process

AUTHORITY may terminate the RFP process at any time and without assigning any reason. AUTHORITY

reserves the right to amend/edit/add/delete any clause of this RFP Document. This will be informed to all and

will become part of the RFP and information for the same would be published on the e-Tendering portal.

Page 13: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

13

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Site Visit and Verification of Information

a) The Bidder are encourage to visit and examine the site or sites and obtain for itself, at its own

responsibility and risk, all information that may be necessary for submission of the bid and entering

into the Contract. The costs of visiting the site or sites shall be at the Bidder’s own expense.

b) AUTHORITY will arrange for the Bidder and any of its personnel or agents to gain access to the

relevant site or sites, provided that the Bidder gives AUTHORITY adequate notice of not less than

5 (Five) days prior to such proposed visit.

c) No site visits shall be arranged or scheduled after the deadline for the submission of the Bids and

prior to the award of Contract.

1.2. Key Requirements of the Bid

RFP Document/Tender Fee

RFP can be downloaded free of cost from the website www.etenders.kerala.gov.in. RFP Document Fee of

Rs. 17,770 (Rupees Seventeen Thousand Seven Hundred Seventy Only) shall be paid through online e-

Tendering Payment Gateway only (https://etenders.kerala.gov.in) for submission of bid. The RFP document

fee shall be non-refundable. Without the payment of tender fee the bids will be taken as incomplete and non-

responsive and shall not be considered.

Earnest Money Deposit (EMD)

1 In terms of this RFP, a Bidder is required submit EMD of Rs. 5,00,000 (Rupees Five Lakh Only) in

the form of Bank guarantee issued by a scheduled commercial bank in India

2 The Unsuccessful Bidder’s EMD will be returned on issue of Letter of Acceptance (LOA) to the

Successful bidder. The Bid Security, for the amount mentioned above, of the successful bidder would

be returned upon submission of Performance Bank Guarantee for an amount equal to 10% of Total

Contract Value in the format provided in Annexure 8 of the RFP.

Page 14: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

14

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

3 No interest will be paid by AUTHORITY on the EMD amount and EMD will be refunded to all Bidders

(including the successful bidders) without any accrued interest on it

4 The Bid submitted without EMD, mentioned above, will be summarily rejected

5 The EMD may be forfeited:

a. If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its

extended period, if any.

b. In case of a successful bidders, if the Bidder fails to sign the contract in accordance with the terms

and conditions.

c. If during the bid process, a bidder indulges in any such deliberate act as would jeopardise or

unnecessarily delay the process of bid evaluation and finalization.

d. If, during the bid process, any information is found false/fraudulent/malafide, and then

AUTHORITY shall reject the bid and, if necessary, initiate action.

e. If the bidder does not agree to correct arithmetic error.

6 The decision of AUTHORITY regarding forfeiture of the EMD shall be final and binding upon bidders.

1.3. Bid Submission Instructions

Bid Submission Format

The entire Bid shall be submitted strictly as per the format specified in this RFP. Bids with any deviation from

the prescribed format are liable for rejection.

Bid Submission Instructions

1. Complete bidding process will be online (e-Tendering) in two covers system. Submission of bids shall

be in accordance to the instructions given in the Table below:

Page 15: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

15

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Particulars Instructions

Technical Proposal The Technical Proposal shall be prepared in accordance with the

requirements specified in this RFP and the formats are prescribed in

Annexure 2 of the RFP. Technical Proposal shall also include following:-

Proof of submission of RFP Document Fee and Scanned copy of EMD

The Pre-Qualification Proposal shall be prepared in accordance with the

requirements specified in this RFP and the formats are prescribed in

Annexure 1 of the RFP

Pre-Qualification Proposal along with supporting documents should be

submitted through online bid submission process and also in Hard Copy

as mentioned in the NIT.

Technical Proposal should be submitted through online bid submission

process

Financial Proposal The Financial Proposal shall be prepared in accordance with the

requirements specified in this RFP and in the formats prescribed in

Annexure 3 of the RFP.

Financial Proposal should be submitted through online bid submission

process only. Submission in Financial Proposal in hard copy will result in

rejection of bid

Note: AUTHORITY will conduct the bid evaluation based on documents submitted through

online e-tendering portal.

2. The following points shall be kept in mind for submission of bids;

a. AUTHORITY shall not accept delivery of Bids in any manner other than that specified in this RFP.

Bid delivered in any other manner shall be treated as defective, invalid and rejected.

b. The Bidder is expected to price all the items and services sought in the RFP and proposed in the

technical proposal. The Bid should be comprehensive and inclusive of all the services to be provided

Page 16: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

16

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

by the Bidder as per the scope of work and in accordance with the terms and conditions as set out in

the Contract.

c. AUTHORITY may seek clarifications from the Bidder on the technical proposal. Any of the

clarifications by the Bidder on the technical proposal should not have any commercial implications.

The Financial Proposal submitted by the Bidder should be inclusive of all the items in the technical

proposal and should incorporate all the clarifications provided by the Bidder on the technical proposal

during the evaluation of the technical offer.

d. Technical Proposal shall not contain any financial information.

e. If any Bidder does not qualify the pre-qualification criteria stated in Section 1.4.5 of this RFP, and if

the Bidder does not meet the technical evaluation criteria including pre-qualification, the financial

proposal of the Bidder shall be unopened in the e-Tendering system.

f. It is required that the all the proposals submitted in response to this RFP should be unconditional in

all respects, failing which AUTHORITY reserves the right to reject the proposal.

Late Bid and Bid Validity Period

Bids received after the due date and the specified time (including the extended period if any) for any reason

whatsoever, shall not be entertained and shall not be opened in the e-Tendering system. The validity of the

bids submitted before deadline shall be till 180 days from the date of submission of the bid.

Modification and Withdrawal of Bids

No bid shall be withdrawn in the interval between the deadline for submission of bids and the expiration of the

validity period specified by the Bidder on the bid form. Entire EMD shall be forfeited if any of the Bidders

withdraw their bid during the validity period.

Non-conforming Bids

A Bid may be construed as a non-conforming proposal and ineligible for consideration:

a. If it does not comply with the requirements of this RFP

Page 17: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

17

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

b. If the Bid does not follow the format requested in this RFP or does not appear to address

the particular requirements of AUTHORITY.

Language of Bids

The Bids should be submitted in English language only. If any supporting documents submitted are in any

language other than English, then the translation of the same in English language is to be duly attested by the

bidder and summited with the bid, and English translation shall be validated at AUTHORITY’s discretion.

Authentication of Bid

a) Authorized person of the bidder who signs the bid shall obtain the authority letter from the bidder, which

shall be submitted with the Bid. All pages of the bid and its annexures, etc. shall be signed and stamped

by the person or persons signing the bid.

b) The Bidder should submit a Power of Attorney as per the format set forth in Annexure 6, authorising

the signatory of the Bid to commit the Bidder.

Acknowledgement of Understanding of Terms

By submitting a Bid, each Bidder shall be deemed to acknowledge that he has carefully read all sections of

this RFP, including all forms, schedules, annexure, corrigendum and addendums (if any) hereto, and has fully

informed itself as to all existing conditions and limitations.

1.4. Evaluation Process

a. AUTHORITY will constitute a Bid Evaluation Committee (BEC) to evaluate the responses of the

bidders

b. The BEC constituted by AUTHORITY shall evaluate the responses to the RFP and all supporting

documents / documentary evidence. Inability to submit requisite supporting documents / documentary

evidence, may lead to rejection.

Page 18: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

18

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

c. The decision of the BEC in the evaluation of responses to the RFP shall be final. No correspondence

shall be entertained outside the process of negotiation/ discussion with the Committee.

d. The BEC may ask for meetings with the Bidders to seek clarifications on their proposals and may visit

Bidder’s client site to validate the credentials/ citations claimed by the bidder.

e. The BEC reserves the right to reject any or all proposals on the basis of any deviations.

f. Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP.

g. Please note that BEC may seek inputs from their professional, external experts in the Bid evaluation

process.

Bid Opening

a. Total transparency shall be observed and ensured while opening the Bids. All Bids shall be opened

online in the presence of Bidder’s representatives who choose to attend the Bid opening sessions on

the specified date, time and address.

b. AUTHORITY reserves the rights at all times to postpone or cancel a scheduled Bid opening.

c. Bid opening shall be conducted in 2 (Two) Stages;

▪ Stage 1 - RFP Document fee & Bid Security/EMD, Technical Proposal including Pre-

Qualification Proposal

▪ Stage 2 - Financial Proposal

d. The venue, date and time for opening the Technical Proposal are mentioned in the Tender Notice in

the RFP. The date and time for opening the Financial Proposals would be communicated to the

qualified bidders.

e. The Financial Proposals of only those bidders will be opened who scores equal to or more than 70

(Seventy) marks in Technical Evaluation.

Page 19: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

19

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

f. The Bidder’s representatives who are present shall sign a register evidencing their attendance. In the

event of the specified date of Bid opening being declared a holiday for AUTHORITY, the bids shall be

opened at the same time and location on the next working day. In addition to that, if there

representative of the Bidder remains absent, AUTHORITY will continue process and open the bids of

the all bidders

g. During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine whether

they are complete, whether required EMD has been furnished, whether the Documents have been

properly signed, and whether the bids are generally in order. Bids not conforming to such preliminary

requirements shall be prima facie rejected. AUTHORITY has the right to reject the bid after due

diligence is done.

Evaluation of Technical Proposal

The evaluation of the Technical Proposals will be carried out in the following manner:

Evaluation of Pre-Qualification Proposals

a) Authority shall open the tender submitted online and check for payment of Document Fee

and Earnest Money Deposit (EMD) and then the Technical Proposal including Pre-

Qualification Proposal.will be opened. Technical proposal including Pre qualification

proposals will not be considered further if the mentined requirements as per RFP are not

fulfilled. Each of the Pre-Qualification condition mentioned in Section 1.4.4 of the RFP

is MANDATORY. In case the Bidder does not meet any one of the conditions, the bidder will

be disqualified.

b) The Pre-Qualification proposal MUST contain all the documents in compliance with

instructions given in the Annexure 1.

c) Response to the Pre-Qualification Requirements shall be evaluated in accordance with the

requirements specified in this RFP and in the manner prescribed in Section 1.4.4 of the RFP.

Page 20: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

20

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Further Evaluation of Technical Proposals

d) Authority will review the technical bids of the short-listed bidders to determine whether the

technical proposals are substantially responsive. Bids that are not substantially responsive

are liable to be disqualified at AUTHORITY’s discretion.

e) Bidders' technical solutions proposed in the bid document will be evaluated as per the

requirements and guidelines specified in the Annexure 2 and technical evaluation criteria as

mentioned in Section 1.4.5 of the RFP.

f) Bidders shall make the technical presentation and showcase proposed products to Authority

as per the agenda mentioned in Section 1.4.5 of the RFP.

g) Each Technical Proposal shall be assigned a technical score out of a maximum of 100 points.

(Refer Section 1.4.5 of the RFP). In order to qualify for the opening of financial proposal, the

Bidder must get a minimum overall technical score of 70 (Seventy).

h) The Bidders are required to submit all required documentation in support of the evaluation

criteria specified (e.g. Detailed Project citations and copy of work order, Completion

Certificate, client contact information for verification, and all others components) as required

for technical evaluation along with the Technical proposal.

i) At any time during the Bid evaluation process, BEC may seek oral / written clarifications from

the Bidders. The Committee may seek inputs from their professional and technical experts

in the evaluation process.

j) Authority reserves the right to do a reference check of the past experience stated by the

Bidder. Any feedback received during the reference check shall be taken into account during

the technical evaluation process.

Page 21: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

21

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

k) The Financial Proposals of Bidders who do not qualify technically shall be kept unopened in

the e-Tendering system.

l) AUTHORITY reserves the right to accept or reject any or all bids without giving any reasons

thereof.

m) AUTHORITY shall inform to the technically shortlisted Bidders about the date and venue of

the opening of the financial proposals.

Financial Proposal Evaluation

a) All Bidders who has scored more than 70% marks in the Technical Evaluation will be

Technically qualified. All the technically qualified bidders will be notified to participate in

Financial Proposal opening process.

b) Financial Proposals for the technically qualified bidders will then be opened on the notified

date and time and reviewed to determine whether the financial proposals are substantially

responsive. Bids that are not substantially responsive are liable to be disqualified at

AUTHORITY’s discretion.

c) Financial Proposals that are not meeting the condition mentioned in Annexure 3 shall be

liable for rejection.

d) Technically qualified bidder who has quoted lowest price, after arithmetic correction will be

declared as L1 bidder.

e)

i) If there is a discrepancy between the unit price and the line total amount that is

obtained after multiplying unit price with the quantity, the unit price shall prevail and

the line total amount shall be corrected, unless in the opinion of the Employer there

is an obvious gross misplacement of the decimal point in the unit price, in which case

the line item total amount as quoted shall govern and unit price shall be corrected.

ii) If there is error in a total corresponding to addition or subtraction of subtotals, the

Sub totals shall prevail and the total shall be corrected and

Page 22: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

22

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

iii) If there is a discrepancy between words and figures, the amount in words shall prevail,

unless the amount expressed in words is related to an arithmetic error, in such case

the amount in figure shall prevail subject to (ii) above.

Pre-Qualification Criteria

The proposal failing to meet all of the below pre-qualification eligibility criteria shall be disqualified

and will not be considered for technical evaluation process.

Sl.

No

Basic Requirement Specific Requirements Documents Required

PQ1 Legal Entity The Sole Bidder or the Lead

Member of consortium should be

registered in India under

Companies Act 1956/2013 or as

amended and should have been

in operation for at least 3 years as

on date of submission of the bid.

Copy of Certificate of

Incorporation /

Registration under

Companies Act,

1956/2013

PQ2 Turnover The Sole Bidder or the Lead

Member of consortium should

have average annual Turnover of

Rs. 9 Crore for last 3 audited

financial years (2014-15, 2015-

16 a5nd 2016-17) ending March

2017.

Certificate from the

Statutory Auditor; Annual

Audit Reports

PQ3 Experience The Sole Bidder or Lead Member

or any member of its consortium

should have successfully

supplied and implemented (1)

at least 1 (One) Integrated

Traffic Management System

(ITMS) with the project cost

not less than Rs. 24 Crores OR

(2) at least 2 (Two) Integrated

Copy of Work Order(s)

Copy of completion

certificate(s)

Page 23: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

23

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Sl.

No

Basic Requirement Specific Requirements Documents Required

Traffic Management System

(ITMS) with the project cost

not less than Rs. 15 Crores OR

(3) at least 3 (Three) Integrated

Traffic Management System

(ITMS) with the project cost

not less than Rs. 15 Crores in

last 5 (Five) financial years (FY

2012-13, 2013-14, 2014-15,

2015-16 and 2016-17).

PQ4 Blacklisting The Sole Bidder or Lead Member

or any member of its consortium

should not have blacklisted by

Central/State Government/ PSU

entity in India or similar agencies

globally for unsatisfactory past

performance, corrupt, fraudulent

or any other unethical business

practices as on date of

submission of the proposal.

Undertaking by the

authorized signatory as per

the format given as

Annexure 4

PQ5 Certifications The Sole Bidder or the Lead

Member of consortium should

have a valid ISO 9001:2008 or

similar quality certification.

Valid Copy of certificates

Page 24: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

24

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Technical Evaluation Criteria (Supporting documents to be attached)

Criteria Maximum

Marks

(Weightages)

Method of allotting marks for technical score

Financial Capability - Annual

Turnover - Prime bidder’s average

annual turnover for the period FY

2012-13, 2013-14, 2014-15, 2015-16

and 2016-17

15 Marks

Sole Bidder / Lead Bidders with 9 crore or more

turnover will be awarded 15 marks and other

bidders will be allocated marks proportionately.

E.g. Bidder with turnover of Rs. 4.5 Crores will get

7.5 Marks

Experience of implementing

Integrated Traffic Management

System (ITMS) system in India

15 Marks Sole bidder / any member of Consortium having

implemented 2 or above Integrated Traffic

Management System (ITMS) system will be

awarded 15 marks and other bidders will be

allocated marks proportionately.\

E.g. Bidder with experience of 1 Integrated Traffic

Management System (ITMS) system will get 7.5

marks

Experience in Supply &

Implementation of VA Signals

Copy of the Client Certificate as a

proof has to be attached

15 Marks Sole bidder / any member of Consortium having

carried out 20 VA Signals or above will be

awarded 15 marks and other bidders will be

allocated marks proportionately.\

E.g. Bidder with experience of 10 VA Signals will

get 7.5 marks

Experience of implementing Control

Centre with Surveillance system

Copy of the Client Certificate as a

proof has to be attached

15 Marks Sole bidder / any member of Consortium having

implemented Control Centre with Surveillance

system in 2 cities or above will be awarded 15

marks and other bidders will be allocated marks

proportionately.\

E.g. Bidder with experience of implementing 1

Control Centre with Surveillance system will get

7.5 marks

Page 25: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

25

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Criteria Maximum

Marks

(Weightages)

Method of allotting marks for technical score

Compliance to Functional

requirements

10 Marks Systems will be evaluated for the Functional

requirements as per Technical Specifications and

marks shall be assigned accordingly.

Approach and Methodology 20 Marks Methodology will be evaluated and marks shall be

assigned accordingly.

Presentation of the solution. 10 Marks Presentation will be evaluated and marks shall be

assigned accordingly.

Note: AUTHORITY reserves right to visit bidder’s customer where such a similar project execution has

taken place.

The bidder needs to submit appropriate supporting evidences to satisfy the criteria

Eligible Goods and Services, and OEM Criteria

a. The Bidder shall quote only one specific make and model from only one specific OEM, for each of the

goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be

associated with item code and names and with printed literature describing configuration and

functionality. Any deviation from the printed specifications should be clearly mentioned in the offer

document by the Bidder.

b. The OEM for each products or technology quoted should be in the business of that product or

solution or technology for at least 3 (Three) years as on the date of release of the RFP.

c. All the OEMs should have authorized presence in India either directly or through channel

partner(s) as on the date of release of RFP.

d. The OEM for all active components should give a declaration that products or technology quoted are

neither end-of-sale nor end-of-life as on the date of installation and commissioning and are not end-

Page 26: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

26

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

of-support till the successful completion of O&M period of the project as Annexure 2.4 in the RFP

e. The bidder’s proposed OEM should not have been blacklisted by any State / Central Government

Department or Central /State PSUs as on bid submission date.

f. Adequate supporting documents pertaining to the above points, along with a summary

compliance table, should be submitted in the proposal by the Bidder.

1.5. Award of Contract

Award Criteria

The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services

and should be stated in INR only. Omissions, if any, in costing of any item shall not entitle the Bidder to be

compensated and the liability to fulfil its obligations as per the Terms of Reference within the total quoted

price shall be that of the Bidder.

The bidder who has scored 70% & more marks will be technically qualified and financial Bid of Technically

qualified bidder will be opened and bidder who has quoted lowest bid price post correction of arithmetic error

will be considered as L-1 bidder.

Letter of Acceptance (LOA)

Prior to the expiration of the period of bid validity, AUTHORITY will notify the successful bidder in writing or

by fax or email, to be confirmed in writing by letter, that its bid has been accepted. LOA will constitute the

formation of the contract. Upon the successful bidder’s furnishing of Performance Bank Guarantee,

AUTHORITY will promptly notify each unsuccessful bidder.

Signing of Contract

AUTHORITY shall notify the successful bidder that its bid has been accepted. The successful bidder shall

enter into contract agreement with AUTHORITY within the time frame mentioned in the Letter of Acceptance

issued to the successful bidder by AUTHORITY

Page 27: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

27

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Failure to Agree With the Terms & Conditions of the RFP / Contract

Failure of the successful bidder to agree with the Terms & Conditions of the RFP / Contract shall constitute

sufficient grounds for the annulment of the award, in which event AUTHORITY may invite the next best bidder

for negotiations or may call for fresh RFP.

CSML’s Right to Accept any Bid and to Reject any or All Bids

AUTHORITY reserves the right to accept or reject any Bid, and to annul the bidding process and reject any or

all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or

Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for AUTHORITY’s action.

1.6. Performance Bank Guarantee

a) Within fifteen (15) working days from the date of issuance of LOA, the Successful Bidder shall at his own

expense submit unconditional and irrevocable Performance Bank Guarantee (PBG) an amount equivalent

to 10% of contract value to AUTHORITY.

b) The PBG shall be from a Scheduled Commercial Bank in the format prescribed in Annexure 8, payable on

demand, for the due performance and fulfilment of the contract by the bidder.

c) All charges whatsoever such as premium; commission etc. with respect to the PBG shall be borne by the

Successful Bidder.

d) The PBG shall be valid till satisfactory completion of Post Implementation Support. The PBG may be

discharged/returned by AUTHORITY upon being satisfied that there has been due performance of the

obligations of the bidder under the contract. However, no interest shall be payable on the PBG. The PBG

shall be valid only up to the completion of the period of ‘Go- Live’ + 60 months for the project.

e) In case the project is extended after the project schedule as mentioned in the RFP, the PBG shall be

accordingly extended by the Successful Bidder till the extended period.

f) In the event of the Bidder being unable to service the contract for whatever reason AUTHORITY would

invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of AUTHORITY under

Page 28: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

28

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

the contract in the matter, the proceeds of the PBG shall be payable to AUTHORITY as compensation for

any loss resulting from the bidder’s failure to complete its obligations under the Contract. AUTHORITY

shall notify the Bidder in writing of the exercise of its right to receive such compensation within 14 days,

indicating the contractual obligation(s) for which the Bidder is in default.

g) AUTHORITY shall also be entitled to make recoveries from the bidder’s bills, PBG, or from any other

amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion,

misconstruction or misstatement.

h) On satisfactory performance and completion of the order in all respects and duly certified to this effect by

AUTHORITY, Contract Completion Certificate shall be issued and the PBG would be returned to the

Successful Bidder.

1.7. Right to Vary Quantity

a) At the time of award of contract, the quantity of goods, works or services originally specified in the

bidding documents may be increased. It shall be without any change in the unit prices or other terms

and conditions of the Bid and the bidding documents.

b) If AUTHORITY does not procure any subject matter of procurement or procures less than the quantity

specified in the bidding documents due to change in circumstances, the bidder shall not be entitled

for any claim or compensation except otherwise provided in the bidding document.

c) Repeat orders for extra items or additional quantities may be placed, if it is provided in the bidding

document, on the rates and conditions given in the contract if the original order was given after inviting

open competitive bids. Delivery or completion period may also be proportionally increased.

1.8. Warranty & Maintenance

a) Successful Bidder shall also provide complete maintenance support for all supplied hardware and

other components as outlined in this RFP for a period of 60 months from the date of Go-Live.

b) During the warranty period, the bidder shall warrant that the goods supplied under the contract are

new, unused, of the most recent version/models and incorporate all recent improvements in design

Page 29: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

29

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

and materials unless provided otherwise in the contract. The bidder further warrants that the goods

supplied under this contract shall have no defects arising from design, materials or workmanship.

c) AUTHORITY or designated representatives of the bidder shall promptly notify Successful Bidder in

writing of any claims arising under this warranty. Upon receipt of such notice, the Successful Bidder

shall, within the warranty period and with all reasonable speed, repair or replace the defective systems,

without costs to AUTHORITY and within time specified and acceptable to AUTHORITY.

d) If the Successful Bidder, having been notified, fails to remedy the defect(s) within the period specified

in the contract, AUTHORITY may proceed to take such reasonable remedial action as may be

necessary, at the Successful Bidder’s risk and expense and without prejudice to any other rights,

which AUTHORITY may have against the bidder under the contract.

e) During the comprehensive warranty period, the Successful Bidder shall provide all product(s),

patches/fixes, and version upgrades within 15 days of their availability and should carry out installation

and make operational the same at no additional cost to AUTHORITY.

The Successful Bidder hereby warrants AUTHORITY that:

i) The supplied H/w & S/w meeting all the requirements as outlined in the RFP and further amendments

if any and provides the functionality and performance, as per the terms and conditions specified in the

contract.

ii) The proposed H/w & S/w shall achieve parameters delineated in the technical

specification/requirement.

iii) The Successful bidder shall be responsible for warranty & maintenance services from licensers of

products included in the systems.

iv) The Successful bidder shall ensure the maintenance of the acceptance criterion/standards in respect

of the systems during the warranty and maintenance period.

Page 30: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

30

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Scope of Works and

Terms of Reference

Page 31: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

31

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

2. Scope of Work and Terms of Reference.

2.1. Preamble

Integrated Traffic Management System (ITMS) consists of a number of electronic equipment that

work towards improving road traffic conditions. ITMS has been successfully implemented in a many

cities in the world with demonstratable improvement in safety and efficiency.

ITMS can be segmented into 2 broad elements - Enforcement, and Traffic Management..

Enforcement deals with violation detection and fining and Traffic Management deals with flow

detection and optimisation of signal controls. The other benefits that would accrue out of ITMS

includes incident management and better Information Dissemination.

One of the proposed projects of the Kochi Smart City Module 4 (intelligent traffic management), the

ITMS project was reconstituted as a Pan city project as it would be effective only if it was focused to

a larger network than consider only 7 identified junctions of the ABD (Area Based Development)

Area.

The components of Integrated Traffic Management System devised for Kochi City can be

summarised under the following broad headings,

Vehicle Actuated Signals

Pelican Signals

Corridor Management and Area Traffic Control

System

Traffic Surveillance Cameras Through PTZ cameras

for Violation detection and Incident management.

Red Light Violation Detection System

Automated Challaning System

Variable Message signages

Control centre

Page 32: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

32

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

2.2. Component Deployment

Based on the reconnaisance surveys, traffic data and discussions with the traffic police, we have

identified the following requirements for Kochi. A detailed junction by junction deployment plan has

been prepared and is provided in the Annexure.

Requirements Identified at Kochi

Sl Junction Name No of Arms

PTZ Camera

Vehicle Acuated Signals

Violation Cameras

RLVD

1 High Court Junction 3 1 1 2 Yes

2 Madhav Pharmacy Junction 3 1 1 2 Yes

3 Pallimukku Junction 4 1 1 2 No

4 Edapally Junction 4 2 1 2 No

5 Kaloor Junction 4 2 1 2 No

6 SN Junction 3 1 1 1 No

7 Vytilla Junction-1-(U/C) 4 2 1 2 No

8 Vytilla Junction-2-(U/C) 3 1 1 2 No

9 Judges Avenue Junction 4 2 1 2 No

10 Thevara Junction 3 1 1 1 Yes

11 Jose Junction 4 2 1 2 No

12 DCC Junction 4 2 1 2 No

13 Manorama Junction Panampilly Nagar

3 1 1 2 No

14 Kadavanthara Junction 4 2 1 2 Yes

15 Thammanam 3 1 1 1 No

16 Hospital Road Park avenue Road Junction

3 1 1 1 No

17 Katrikadavu Junction-West AC 4 2 1 2 No

18 Gandhi Nagar Junction 4 1 1 1 No

19 Tevara Ferry Junction 4 1 1 1 No

20 Ponnurunni Junction 3 1 1 1 No

21 Subash Chandra Bose Junction 3 1 1 1 No

Page 33: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

33

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Sl Junction Name No of Arms

PTZ Camera

Vehicle Acuated Signals

Violation Cameras

RLVD

22 Pipeline Junction(NH-Bypass) 4 1 1 No

23 Chengampuzha park Y Point 3 1 1 No

24 Palarivattom Junction 4 1 1 No

25 Jawaharlal Nehru Stadium 3 1 1 No

26 Kacherippadi Junction 3 1 1 No

27 Padma Junction 4 1 1 No

28 Rajaji Junction(Chittor Road Rajaji Road Junction)

4 1 1 No

29 Janatha Junction Vyttila 3 1 1 No

30 Goshree Road Junction(Abraham Road)

3 1 1 No

31 Petta Junction 3 1 1 No

32 Thoppumpady Old Bridge junction 3 1 1 No

33 Thoppumpady BOT Bridge junction 3 1 1 No

34 South Junction(Chittor Road-South Rly)

4 1 1 No

35 Pachalam Junction 5 1 1 No

Page 34: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

34

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Pelican Signals are proposed at 4 lcocations and Variable Message signs are proposed at 10

locations.

A traffic control centre is proposed to house a Video wall, servers for handling the various equipment

feeds and area traffic management software and an automation centre for challaning of violations.

Ther control centre is proposed to be linked to the equipment on field through available MPLS VPN

Fibre network.

Pelican Crossings

RLVD

VMS

Pelican Crossings

1.Shanmugham Road Near Menaka Bus stop. 2.Park Avenue Road. Near Ernakulam Jetty Bus Stop

3.Near Palarivattom Junction. 4.Market Road Junction(Banerji Rd.)

RLVD

1. Kadavantra Junction. 2. High Court Jn. 3. Madhav Pharmacy Junction. 4. Thevara Junction

VMS

1.NH-544 Near Lulu Mall 2. Near SN Junction Palarivattom. 3. Civil Line Road Near Palarivattom

4. Bannerji Road Near Lissi 5. Abraham Madamakkal Road Near Marine Museum

6. MG Road near Shenoys Junction. 7. MG Road near Thevara Junction

8. SA Road near ROB

9. NH-544 Near Kundannoor Junction

10.Shnmugham Road near Menaka

Page 35: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

35

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

2.3. Description of Equipment

Vehicle Actuated Signals

Vehicle actuated signals are those that can detect traffic and automatically adjust signal timings

optimize traffic at a signal. It is envisaged that the total number of such signals be placed in 21

junctions in Kochi City. It is envisaged that no subsurface detection equipment such as magnetic

loops are utilized for the vehicle detection. The vehicle detection should be ideally Radar or Video

Analytic based.

Pelican Signals

Pelican (Pedestrian Light Controlled Crossing) signal is a definitive light controlled crossing signal

that features a set of traffic lights (Green Man & Red Man Signal) with a push button, operated by

pedestrian for crossing. The controls to operate the light signals are on the pedestrian’s corner while

the light signal for crossing is on the other side of the road.

In other words, signals are mounted upstream of passing traffic, making them visible solely to

pedestrians, who view them by looking in the direction of the oncoming traffic. Crossing layouts may

sometimes need to be more sophisticated, particularly at crossings which are subject to heavy use.

Area Traffic Management

The Traffic Signal Controller should be capable of being operated in either Fixed Time mode,

Demand Actuated Mode, Forced Flash Mode etc.

Vehicle Detectors: identify the presence or passage of vehicles and provide input for traffic actuated

signal control systems and the control centre. Different types of vehicle detectors are currently

available, the conventional inductive loop detectors and the virtual loop detectors (through video

analytics). For Kochi it is recommended that the detectors through video analytics is pursued (as

part of the VA signal system).

Communication Network: The communication network is the intermediate part which helps to

communicate between the central control station and remote end junction controller. After analyzing

the overall traffic flow in a corridor or a in a city the central control station updates the time plan to

Page 36: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

36

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

each and every junction controller through Internet Protocol based network communication link.

Ideally the existing MPLSS VPN fibre network has to be utilized.

Central Control System: The Central control system (CCS) consists of ATCS Server, Operator

Consoles, external storage device, projection system etc. All traffic signal controllers are connected

to the CCS over fibre network. The status of individual junction controller, their loaded timing plan,

and stage utilization timings can be viewed and modified at a glance from this central location.

PTZ and fixed Camera’s

Traffic Surveillance cameras essentially provide a bird’s eye view of the traffic situation. Live feeds

from the cameras installed at strategic locations at intersections, are obtained at the TMC and traffic

violations can be booked immediately. These cameras can also be used to monitor any unforeseen

situation at any location such as major accidents, traffic disruption due to any security

considerations. Appropriate immediate action can then be taken by the traffic police.

RLVD

The RLVD Cameras are installed primarily to capture two key violations i.e. over speeding and red

signal light jumping. The camera uses Digital Technology to capture images of offending vehicles.

The benefits of Red light violation detection systems are,

Visual proof (with vehicle photo, its number plate, location, speed and time stamped on it) is

available for presenting it in a court of law (now Courts are also accepting this evidence)

It works in 24x7 modes in whole year (provided power supply and connectivity is maintained).

It works in night and in poor visibility also in bad weather.

Higher degree of transparency exists. There is no manual intervention at any stage.

Safe to use for police force.

Variable Message Signs

Variable Message Signs are programmable traffic control devices that display messages composed

of letters, pre-defined symbols or graphics to the road users. They are commonly installed on full-

span overhead sign bridges, post-mounted on roadway shoulders, and overhead cantilever

Page 37: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

37

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

structures. The information is most often displayed in real-time and can be controlled either from a

remote centralized location or locally at the site.

Components of system are Display system, Controller and control unit, Power backup system,

Communication system, Control room, Server, workstation

Depending on traffic condition or as per requirement the message is displayed on VMS units installed

on the network. Actually the set of messages for different situations are already stored in server and

operator has to simply choose the message as per direction and push to VMS unit. It is also possible

for operator to deliver/ send different type of messages to different VMS units. The facility is also

available that in case of connectivity failure the VMS unit can display pre-defined message with the

help of local controller/control unit. If there is no power or any malfunction in VMS unit the information

will be communicated back to control room (using power backup system) instantly so that operator

can take appropriate action.

Control centre

The City Traffic

Management Center

(CTMC) is the hub of the

transportation management

system, where information

about the transportation

network is collected and

combined with other

operational and control data to

manage the transportation

network and to produce

traveler information.

It integrates the following components,

Traffic signals – Receiving real time information/data

Traffic Surveillance camera – Beaming live images

RLVD camera ­ Recording and beaming traffic violation data

VMS to give real time traffic information to public

Challaning of Violations

Page 38: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

38

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Controlling Traffic signals through manual overrides or through Area Traffic Control Software.

The City Traffic Management Center (CTMC) should be the hub that connects all the City's traffic

control devices. TMC should have the various components of traffic management (signals, control

boxes, real time video) effectively managed by a team of qualified traffic personnel who monitor and

control all signals throughout the city.

This center should also act as the database for all traffic data in the city. This should also be the

place where information management for the traffic website for the city is carried out. All the

information about the traffic pattern in the whole of the metropolis is brought over here on an online

mode. Experts and trained staff (Traffic Police) will be monitoring the entire traffic system from this

place. The general characteristics of the transportation system like the street pattern, road widths,

restricted turning movements, restrictions on certain types of vehicles from using the network will be

available on a map. Live information such as which phase of signals are green will be displayed live.

All these information will be used to produce road user information and transmitted to appropriate

places.

CTMC will be the focal point for communicating transportation related information to the media and

the travelling public, and a place where agencies can coordinate their responses to transportation

situations and conditions. The TMC links various elements of ITS such as VMS, and closed circuit

video equipment enabling Police officials to identify and react to a traffic incident in a timely manner

based on real time data.

The designing, capacity and facilities are highly dependent on type of applications. Area traffic

control application of ITS may require a small room having server, desktop, printer and hub of

communication links. The traffic surveillance or monitoring requires much bigger room or hall or even

floor depending on the coverage/ scope of application. In that situation the bare minimum

equipments required for control room comprises of big video wall, high end servers, desktop, printer,

hub of communication links etc.

The video wall is used to see the traffic flow on different corridors/ junction in real time in order to

take quick decisions. The road side system will automatically transmits the situation of congestion,

incidents, obstructions, slow speed data to whole system, which can be seen graphically or in picture

form on video wall. The size of wall may be of 6 cubes of 55 inches with aspect ratio of 16:9 or 4:3.

This should be capable of showing all types of digital and analogue video signals (like PAL, NTSC,

SECAM) in high density mode also. Depending on the scope of application the capacity of server

can be decided. It is advisable to have separate servers for application, database, backup, data

recording etc. All these system must be secured using latest firewall and antivirus systems. The

Page 39: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

39

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

application and related software is again dependent on supplier. Hence the design of control room

is highly dependent on type of applications and requirement of system. So it is advisable that before

commissioning the control room the consent or advice of system supplier should be taken into

account in light of future expansion plan. It would hence be prudent to bring in a supplier consortium

to handle this element.

Depending on the scope of application the capacity of server can be decided. Ideally it would be

useful to have a one month back up of data.

2.4. Implementation

This tender is for the supply, implementation, testing, training of police for operations, and

maintenance of the system.

The contractor selected will have to implement the system within a period of 1 year. However, the

deployment of equipment must be carried out as follows.

0 to 6 months. Installation and commissioning of of VA Signals/Pelican Signals and VMS

–all edge devices.

6 to 10 Months Installation of the equipment at the Control centre and establish connectivity

to the edge devices

10 to 12 months Operations training and testing of equipment.

2.5. Operations and Maintenance

Training and Hand Holding

An intensive week-long training period to a select set of traffic police (junior level – atleast 10

personnel) will have to be given by the contractor after the 10 th month. The bidder should provide

the CV of the principal trainer and the experience he/she has had in the field of training.

The contractor should place at the control centre two qualified persons with a minimum of 5 years’

experience in setting up or managing ITMS to hand hold the traffic police through a period of 5 years.

Page 40: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

40

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Maintenance

All electronic equipment must come with a AMC of minimum 2 years. 3 years is preferable. Beyond

this the biddder should go into AMC with the equipment suppliers or vendors to continue the AMC

for a total period of 5 years.

The Bidder should maintain all other equipment including rust proofing and painting for the 5

year period.

Power charges has to be borne by the bidder for 5 years.

All communication charges should be borne by the bidder for 5 years.

2.6. Service Level

The service level that has to be adhered too will come into effect after the 1 year of implementation

period is completed.

The contractor should ensure that all edge equipiment is operational at a minimum level of 97% of

time.

The feeds to the control centre and operations from the control centre should have an uptime of

99.9%

2.7. Broad Specifications

The following are detailed specifications provided for each equipment type. The bidder could provide

alternate specifications but discuss its superiority or the redundancy of what is proposed. The

specifications below are meant to provide a basic benchmark to which the proposed ITMS should

aim for.

Another very key aspect is that the proposed ITMS must be interoperable and work on platforms

that can be easily customized to accommodate variety of other elements when needed.

The system should be able to work on standard 220 volt power.

VA Traffic Signals

Specifications of VA signals

Key features:

Vehicle actuated (VA) control. VDC 4107(Vehicle Detector Card) Fixed time control

Page 41: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

41

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

GIO4105(General Input Output) Phase oriented controller. Dynamic real time adaptive operations (DRAS) Vehicle detection via wireless infrared/radar Flexible control center communication link supported i.e.-Based GPRS/EDGE,3g/fiber optic leased line

/4G sim based

Remote controller firmware updating Should be Fully customized to integrate with other intelligent transportation systems (ITS) i.e. variable message signs (VMS), flood warning system , video detection system CCTV red light camera speed detection Incorporation with Anti-theft technology Microprocessor based (32-bit processor for all cards) Compact design Multiple protections Multiple conflict monitors Opto - isolated inter board communication 12 channel detector cards Controller should be compatibility to (Emergency Vehicle Priority) EVP system

Traffic Controller Specifications: System specifications

Parameter Required Specifications

Processor Advanced processing Unit (APU) containing 32 bit microprocessor chip

OS Linux / Windows (embedded)

Communication Ports RS232, USB, Ethernet, RS 485- Multi drop.

Drive PCB 16 Drive lines for LED Aspects

Programming facility Through central monitoring station or Through

Any Laptop, Mobile facility

Protection Auto shutdown on over/under voltage/current and Auto Start Up on Restoration

Page 42: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

42

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Input Voltage 230 V ac ±10 and frequency 50 ±5Hz, DC I/P 24V

Operating Voltage 230vts and 24V DC / as per system requirement

Remote Monitoring /

Synchronization

Should be compatible with remote

configuration for corridor synchronization

between junctions and traffic controller

Cabinet 3-U Rack Mounted, powder-coated with RJ-45

sockets

Features 1. Programmable Year Calendar: Min. 20 Holidays (can be customized)

2. Programmable Day (7 days)

3. Min 12 cycle plans per day (excluding

manual police control plan)

4. Min 8 Phases / stages per plan

5. In built diagnostics

6. In built data logging/Fault log capacity to 10

Years

7. ILC 4101 controls the lamp output as

commanded by APU4100

8. Health report features.

9. Vehicle actuation

10. Conflict Management

11. In built port for Emergency Vehicle priority

Temperature 0ºC to 55ºC

Humidity 95% Humidity at 40ºC Non-Condensing

Page 43: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

43

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Construction Weather Proof, Vandal Proof, Dust and

Splash Proof Steel Cabinet Passivated and

Painted with cable entry points and separate

access to police panel controls

Controller Enclosure IP 65 Complaint, 4 DOOR Controller panel box provided with an exhaust fan 4 DOOR

Item Specifications

Logging capacity Fault /event storage capacity /average 10 events /day data

storage capacity 7 years (max)

connection interface USB /Bluetooth

Lamp status monitoring

Fuse blown detection green conflict detection double lamp

detection lamp failure detection

Current monitoring system

Conducts power consumption monitoring

Lamp conflict or lamp missing

Configurable to trigger amber or traffic system shutdown

LED and halogen

based aspects

compatibility

(brands and

models)

Must be tested with current monitoring (CMB) to

ensure lamp conflict and missing detection system

is functional

Vehicle detection wireless radar/infrared detections

Communication

methods from

controller to

control center

GPRS/leased line fiber optic /4G Sim based

Page 44: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

44

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Communication and SMS module

Fault alert SMS to mobile device

MIS & Dashboard Facility to be set up Specifically to monitor the System from TMC.

LED Specifications for Signal Head:

LED Retrofit Specifications:

Item Specifications

Power supply 230 V ac ±10 and frequency 50 ±5Hz, Standards EN 12368 complaint

Convex Tinted Lens Available

Fuse and Transients Available

Operating Temperature Range

-10’C Celsius

Turn Off/Turn On Time

75 ms max

Total Harmonic Distortion

<20%

Electromagnetic interference

Meets FCC Title 47, Subpart B, Section 15 Regulation

Blowing Rain/Dust

Spec

MIL 810F complaint Minimum Luminous Intensity

Red 250

(measured

at intensity

point)(nm)

Amber 250

Green 250

Dominant Wavelength (nm)

Red 630

Amber 590

Green 490

Lamp conflict

compatibility

system

Compatible with lamp failure and conflict detection

Page 45: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

45

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Description RED LED AMBER LED GREEN LED Pedestrian Red /

Green

LED Type SMT /Through

hole

SMT / Through

hole

SMT / Through

hole SMT /Through hole

Viewing angle 23.5 to 30° 23.5 to 30 ° 23.5 to 30 ° 23.5 to 30°

Total Number of LED's

128 minimum 128 minimum 60 minimum 70 Red and 70 Green

minimum

Color Wave length 630 nm 590 nm 490 nm 625 nm / 505 nm

Intensity(mcd) 2240-7100 2800-7100 4500-9000 2240-7100 / 4500-

9000

Operating

Temperature range -40° C to +85° C -40° C to +85° C -40° C to +85° C -40° C to +85° C

MTBF(design life cycle)

10 Years 10 Years 10 Years 10 Years

Intensity of full

aspect 260Cd Minimum 380 Cd Minimum 100 Cd Minimum 260Cd Minimum

LED should be from a reputed manufacturer

Vehicle actuation Camera:

o Temperature Range: from -30°C to +60°C

o Humidity: 0 to 95% non-condensing.

o 24 vehicle presence zones 4 bike presence regions 8 inverse direction zones

Camera Details:

o Camera Type: wireless infrared/radar technology

▪ Long wave Infrared (7 – 14 Micrometer)

▪ Resolution: QVGA Frame Rate: 30 FPS

o Lens Type: Wide Angle

o Focal Distance :7.5mm

Page 46: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

46

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

o Compression: H.264, MPEG4, MJPEG (dual stream)

Power Supply, Outputs & Communications:

▪ Input Power 230 v ac ±10 and frequency 50 ±5Hz, 12-42 VDC ,12-30 VDC

▪ Power Consumption ≤ 4.8W

▪ IP-addressable - Yes

Standards:

o Protection Grades: Housing = IP68, Connectors = IP67

Timers

Item Specifications

Digit height 510 mm

Digit width 93.98 mm

Segment width 38.1 mm

Wavelength 630 nm for red LED

525 nm for green LED

Luminous intensity 150 cd/m² @ 10 cm distance from the surface

Power supply 230v AC

Internal power supply 5 Vdc (7A) - for CDC countdown and red 7 -segment LED'S

12 Vdc (4A) - for 7 -segment green LED'S. Both using switching power supplies Communication Countdown

Mode Users RS485 communication with controller (up to 1.2 km)

Wireless Countdown Mode Users Xbee band with controller (up to 1 km near line of sight)

Cabinet size (2 digit) (635) x (508) x (93.98) mm

Microprocessor 8 bit microcontroller

On board internal memory 64 Kbyte

Lamp conflict protection Hardware and software based interlock available

Page 47: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

47

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Traffic Light Controller Software

The software is client-server based which enable the viewer to configure through web browser.

1. Software should be able to control the junction remotely from centralized control station.

2. Software should be scalable to configure more signals without modifying

the software just by adding the hardware.

Junction Signal Management Software.

Emergency Vehicle priority system compatibility post.

The basic objective of emergency vehicle prioritization is to manipulate traffic signals in the path of an

emergency Vehicle, stopping conflicting traffic and allowing the emergency vehicle right-of-way, to

help reduce response Times and save valuable lives. Our approach lies in taking this facility forward

to reach out to Ambulances and Fire Engines so that in Kochi we could achieve Optimum

throughput for emergency purposes. The signal controller should possess a port that will provide

compatibility to the next extended system that is being planned & be implemented.

Online monitoring:

1. Health of the system: Voltage and current of Battery, solar and Power supply.

2. Failure : Vehicle detector.

3. Ethernet and GPRS interfacing capability.

4. Online monitoring of synchronization of corridor in GUI to ensure proper synchronization and validation

5. Remote configure, monitor and controlling Application: This Application is used

configure system parameters such as Day plans, No of phases, Phase data

,phase Timings , Mode of operation (Vehicle actuated and Auto Plan) ,vehicle

sensor , Manual and Hurry call mode phase data, Holiday calendar etc.

6. Application can be used to control the junction when there is critical situations

such as VIP movements by using Hurry call (1, 2, 3, 4), Blink and Junction off.

Using Hurry call we can Green for a Particular path.

7. Online system status such as phase, Road and Timings, utilized green Time

in case of vehicle actuated signaling, vehicle occupancy can be viewed in GUI

(Graphical User Interface).

Page 48: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

48

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

8. Since the traffic flow various frequently, the control software should be capable

of changing cycle time dynamically based on the traffic density (locally and

centrally)

9. Able to diagnose the disconnected Junction near real time

10. Power alerts should be created in case of low battery

11. Controller & Online Monitoring System must be compatible to the EVP which is

to be proposed.

Audible Alarms

All pedestrian crossings shall have an audible alarm system which switches on at the beginning of the pedestrian green phase and switches off at the end of the pedestrian

green phase. The alarm shall ring continuously during the green phase and shall ring

intermittently for 5 seconds before switching off. The sound level of the alarm shall be

higher than the ambient noise level.

Cables

Description 3 – core 6 - core 12- core 19-core

Conductor

material

Copper Copper Copper Copper

Size 2.5 mm square (min) 2.5 mm square (min) 2.5 mm square (min) 2.5 mm

Insulation PVC Type A PVC Type A PVC Type A PVC Type A

Shield Al - Mylar tape Al- Mylar tape AI-Mylar tape AI-Mylar tape

Armour Gl WIRE armoured Gl WIRE armoured Gl WIRE armoured Gl WIRE armoured

Page 49: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

49

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Outer Sheath PVC Compound

type

– ST

PVC Compound type

- ST

PVC Compound type

- ST

PVC Compound type

– ST

Test in accordance with

Standard / Specification

Test method as

per IS 10810-

1984

Test method as

per IS 10810-

1984

Test method as per

IS 10810-1984

Test method as per

IS 10810-1984

Earthing

Shall comply, with IS 3043

Trenching and Ducting

Cables to be taken across roads shall be encased in high quality HDPE ducts.

These ducts shall be provided by horizontal drilling under the existing road. Open

trenching will not be permitted across roads but could be considered on footpaths and

medians.

Power Source

230 V AC /50 Hz/ Single phase power from the public utility grid would be available at each location.

Backup Power

The backup system shall have the capacity to operate the OU for a minimum of 4

hours. The backup power system requirement shall be:

Storage Battery Type Sealed maintenance free, lead acid battery : Storage Battery Voltage 2 4 V

Storage Battery Capacity 80 AH (min)

Storage" Battery Maxi Depth of

discharge

80%

Page 50: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

50

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

In station Unit Server

i) Suitable Windows based high-end system with

adequate storage and back up facility.

ii) System should have the capacity to maintain and

archive 7 days data from 200 plus Junctions.

iii) Should have necessary hardware to enable

communication with each outstation of unit using

Ethernet interface, OFC/4G.

iv) Should also have facility for TCP/IP connectivity to each OU

Works Station

v) Latest Configuration desktop with high speed data

and graphics storage device, high resolution

graphics monitor, graphics printer, windows

operating system, network with the server.

vi) Should have GUI application software that shall be capable of:

a) Database operation b) OU Monitoring c) OU programming d) MIS report production

vii) Application software shall be upgraded as and when

new versions are made available.

Page 51: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

51

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

PTZ Camera

PTZ camera -Technical specifications

S No Description Requirement

1 Resolution 2MP, 1920 × 1080 OR BETTER

2 Image sensor 1/3" progressive scan CMOS or Better

3 Minimum Illumination Color: 0.05 Lux @ (F1.6, AGC ON), B/W: 0.01Lux @ (F1.6, AGC ON), IR: 0 Lux

4 Focal Length 7mm to 329mm

5 Optical Zoom 47X or Better

6 Digital zoom 16X or better

9 True WDR 120dB or Better

11 Shutter Time 1/1 to 1/10,000s

12 PAN Rotation 360 Degrees

13 PAN Speed Pan Manual Speed: 0.1°~160°/s, Pan Preset Speed: 240°/s

14 Tilt Rotation From -15° to 90° (auto reverse)

15 Tilt Speed Tilt Manual Speed: 0.1°~120°/s, Tilt Preset Speed: 200°/s

16 Pre set Positions 300 or more

17 Privacy Mask 24 privacy masks programmable

18 IR Range 400 mtrs or Better

Page 52: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

52

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

19 Optical Defog should be available

20 EIS should be available

21 Image Enhancement 3D DNR, EIS, HLC Smart IR

22 Video Compression H.265, MJPEG

23 Fps 25

24 Application programming

Open-ended API, support ONVIF, PSIA

26 Patrolling 8 patrols, up to 32 presets per patrol

27 Alarm I/O 7 In/2 Out

31 Protocols IPv4/IPv6, HTTP, HTTPS, 802.1X, QoS, FTP, SMTP, UPnP, SNMP, DNS, DDNS, NTP, RTSP, RTP, TCP, UDP, IGMP, ICMP, DHCP, PPPoE

32 SD Memory Card Support up to 128GB Micro SD/SDHC/SDXC card,Support Edge recording

34 Web Browser IE 7+, Chrome 18 +, Firefox 5.0 +, Safari 5.02 +, support multi-language

35 Power High-PoE&24 VAC

36 Working Temperature -30°C to 65°C (-22°F to 149°F)

38 Protection Level IP66, IK10,surge protection and voltage transient protection

Page 53: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

53

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

39 Certification CE, FCC, EN, UL & ROHS

40 SMART FEATURES

Smart Detection

Intrusion Detection, Line Crossing Detection, Audio Exception Detection, Region Entrance Detection, Region Exiting Detection, Unattended Baggage Detection, Object Removal Detection

Smart Tracking Manual Tracking, Auto Tracking, Event Tracking

ROI encoding Support 24 areas with adjustable levels

Bracket Suitable bracket to be provided

Page 54: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

54

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Fixed Camera

Fixed Camera -Technical Specifications

S No Description Requirement

1 Resolution 2MP, FULL HD (1920x1080) or better

2 Image sensor 1/3’’ Progressive Scan CMOS or Better

3 Minimum Illumination 0.005 Lux @ (F1.2, AGC ON), 0.007 Lux @ (F1.4, AGC ON), 0 Lux with IR

4 Shutter Speed 1/3s ~ 1/100,000s

5 Lens 5~90mm - Motorized Zoom Autofocus Lens

6 Optical Zoom 18X or Better

7 True WDR 120dB or Better

8 Video Compression H.264, MJPEG

13 Frame Rate 25 FPS(1920 X 1080)

15 Image Enhancement BLC/3D DNR/ROI/Defog/EIS

19 Protocols TCP/IP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6, Bonjour

21 Standard ONVIF(PROFILE S,PROFILE G),PSIA,CGI,ISAPI

Page 55: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

55

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

22 On-board storage Built-in Micro SD/SDHC/SDXC slot, up to 128 GB

24 IP Protection Level IP67

25 Operating Conditions -30°C – 60 °C

27 Power Supply 12 V DC ± 10%, PoE (802.3af)

28 IR Distance 100 meters or Better

29 SMART FEATURES

Behavior Analysis Line crossing detection, Intrusion detection, Region entrance, Region exiting, Parked Vehicle, Object removal

Statistics Object Counting (Entrance and Exit object number is accounted and showed on screen in real time)

Bracket Suitable bracket to be provided

Page 56: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

56

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Variable Message Sign

Sl.No. Description

1 System Requirements

a The system should be capable to display warnings, traffic advice, route guidance,

emergency messages and any other dynamic, customized messages from the

Command and control center(CCC) in real time.

b The system should also be capable to display warnings, traffic advice, route

guidance and emergency messages to motorist by using local PC/Laptops.

c The VMS should display text (multi lingual – Hindi & English) and graphic

messages using Light Emitting Diode (LED) arrays.

d The System should able to display failure status of any LED at CCC.

e The System should support Display characters in true type fonts and adjustable

based on the Operating system requirement

g The VMS workstation at the CCC should communicate with the VMS

controller through the network. It should send out command data to the variable

message sign controller and to confirm normal operation of the signboard.

In return, the VMS workstation should receive status data from the VMS controller.

g VMS controllers should continuously monitor the operation of the VMS via the

provided communication network.

h Operating status of the variable message sign should be checked periodically from

the CCC.

I It shall be capable of setting an individual VMS or group of VMS’s to display

either one of the pre-set messages or symbols entered into the computer via the

control computer keyboard or by another means.

Page 57: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

57

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

J It shall be capable of being programmed to display an individual message

to a VMS or a group of VMS’s at a pre-set date and time.

k A sequence of a minimum of 10 messages/pictures/ pre-decided sign or group of

signs shall be possible to assign for individual VMS or group of VMS’s.

l It shall also store information about the time log of message displayed on each

VMS. The information stored shall contain the identification number of the VMS,

content of the message, date and time at which displayed message/picture starts

and ends.

m The central control computer shall perform regular tests (pre-set basis) for each

individual VMS. Data communication shall be provided with sufficient security

check to avoid unauthorized access

2 Variable Message Sign board application

a Central Control Software allows controlling multiple VMS (up to 10) from one

console.

b Capable of programming to display all types of Message/ advertisement

having alphanumeric character in English, Hindi, Marathi and combination of text

with pictograms signs.

c Capable of controlling and displaying messages on VMS boards as individual/

group.

d Capable of controlling and displaying multiple font types with flexible size

and picture sizes suitable as per the size of the VMS.

e Capable of controlling brightness & contrast through software.

f Capable to continuously monitor the operation of the Variable Message sign

board, implemented control commands and communicate information to the

Traffic Monitoring Centre via communication network.

g Real time log facility – log file documenting the actual sequence of display to be

available at central control system

Page 58: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

58

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

h Multilevel event log with time & date stamp

i Access to system only after the authentication and acceptance of authentication

based on hardware dongle with its log.

j Location of each VMS will be plotted on GIS Map with their functioning status which

can be automatically updated.

k Report generation facility for individual/group/all VMSs with date and time

which includes summary of messages, dynamic changes, fault/repair report

and system accessed logs, link breakage logs, down time reports or any

other customized report.

l Configurable scheduler on date/day of week basis for transmitting pre-

programmed message to any VMS unit

m Various users should access the system using single sign on and should be

role based. Different roles which could be defined (to be finalized at the stage of

SRS) could be Administrator, Supervisor, Officer, Operator, etc.

n Apart from role based access, the system should also be able to define

access based on location

o Rights to different modules / Sub-Modules / Functionalities should be role based

and proper log report should be maintained by the system for such access

p Components of the architecture must provide redundancy and ensure that there

are no single points of failure in the key project components. To take care

of remote failure, the systems need to be configured to mask and recover

with minimum outage.

q Ease of configuration, ongoing health monitoring, and failure detection are vital to

the goals of scalability, availability, and security and must be able to match

the growth of the environment.

r System shall use open standards and protocols to the extent possible

s Facility to export reports to excel and PDF formats.

Page 59: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

59

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

3 Remote Monitoring

a All VMS shall be connected/configured to Traffic Monitoring Centre for remote

monitoring through network for two way communication between VMS and

control Room to check system failure, power failure & link breakage.

b Remote Diagnostics to allow identifying reason of failure up to the level of failed

individual LED.

Page 60: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

60

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

RLVD

Red-light Violation detection system

Technical Specifications – RLVD Specifications

S. No

Specifications

1 Objective

a)

Capture the License Plate of the vehicles crossing the Stop line when the signal is Red. The system should have both provisions to detect red light status by taking the signal feed from the traffic signal controller as well as by video analytics method using another camera (Evidence Camera) focused at the red light. The Evidence camera should also be used for evidence snap generation.

b)

Generate sufficient evidential proof that the offence has taken place. The system must have in-built tool to facilitate the user to compose detail evidence by stitching video clips from any IP camera in the junction (including but not limited to the red light violation detection camera, evidence camera), and any other surveillance cameras in the vicinity of the spot of incidence. The entire evidence should be watermarked and encrypted to stand the court of law.

c) To penalize the offenders by issuing Challans to them against the offence with sufficient visual evidence of the offence.

d) To preserve the records for future analysis so that corrective actions are to be taken to curb the tendency of people to commit such offences.

2 RLVD sub - system is made of the following components

Page 61: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

61

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

a)

Standard IP camera for License Plate Capture:

Standard ONVIF compliant Minimum 1.3 MP IP cameras with 5-50 MM megapixel lens. The Camera should be able to stream MJPEG video at 25 fps for 1.3 MP resolutions. The system should support all standard brands of cameras satisfying the given specification. One camera should cover at least 3.0 meter width of lane, and capture the license plates of vehicles which violates the traffic signal and moving at a speed of 0 to 60 km/hr.

Camera should provide http URL to take full resolution snapshots of the scene within 0.2 sec while the continuous video streaming is on.

The video clip for the violating vehicle captured by this camera must be archived with user defined watermarked text message so that it can be searched by the user to investigate the incidence.

b) Standard IP camera to capture evidential proof

At least 2.0 MP IP camera with 5-50 mm megapixel lens is to be used to capture at least 3 snaps showing clearly that the vehicle is crossing the stop line even when the signal is RED.

Page 62: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

62

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

c) Provision for Traffic Controller Integration

The system must have capability to take feed from Traffic Controller to know signal status. This is essential if the evidence generation camera goes out of order for any reason or the user chooses not to install this additional camera.

d) IR –illuminator

The IR-illuminator is required to capture license plate at night time when there is not sufficient illumination at site. The IR-illuminator should be external and should not consume more than 80W to illuminate a lane.

e) RLVD Software

RLVD software should be deployable in standard servers running either Windows or Linux Operating system, and should have open interface to be integrated with the Challan generating sub-system and the traffic signal controller system. Challan generating system and the RLVD software should interact on open interface so that each of the systems can be chosen independently.

3 Functionality

Page 63: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

63

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

a)

It synchronizes among the RED light Status camera, License plate camera and Evidential proof capture camera and store the record in Database with License plate image, image of the vehicle, and at least 3 snaps showing clearly that the vehicle is crossing the stop line while the signal is RED. This can be corroborated with the video clip archived in the VMS system at the control room. It should be able to intimate the incidence in real time through SMS/MMS to designated Cell phone, so that this facility can be used to alert the traffic personnel posted at the next traffic intersection.

b)

The system should generate Alarms at control room software if any signal is found not turning RED within a specific duration of time. The Alert should also be sent through SMS using cellular network reporting such incidence.

c)

The system should provide facility to search for the cases of violations occurred during any specific span of time, and provide a statistical analysis of the number of such incidences occurring during various days of the month, various months of the year in graphical forms. A report of all such incidences should be automatically generated by the system in a spreadsheet (.xls format), and can be automatically emailed to designated officials.

d)

The system should provide facility to privileged users to manually check the entry in database and edit the numbers if necessary, before the numbers are fed to the Challan generating sub-system. An audit trail should be maintained to record such editing activities.

Page 64: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

64

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

e)

The System should also record the video of all the cameras/selected cameras using a predefined and user configurable schedule. The recorded video can be searched using the following filters:

i. Appearance of a particular license plate.

ii. When the signal is RED

iii. When the signal is GREEN

iv. During any given date-time span.

f)

The system should capture standard vehicle’s number plates with an accuracy of at least 70% at day time and at least with an accuracy of 60% at night time.

g)

The system should be able to show Live video in multiple Matrix layouts for all the cameras in the system at real time. At least 1x1, 2x2, 3x3, 1+5, 1+7 views must be supported.

h)

Additionally, the system should be able to store license plates numbers of at least 10,000 suspected vehicles at a time and should generate an Alert is any one of the vehicles is found crossing the stop line (irrespective whether the signal is GREEN or RED) in form of Video popup at the Monitor and/or SMS on Cell phones. SMS on Cell phones should be sent using cellular network only.

Page 65: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

65

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

AUTOMATIC NUMBER PLATE RECOGNITION SOFTWARE

The ANPR System shall enable monitoring of vehicles at entry/exit locations. The system shall support real-time detection of vehicles at the deployed locations, recording each four-wheeler, reading its number plate, database lookup from central server and triggering of alarms/alerts based on the vehicle status and category as specified by the database. The system usage shall be privilege driven using password authentication.

Description

1. Vehicle Detection and Video Capture Module :- The System should automatically detect a vehicle in the camera view using video detection and activate license plate recognition

a. The System shall automatically detect the license plate in the captured video feed in real-time.

b. The system shall perform OCR (optical character recognition) of the license plate characters (English alpha-numeric characters in standard fonts).

c. The System shall store JPEG image of vehicle and license plate and enter the license plate number into DBMS like MySQL, PostgreSQL etc. database along with date timestamp and site location details.

d. System should be able to detect and recognize the English alpha numeric License plate in standard fonts and formats of all four wheelers including cars, HCV, and LCV.

e. The system shall be robust to variation in License Plates in terms of font, size, contrast and colour and should work with good accuracy

f. The system shall be robust to variation in License Plates in terms of font, size, contrast and colour and should work with good accuracy.

Page 66: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

66

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

2. Vehicle Detection by Colour

a. The system shall detect the color of all vehicles on best effort basis, in the camera view during daytime and label them as per the predefined list of configured system colors. The system will store the color information of each vehicle along with the license plate information for each transaction in the database.

b. The system shall have options to search historical records for post event analysis by the vehicle color or the vehicle color with license plate and date time combinations.

3. Alert Generation

a. The system should have option to input certain license plates according to the hot listed categories like “Wanted”, “Suspicious”, “Stolen”, etc. by authorized personnel.

b. The system should be able to generate automatic alarms to alert the control room personnel for further action, in the event of detection of any vehicle falling in the hot listed categories.

4. Vehicle Status Alarm Module

a. On successful recognition of the number plate, system should be able generate automatic alarm to alert the control room for vehicles which have been marked as "Wanted", "Suspicious", "Stolen", "Expired". (System should have provision/expansion option to add more categories for future need).

b. The Instantaneous and automatic generation of alarms. In case of identity of vehicle in any category which is define by user.

Page 67: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

67

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

5. Vehicle Log Module

a. The system shall enable easy and quick retrieval of snapshots, video and other data for post incident analysis and investigations.

b. The system should be able to generate suitable MIS reports that will provide meaningful data to concerned authorities and facilitate optimum utilization of resources. These reports shall include.

i. Report of vehicle flow at each of the installed locations for Last Day, Last Week and Last Month.

ii. Report of vehicles in the detected categories at each of the installed locations for Last Day, Last Week and Last Month.

iii. Report of Vehicle Status change in different Vehicle Categories.

c. The system shall have Search option to tune the reports based on license plate number, date and time, site location as per the need of the authorities.

d. The system shall have option to save custom reports for subsequent use. The system shall have option to export report being viewed to common format for use outside of the ANPRS or exporting into other systems.

e. The system should provide advanced and smart searching facility of License plates from the database. There should be an option of searching number plates almost matching with the specific number entered (up to 1 and 2-character distance).

Page 68: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

68

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

6. Vehicle Category Editor

a. The system should have option to input certain license plates according to category like "Wanted", "Suspicious", “Stolen", and “Expired" etc. by Authorized personnel.

b. The system should have an option to add new category by authorized personnel.

c. The system should have option to update vehicle status in specific category by authorized personnel. E.g. on retrieval of stolen vehicle, system entry should be changed from "Stolen" to "Retrieved".

d. System should have option to specify maximum time to retain vehicle records in specific categories.

7. Central Management Module

The Central Management Module shall run on the ANPRS Central Server in control booth. It should be possible to view records and edit hotlists from the Central Server.

8. Centralized Video Management Module

Besides recording the snaps & video clips of every license plate extracted, it is also required that a centralized video management software is also supplied to achieve the below:-

Besides recording the snaps & video clips of every license plate extracted, it is also required that a centralized video management software is also supplied to achieve the below:-

1. Continuous recording of every lane video irrespective of presence of vehicle.

Page 69: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

69

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

2. Such recording schedules can be continuous, event based, schedule based, trigger based etc.

3. Archive Search using dates, time, event etc.

4. High Availability/Redundancy of Recording & Database.

5. Health monitoring module - To allow for continuous monitoring of the operational status and event-triggered alarms from servers, cameras and other devices. The health monitoring module shall provide a real-time overview of alarm status or technical problems while allowing for immediate visual verification and troubleshooting.

6. Virtual Matrix – To allow viewing of live video in different layouts on operator screen.

7. Video stitching – It should allow stitching of multiple lane videos/tiles to provide panoramic type seamless view of both entry & exit lanes.

ANPR Camera & IR Specs For the RLVD System

1. The Camera, IR, Lens, Housing cabinet should be from same OEM

2. Should have head light filter mechanism

3. Head light compensation mechanism

4. Should come with 1/2 inch sensor - image clarity increases and covers more area

5. IP 66 Housing

6. 12 - 40mm Lens

Page 70: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

70

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Features Description

Image Sensor 1/1.9" Progressive CMOS

Maximum Resolution 1920x1080 (2MP)

Lens Type Vari-focal

Focal Length f = 12 ~ 40 mm

Aperture F2.36 ~ F2.44

Auto-iris P-iris (DC-iris reserved)

Field of View

10.2° ~ 30° (Horizontal)

8° ~ 22° (Vertical)

12° ~ 38° (Diagonal)

Shutter Time 1/800 to 1/10,000 sec.

Max. Shutter Time 1/5 to 1/10,000 sec.

WDR Technology WDR Pro 100db of better

Day/Night Removable IR-cut filter for day & night function

Page 71: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

71

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Minimum Illumination

Illumination Threshold:

300 Lux @ IR On

600 Lux @ IR Off

Pan/tilt/zoom Functionalities

ePTZ:

48x digital zoom (4x on IE plug-in, 12x built in)

On-board Storage SD/SDHC/SDXC card slot

Video

Compression H.264 & MJPEG

Maximum Frame Rate

30 fps @ 1920 x1080

60 fps @ 1920 x1080 (In one-stream mode only)

(In both compression mode)

Maximum Streams 2 simultaneous streams

S/N Ratio 50 dB or better

Dynamic Range 100 Db or better

Video Streaming Adjustable resolution, quality and bitrate

Page 72: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

72

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Image Settings

Time stamp, text overlay, flip & mirror; Configurable brightness, contrast, saturation, sharpness, white balance, exposure control, gain, backlight compensation, privacy masks, scheduled profile settings; 3D noise reduction, EIS, video rotation, snapshot focus

Audio

Audio Capability Two-way Audio (full duplex)

Compression AAC, G.711, G.726

Interface

External microphone input

Audio output

Network

Users Live viewing for up to 10 clients

Protocols

IPv4, IPv6, TCP/IP, HTTP, HTTPS, UPnP, RTSP/RTP/RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DDNS, PPPoE, CoS, QoS, SNMP, 802.1X, UDP, ICMP, ARP, SSL, TLS

Interface 10 Base-T/100 BaseTX Ethernet (RJ-45)

ONVIF Supported

Video Motion Detection Triple-window video motion detection

Page 73: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

73

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Alarm Triggers

Video motion detection, manual trigger, digital input, periodical trigger, system boot, recording notification, camera tampering detection, audio detection

Alarm Events

Event notification using digital output, HTTP, SMTP, FTP and NAS server, SD Card

File upload via HTTP, SMTP, FTP, NAS server and SD card

General

Smart Focus System RBF (Remote Back Focus)

Connectors

RJ-45 for Network/PoE connection

Audio input/output

BNC Video output

AC 24V power input

DC 12V power input

Digital input*2

Digital output*1

RS485

LED Indicator System power and status indicator

Page 74: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

74

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Power Input

DC 12V/AC 24V

IEEE 802.3af PoE

Power Consumption

Max. 9.2 W (DC 12V)

Max. 15.4 W (AC 24V)

Max. 12.2 W (PoE)

Safety Certifications CE, LVD, FCC Class B, VCCI, C-Tick, UL

Operating Temperature

Starting Temperature: 0°C ~ 60°C (32°F ~ 122°F)

Working Temperature: -10°C ~ 60°C (14°F ~ 122°F)

IR Illuminator

2 x 24W IR Illuminators with min 100 meters range @10 deg beam range. IP66 & IK10 compliance. IR illuminators should be part of same camera system with proper camera sync.

Outdoor Housing & Mount

IP66,IK10

Page 75: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

75

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Pelican Signals

Features

Programmable inter green period

Programmable Minimum vehicle green period

Programmable flashing pedestrian RED / GREEN at the termination of pedestrian green

Programmable flash

Solid state signal output switching

Heavy duty industrial grade push button

Pole mountable MS weather proof cabinet

Minimum vehicle green: 3 to 150 sec

Pedestrian Green : 3 to 30 sec

Pedestrian flash green/Red: 3 to 15 sec

All red : 3 to 15 sec

Amber: 3 to 15 sec

Flash rate: 60flashes per minute

Optical Output

Power consumption: Led based traffic signal light consumes less than 15 watts(between 6 to 15

Watts) compared to conventional 100watt filament bulbs. Thus not only this uses less energy but

also saves cost towards electricity bills. LED based Traffic lamps can even be operated by solar

energy as these require 24V DC for operating the same. Energy saving is up to 80% to 90%.

Longlife: The main advantage of LED’s long life and low power consumption. Normally it has life of

100000hours compared to approximately 1000 hours for filament bulbs. A ratio of 1:100

No maintenance: Practically no maintenance is required due to long life of LED’s as compared to

frequent replacement of bulb in bulb based traffic lamps. There is no maintenance cost.

Safety: Due to no failure and better visibility of LED’s there are no accidents and jams. The high

reliability greatly reduces the possibility if traffic accidents which are likely in the case of possible

failure of filament bulbs

Compact design: the tight sealed design of the unit resist dust, moisture, wind and traffic introduced

vibrations.

Temperature Withstand wide variations of ambient temperature. 10 to +70°C

Page 76: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

76

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

LED Signal display units

The LED aspects are having EN-12368-2000 Certification.

300mm Lamp Housing with Visor

Black Polycarbonate

Flexible Mounting

LED Lamp Heads

Comply EN-12368-2000 Specifications

MODEL PEDESTRIAN COMBINED RED & GREEN

No: of LED 60Min 56Min

Wavelength 640 +_ 5nm 505 ± 4nm

Brightness 175cd 175cd

Power Source-Solar 24V±10DC 24V ± 10% DC

Wattage(Max) 5W±10% 5W ± 10%

Current @24V 180mA 180Ma

Power Factor >0.9 >0.9

Operating Temp: -10to +70°c -10 to +70° C

Humidity 5 to 95% 5 to 95%

Weight 1.65Kg 1.65Kg

Diameter 300mm 300mm

LED PCB Made out of 1.5 mm Glass epoxy sheets

Front Cover Ultra Violet stabilized Moulded polycarbonate

Back cover FRP / Poly Carbonate

Certification EN-12368-2000 certified

Page 77: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

77

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Power Source:

Input Voltage : 230V AC, 50 Hz, Single phase

Battery bank : 24V, VRLA SMF

Autonomy : 4 hours

Charge control unit : Micro controller based

Recurring Expenses : Yes

Low: Power Consumption : Led based traffic signal light consumes less than 15Watts between

Street Furniture (Signal Poles)

Six Meters long 100mm GI Class B pole with FRP pole cap, Junction box and bend GI pipe

for cable entry. For vehicular and pedestrian signals mounted 3.0 meters above the ground.

Nine meters long 125mm GI Class B Cantilever pole with 3 meters horizontal over hang,

junction box and bend GI pipe for cable entry. For vehicular signals at 3.0 meters height on

the bottom portion and 7.0meters height on overhang portion.

Page 78: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

78

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

3 General Conditions of

Contract (GCC)

Page 79: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

79

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

3. General Conditions of Contract (GCC)

3.1. General Conditions

1. DEFINITION AND INTERPRETATION

In the contract, unless the context otherwise requires:

1.1 "Acceptance of Tender' means the letter or memorandum communicating to the Contractor the

acceptance of his tender.

1.2 .“Consignee” means where the equipment are required by the acceptance of the tender to be dispatched

by rail, road, air or streamer, the person specified in the Acceptance of tender to whom they are to be

delivered at the destination.

1.3 .“Contract" means and includes Tender Invitation, Instructions to Tenderers, Tender, Acceptance of

Tender, General Conditions of Contract, Special Conditions of Contract, schedule of Requirements,

Technical Specification and Annexures particulars and the other conditions specified in the acceptance

of tender, and amendments.

1.4 .The "Contractor'/Bidder/Tenderer” means the person, firm or company with whom the order of the

supply is placed/participated/intend to participate in the tender.

1.5 "Drawing" means the drawing or drawings specified in or annexed to the specification.

1.6 The "Inspecting Officer" means the person/team of CSML specified in due course of time for the purpose

of inspection of equipment and includes his/their authorized representatives.

1.7 "Particulars" include:-

a) Specifications

b) Drawings

c) "Proprietary mark" or "brand" means the mark and brand of the product which is owned by

an industrial firm;

Page 80: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

80

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

d) Any other details governing the construction, manufacture or supply of stores as may be

prescribed by the contract.

1.8 .“Inspection Test” means such test or tests as are prescribed by the specifications to be made by the

Purchaser / Employer or his nominee during installation, and commissioning.

a. "Purchase Officer” means the officer signing the acceptance of tender and includes any officer

who has authority to execute the relevant contract on behalf of the Purchaser / Employer;

b. The "Purchaser / Employer” means Cochin Smart Mission Limited (CSML).

c. "Signed" includes stamped, except in the case of acceptance of tender or any amendment

thereof;

d. "Site" mean the Locations as specified in the technical specifications at which equipment is

required to be delivered /installed by the Contractor under the contract or any other place

approved by the Purchaser / Employer for the purpose in Kochi

e. "Equipment" means the goods in the contract, which the Contractor has agreed to supply

under the contract;

f. "Test" means such test as is prescribed by the particulars or considered necessary by the

CSML whether performed or made by the Inspecting Officer or any agency acting under the

direction of the Inspecting Officer.

g. “Work" means all the work specified or set forth and required in and by the said specifications,

drawings and "technical Specifications / schedule of Requirements", hereto annexed or to be

implied there from or incidental thereto, or to be hereafter specified or required in such

explanatory instructions and drawings (being in conformity with the said original specifications,

drawings and technical Specifications / "Schedule of Requirements").

h. The delivery of the equipment shall be deemed to take place in accordance with the terms of

the contract, after approval by the Inspecting Officer /team from CSML /its representatives the

consignee

Page 81: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

81

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

i. “Writing” or “Written" includes matter either in whole or in part, in manuscript typewritten, or

printed as the case may be.

j. Terms and expression not herein defined shall have the meanings assigned to them in the

Indian Sale of Goods Act, 1930 or the Indian contract Act, or the General Clauses act, 1897

as the case may be.

k. "Facilities" means the Equipment to be supplied and installed as well as all the Installation

Services to be carried out by the Contractor under the Contract.

l. "Purchaser / Employer" means the person named as such in the Tender Document and

includes the legal successors or permitted assigns of the Purchaser / Employer.

2. CONTRACT DOCUMENTS:

Subject to Article Order of Precedence of the Contract Agreement all documents forming part of the

Contract (and all parts thereof) are intended to be correlative, complementary and mutually explanatory.

The Contract document shall be read as a whole.

3. SEVEREABILITY:

If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such

prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions

and conditions of the Contract.

4. CONTRACTOR'S RESPONSIBILITIES

a. The Contractor/Bidder shall design, manufacture, deliver , supply, install, commission, training and carry

out defect liability period (DLP) and Operation including Comprehensive Annual Maintenance contract

(CAMC) obligation (including associated purchases ) with due care and diligence in accordance with the

Contract.

b. The Contractor confirms that it has entered into this Contract on the basis of a proper examination of the

data relating to the Facilities provided by the Purchaser / Employer; The Contractor acknowledges that

any failure, to acquaint itself with all such data and information shall not relieve its responsibility for

properly estimating the difficulty or cost of successfully performing the Facilities.

Page 82: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

82

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

c. The Contractor shall comply with all laws in force in India. The laws will include all local, state, national

or other laws that affect the performance of the Contract and bind upon the Contractor. The Contractor

shall indemnify and hold harmless the Purchaser / Employer from and against any and all liabilities,

damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation

of such laws by the Contractor or its personnel, including the Subcontractors and their personnel.

5. CONFIDENTIAL INFORMATION

5.1 The Purchaser / Employer and the Contractor shall keep confidential and shall not, without the written

consent of the other party hereto, divulge to any third party, any documents, data or other information

furnished directly or indirectly by the other party hereto in connection with the Contract, whether such

information has been furnished prior to, during or following termination of the Contract.

5.2 The Contractor shall not use such documents, data and other information received from the Purchaser /

Employer for any purpose other than the design, procurement of Plant and Equipment, construction or

such other work and services as are required for the performance of the Contract.

6. CONTRACT

6.1 This contract is for the supply, install, commissioning, training and maintenance of the equipment of the

description, specifications and drawings, and in the quantities set forth in the contract on the date or dates

specified therein. All equipment must be brand new and unused. Unpacking/seal opening has to be done

in presence of CSML/authorized representatives.

6.2 The whole contract is to be executed in the most approved, substantial and workmanship manner, to the

entire satisfaction of the Purchaser / Employer or his nominee, who, both personally and may his

deputies, shall have full power, at every stage of progress, to inspect the equipment at such times as he

may deem fit and to reject any of the equipment which he may disapprove.

7. PERFORMANCE BANK GUARANTEE

1.1 The successful bidder shall furnish a Performance Bank Guarantee (PBG) valid upto completion of O &

M period from a Scheduled Commercial Bank, payable at a designated bank branch located in

Kochi within 28 days from the receipt of LOA/ purchase order of the tender for an amount equivalent to

10% of the value of the LOA .

Page 83: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

83

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

1.2 Failure to submit PBG within 28 days from the LOA / purchase order will attract LD of 0.5% per week of

the total LOA subject to maximum of 10% of the LOA value, after which the contract will be deemed to

be cancelled.

1.3 The Purchaser / Employer shall be entitled on his part to forfeit the amount of the Performance Bank

Guarantee in whole or in part in the event of any default, failure or neglect on the part of the Contract in

the fulfillment or performance in all respects of the contract under reference or any other contract with the

Purchaser / Employer shall also be entitled to deduct from the amount of the Performance Bank

Guarantee any loss or damage which the Purchaser / Employer may suffer.

8. TAXES AND DUTIES

1.1 The Contractor shall bear and pay all taxes, duties, levies and charges assessed on the Contractor, its

Subcontractors or their employees by all municipal, state or national government authorities in connection

with the Facilities in and outside India.

1.2 In the event of exemption or reduction of Custom Duties, Excise Duties, Sales Tax or any other Cess

/Levy being granted by the Government in respect of the works, the benefit of the same shall be passed

on to the Purchaser / Employer .

9. DELIVERY

The Contractor shall be required by the Purchaser / Employer to deliver the equipment at Kochi site

locations as per Technical Specifications, the quantities of the equipment detailed therein shall be

delivered not later than the dates specified in the delivery schedule. The delivery will not be deemed to

be complete until and unless the equipment are inspected and accepted by the Inspecting Officer/team

of CSML or its representatives

9.1 Notification of delivery: Notification of delivery and dispatch in regard to each and every installment

shall be made to the Purchaser / Employer immediately on dispatch and delivery. The tracking

number of transport mode along with necessary details for tracking of the dispatched equipment‟s

needs to be communicated to the Purchaser / Employer on every dispatch.

9.2 Time for delivery: the essence of the contract The time and date specified in the contract or as

extended for the delivery of the Equipment shall be deemed to be the essence of the contract and

Page 84: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

84

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

delivery must be completed not later than the dates so specified or extended by Purchaser /

Employer.

9.3 Progress of Deliveries The contractor shall allow reasonable facilities and free access to his works

and records to the inspecting officer; progress officer or such other officer as may be nominated by

the Purchaser / Employer for the purpose of ascertaining the progress of the deliveries under the

contract.

9.4 Extension of Time for Delivery The Purchaser / Employer may extend the timeline for delivery of

equipment (at one or more locations) at his own discretion due to the reasons which may be beyond

the control of Purchaser / Employer. The price quoted shall remain same even in case of extended

delivery time line.

10. FAILURE AND TERMINATION

If the contractor fails to deliver the equipment or any installment thereof within the period fixed for such

delivery in the contract or as extended or at any time repudiates the contract before the expiry of such

period, the Purchaser / Employer may without prejudice to his other rights:-Recover from the Contractor

as a penalty a sum equivalent to 0.5 % value of total LOA / purchase order (contract value) per week

subject to maximum of 10%, after which contract will be deemed as cancelled & PBG will be encashed

by the Purchaser / Employer.

11. CONSEQUENCES OF REJECTION

If on inspection of the equipment at site, are found to be not matching the requirement of Purchaser /

Employer as mentioned in the tender document and are being rejected by the Inspecting Officer/team of

CSML or its representatives, the Contractor would be required to make satisfactory supplies of brand new

and unused equipment meeting the requirement as mentioned in the tender document within the

stipulated period of delivery.

11.1 Removal of rejected stores

i) On rejection of any equipment submitted for inspection at a place other than the premises of the

Contractor, such stores shall be removed by the Contractor at his own cost subject as herein after

stipulated, within 10 days of the date of intimation of such rejection.

Page 85: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

85

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

ii) All rejected equipment shall in any event and circumstances remain and always are at the risk of the

Contractor immediately on such rejection. If such equipment are not removed by the Contractor within

the periods aforementioned, the Inspecting Officer/CSML representatives or its authorized personnel

may remove the rejected equipment .The Purchaser / Employer shall, in addition, be entitled to recover

from the Contractor the handling and storage charges on the rejected equipment after the expiry of

the time-limit mentioned above.

12. FORCE MAJEURE

In the event of any unforeseen event during the currency of the Contract, such as earthquake, war, fires,

floods, or acts of God, as a result of which, either party (Purchaser / Employer/contractor) is prevented,

or hindered in performing any of its obligations under the contract, then it shall within a week from the

commencement thereof, notify the same in writing to the other party with reasonable evidence thereof. If

the force majeure condition(s) mentioned above be in force for a period of 90 days or more at any time,

the either party shall have the option to terminate the contract on expiry of 90 days of commencement of

such force majeure by giving 14 days' notice to the other party in writing. In case of such termination, no

damages shall be claimed by either party against the other, save and except those which had occurred

under any other clause of this contract prior to such termination.

13. PACKING AND MARKING

13.1 Packing: The Contractor shall pack at his own cost the equipment sufficiently and properly for transit by

rail/road, air and/or sea so as to ensure their being free from loss or damage on arrival at their destination

locations as specified in the purchase order. He shall decide the packing for the stores by taking into

account the fact that the stores will have to undergo arduous transportation before reaching the

destination and will have to be stored and handled in tropical climatic conditions (Including Monsoons)

before being put to actual use. Unless otherwise provided in the contract, all containers (including

packing cases, boxes, tins, drums and wrappings) in which the stores are supplied by the Contractor shall

be considered as non-returnable and their cost as having been included in the contract price. Each

packages shall contain a packing note specifying the name and address of the Contractor, the number

and date of the acceptance of tender and the Designation of the Purchase Officer issuing the supply

orders, the description of the equipment and the quantity contained therein.

13.2 Marking: The marking of all goods supplied shall comply with the requirement of the Indian Acts relating

to merchandise marks or any amendment thereof and the rules made there under. The following marking

Page 86: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

86

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

of the material is required: - The following particulars should be stenciled with indelible paint on all the

materials/packages:

a. Contract No.

b. Purchaser / Employer Name& logo.

In addition to the marking as specified above, distinguish color marks should be given so as to distinguish

the ultimate Consignees in India

14. PAYMENT TERMS

The standard payment terms subject to recoveries, if any, by way of Liquidated Damages will be as under: -

14.1 Payment terms:

1. 90% payment of the supply value of equipment will be made on submission of followingdocuments:

a. Certificate from the Purchaser / Employer of having receipt of Performance Bank Guarantee.

b. Invoice in duplicate.

c. Certificate from purchaser/ consignee indicating successful Installation, testing, commissioning, Training of equipment along with necessary operational training to its staff at the site as indicated in purchase order.

d. Insurance Copy (transit plus storage).

e. Packing list.

2. Out of 10% Balance amount: a) 5% will be released at the end of first year of DLP period after

deducting if any charges for delay in attending fault, as penalty and b) 5% will be released at the end

of second year of DLP and Final Acceptance Certificate after deducting any charges for delay in

attending fault, as penalty.

3. Payment of O & M charges shall be made on quarterly basis at the end of the quarter against the

consignee's certificate indicating that firm has successfully maintained the equipment during the claim

period. Payment should be followed strictly as per terms and conditions of Tender Documents and

Tax as applicable will be deducted.

Page 87: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

87

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

15. CONSIGNEE'S RIGHT OF REJECTION

Notwithstanding any approval which the Inspecting Officer may have given in respect of the stores or any

materials or other particulars or the work or workmanship involved in the performance of the contract

(whether with or without any test carried out by the Contractor or the Inspecting Officer or under the

direction of the Inspecting Officer) and notwithstanding delivery of the stores where so provided to the

interim consignee, it shall be lawful for the consignee, on behalf of the Purchaser / Employer, to reject

the stores or any part, portion of consignment thereof within 45 days after actual delivery thereof to him

at the place or destination specified in the contract if such stores or part, portion of consignment thereof

is not in all respects in conformity with the terms and conditions of the contract whether on account of

any loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever.

16. RESPONSIBILITY FOR COMPLETENESS

16.1 Any fittings or accessories which may not be specifically mentioned in the specifications but which are

useful or necessary are to be provided by the Contractor without extra charge, and the equipment must

meet the operational requirement at the place of delivery.

16.2 All the charges incurred towards man-powers, materials, transportation, making the equipment

operational etc. at the place of delivery shall be borne by the successful bidder.

17. INDEMNITY

17.1 The prices stated are to include all rights (if any) of patent, registered design or trade mark and the Bidder

shall at all times indemnify the Purchaser / Employer against all claims which may be made in respect of

the equipment for infringement of any right protected by patent, registration of designs or trade mark;

provided always that in the event of any claim in respect of alleged breach of a patent, registered designs

or trade mark being made against Purchaser / Employer, the Purchaser / Employer shall notify the bidder

of the same and the bidder shall, at his own expense, either settle any such dispute or conduct any

litigation that may arise there from.

17.2 The bidder shall return all such property and shall be responsible for the full value thereof to be accessed

by the Purchaser / Employer whose decision shall be final and binding on the bidder. The bidder shall be

liable for loss or damage to such property from whatever cause happening while such property is in the

possession of or under the control of the bidder, his servants, workmen or agents.

Page 88: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

88

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

18. CORRUPT PRACTICES

18.1 The Bidder shall not offer or give or agree to give to any person in the employment of the Purchaser /

Employer or working under the orders of the Purchaser / Employer any gift or consideration of any kind

as an inducement or reward of doing or forbearing to do or having done or forborne to do any act in

relation to the obtaining or execution of the contract or any other contract with the Purchaser / Employer

or Government for showing any favor or for bearing to show disfavor to any person in relation to the

contract or to any other contract with the Purchaser / Employer or Government. Any breach of the

aforesaid condition by the Contractor, or any one employed by him or acting on his behalf, under Chapter

IX of the Indian Penal code,1860 or the Prevention of Corruption Act, 1947 or any other act enacted for

the prevention of corruption by public servants shall entitle the Purchaser / Employer to cancel the

contract and all or any other contracts with the Bidder and to recover from the bidder the amount of any

loss arising from such cancellation in accordance with the provision of clause 10.

19. INSOLVENCY AND BREACH OF CONTRACT

19.1 The Purchaser / Employer may at any time, issue notice in writing summarily terminate the

contract without compensation to the Contractor in any of the following events, that is to say:

a. If the Contractor being an individual or a firm:-. Any partner thereof, shall at any time, be adjudged

insolvent or shall have a receiving order or order for administration of his estate made against

him or shall take any proceeding for composition under any Insolvency Act for the time being in

force or make any conveyance or assignment of his effects or enter into any assignment or

composition with his creditors or suspend payment or if the firm be dissolved under the

Partnership Act, or

b. If the Contractor being a company is wound up voluntarily or by the order of a Court or a Receiver,

Liquidator, or Manager on behalf of the debenture holders is appointed, or circumstances shall

have arisen which entitle the Court or Debenture holders to appoint a Receiver, Liquidator or

Manager, or

c. If the contractor commits any breach of the contract not herein specifically provided for.

d. Provided always that such determination shall not prejudice any right of action or remedy which

shall have accrued or shall accrue thereafter to the Purchaser / Employer and provided also the

Page 89: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

89

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Contractor shall be liable to pay to the Purchaser / Employer any extra expenditure he is thereby

put to and the Contractor shall, under no circumstances, be entitled to any gain on re purchase.

20. LAWS GOVERNING THE CONTRACT

20.1 This contract shall be governed by the Laws of India for the time being in force.

20.2 Irrespective of the place of delivery and the place of payment under the contract, the contract shall be

deemed to have been made at the panel in India from where the acceptance of tender has been issued.

21. ARBITRATION

21.1 In case of any disputes arising between the Purchaser / Employer and the bidder, the matter will be

referred to the Arbitrator solely appointed by MD, CSML. All the decisions made by the Arbitrator shall be

final and binding to both the parties.

21.2 Cost of Arbitration: The cost of arbitration shall be borne by the respective parties. The cost shall, inter

alia, include the fees of the Arbitrator(s) as per rates fixed by the Employer from time to time.

21.3 Jurisdiction of Courts: Where recourse to a Court is to be made in respect of any matter, the Employer

and the Contractor agree to the sole jurisdiction of courts in Kochi.

21.4 Suspension of Work On Account Of Arbitration : There should be no impact on the ongoing supply,

installation, testing, commissioning, maintenance, operational requirement of equipment along with

training to the staff of the purchased in case the matter is referred to Arbitration.

3.2. Project Implementation Schedule, Deliverables and Payment Terms

Deliverables & Payment Schedule

The payment of during Go-Live shall be strictly on project milestone basis as per actuals based on the details

provided in the table provided below. The payment shall be released on successful completion of various

deliverables to the satisfaction of AUTHORITY as per Clause 3.2.2.

T = Signing of Contract

Page 90: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

90

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

S No Key Deliverables Timelines

1 Supply, Installation & Commissioning of all VA Signals and

all other edge components

T + 6 months

2 Supply, Installation, Commissioning of Control room and

Connectivity

T + 10 months

3 Commissioning of ATCS, training and testing T + 12 months

4 Hand holding (including fixes of any gaps/issues) & Go-Live

(G), Operation & Maintenance for the period of 5 Years

G + 60 Months

Payment Terms

The employer will make the payment to the items of VA Signals, Pelican Signals, PTZ cameras, Traffic

Violation cameras, RLVD system including all equipments at Traffic Management Centre on the following

terms-

The payment of other items will be made as per BOQ as and when they are completed.

75% of contract Rate After supply of to site & submission of third party

inspection certificates & acceptance.

20% of contract Rate After installing as per tender specification.

5% of contract Rate On successful completion and commissioning of the

system in section.

Page 91: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

91

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

1. No advance payment shall be made.

2. The Bidder’s request(s) for payment shall be made to the AUTHORITY in writing, accompanied by an

invoice describing, as appropriate, services completed. The invoice should be submitted and upon

fulfilment of other obligations stipulated in the contract.

3. Payment shall be released as per above mentioned Payment milestones after ensuring satisfactory

delivery, installation, commissioning, Inspection of all material at AUTHORITY’s premises and other

respective offices

4. For the processing of the quarterly payment in O & M phase, the Successful Bidder shall submit the

invoice along with the details of incidents handled in the particular period. Quarterly instalments will be

processed only after certification by designated AUTHORITY officer.

5. Payments shall be made promptly by the AUTHORITY within thirty (30) days after submission of the

invoice or claim by the Bidder, only after quality inspection and verification by the AUTHORITY’s Official

of the conformity of the Goods/Products/Services/Solutions supplied as per the agreed specifications.

6. Payment shall be made in Indian Rupees by RTGS / NEFT on Bank in the name of bidder.

7. All remittance charges shall be borne by the Successful Bidder.

8. In case of disputed items, the disputed amount shall be withheld and shall be paid only after settlement

of the dispute.

9. Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this

RFP document, shall be deducted from the due payments of the respective milestones.

10. Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and regulations

11. It is the responsibility of the bidders to quote for and provide all the H/w and S/w for meeting all the

requirements of the RFP. In case during evaluation, it is found that certain H/w or S/w which is critical for

Page 92: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

92

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

meeting the requirement of this RFP and has not been quoted as part of Bill of material (BoM), the bid

can be rejected as non-responsive. Additionally, if after the award of contract, it is felt that additional H/w

or S/w are required for meeting the RFP requirement and the same has not been quoted by the

Successful Bidder, the Successful Bidder shall provide all such additional H/w or S/w at no additional

cost to AUTHORITY.

3.3. Confidential Information

a) AUTHORITY and the Successful Bidder shall keep confidential and shall not, without the written consent

of the other party hereto, divulge to any third party any documents, data, or other information furnished

directly or indirectly by the other party hereto in connection with the Contract, whether such information

has been furnished prior to, during or following completion or termination of the Contract.

b) The Successful Bidder shall not use the documents, data, and other information received from

AUTHORITY for any purpose other than the services required for the performance of the Contract.

3.4. Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation,

ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed that

subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract

Price shall be correspondingly increased or decreased, to the extent that the Successful Bidder has

thereby been affected in the performance of any of its obligations under the Contract.

3.5. Force Majeure

a) The Successful Bidder shall not be liable for termination for default if and to the extent that it’s delay in

performance or other failure to perform its obligations under the Contract is the result of an event of Force

Majeure.

b) For purposes of this Clause, Force Majeure means an event or situation beyond the control of the

Successful Bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of

care on the part of the Successful Bidder. Such events may include, but not be limited to, acts of

Page 93: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

93

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

AUTHORITY in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions,

and freight embargoes.

c) If a Force Majeure situation arises, the Successful Bidder shall promptly notify AUTHORITY in writing of

such condition and the cause thereof. Unless otherwise directed by AUTHORITY in writing, the Successful

Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and

shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

3.6. Settlement of Disputes

1. Performance of the contract is governed by the terms and conditions of the contract, in case disputes arise

between the parties regarding any matter under the contract, either Party of the contract may send a

written Notice of Dispute to the other party. The Party receiving the Notice of Dispute will consider the

Notice and respond to it in writing within 30 days after receipt. If that party fails to respond within 30 days,

or the dispute cannot be amicably settled within 60 days following the response of that party, clause GCC

3.6 (2) shall become applicable.

2. Arbitration:

a) In the case of dispute arising, upon or in relation to, or in connection with the contract between

AUTHORITY and the Successful Bidder, which has not been settled amicably, any party can refer the

dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shall be referred

to an Arbitral Tribunal consisting of three arbitrators, one each to be appointed by the AUTHORITY and

the Successful Bidder, the third arbitrator shall be chosen by the two arbitrators so appointed by the parties

and shall act as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the parties to

reach a consensus regarding the appointment of the third arbitrator within a period of 30 days from the

date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the Managing

Director, CSML. The Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment

thereof, shall apply to these arbitration proceedings.

b) Arbitration proceedings shall be held in Kochi, India and the language of the arbitration proceedings and

that of all documents and communications between the parties shall be English.

Page 94: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

94

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

c) The decision of the majority of arbitrators shall be final and binding upon both parties. The expenses of

the arbitrators as determined by the arbitrators shall be shared equally by AUTHORITY and the Successful

Bidder. However, the expenses incurred by each party in connection to the preparation, presentation shall

be borne by the party itself. All arbitration awards shall be in writing and shall state the reasons for the

award.

3.7. Extensions of Time

1. If at any time during performance of the Contract, the Successful Bidder should encounter conditions

impeding timely delivery of the Services, the Successful Bidder shall promptly notify AUTHORITY in writing

of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Successful Bidder

notice, AUTHORITY shall evaluate the situation and may at its discretion extend the Successful Bidder

time for performance in writing.

2. Delay by the Successful Bidder in the performance of its Delivery and Completion obligations shall render

the Bidder liable for disqualification for any further bids in AUTHORITY, unless an extension of time is

agreed mutually.

3.8. Termination

1. AUTHORITY may, without prejudice to any other remedy for breach of Contract, terminate this Contract

in case of the occurrence of any of the events specified in paragraphs (1) through (11) of this GCC Clause

3.8. In such an occurrence, AUTHORITY shall give a not less than 30 days’ written notice of termination

to the Successful Bidder.

2. If the Successful Bidder does not remedy a failure in the performance of its obligations under the Contract,

within thirty (30) days after being notified or within any further period as AUTHORITY may have

subsequently approved in writing.

3. If the Successful Bidder becomes insolvent or goes into liquidation, or receivership whether compulsory

or voluntary.

4. If, in the judgment of AUTHORITY has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

Page 95: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

95

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

5. If, as the result of Force Majeure, the Successful Bidder is unable to perform a material portion of the

Services for a period of not less than 60 days.

6. If the Successful Bidder submits to the AUTHORITY a false statement which has a material effect on the

rights, obligations or interests of AUTHORITY.

7. If the Successful Bidder places itself in a position of conflict of interest or fails to disclose promptly any

conflict of interest to AUTHORITY.

8. If the Successful Bidder fails to provide the quality services as envisaged under this Contract, AUTHORITY

may make judgment regarding the poor quality of services, the reasons for which shall be recorded in

writing. AUTHORITY may decide to give one chance to the Successful Bidder to improve the quality of the

services.

9. If the Successful Bidder fails to comply with any final decision reached as a result of arbitration

proceedings.

10. If AUTHORITY, in its sole discretion and for any reason whatsoever, decides to terminate this Contract.

11. In the event AUTHORITY terminates the Contract in whole or in part, pursuant to GCC Clause 3.8,

AUTHORITY may procure, upon such terms and in such manner as it deems appropriate, services similar

to those undelivered or not performed, and the Successful Bidder shall be liable to AUTHORITY for any

additional costs for such similar services. However, the Successful Bidder shall continue performance of

the Contract to the extent not terminated.

3.9. Payment upon Termination

Upon termination of this Contract pursuant to GCC Clauses 3.8, the AUTHORITY shall make the following

payments to the Successful Bidder:

a) If the Contract is terminated pursuant to GCC Clause 3.8 (10), remuneration for Services satisfactorily

performed prior to the effective date of termination.

Page 96: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

96

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

b) If the agreement is terminated pursuant of GCC Clause 3.8 (1) to (3), (4), (5), (6), (7), (8) and (9). The

Successful Bidder shall not be entitled to receive any agreed payments upon termination of the contract.

However, the AUTHORITY may consider making a payment for the part satisfactorily performed on the

basis of Quantum Merit as assessed by it, if such part is of economic utility to the AUTHORITY. Applicable

under such circumstances, upon termination, the AUTHORITY may also impose liquidated damages. The

Successful Bidder will be required to pay any such liquidated damages to AUTHORITY within 30 days of

termination date.

3.10. Assignment

If Successful Bidder fails to render services in stipulated timeframe and as per schedule, AUTHORITY, at its

discretion and without any prior notice to Successful Bidder, may discontinue or minimize scope of work or

procure/board any other similar agency to render similar services to complete project in stipulated timeframe.

3.11. Service Level Agreement

1. The service levels to be established for the Services offered by the Successful Bidder to the AUTHORITY.

The Successful Bidder shall monitor and maintain the stated service levels to provide quality service to

the AUTHORITY.

2. The SLAs may be reviewed on quarterly basis as the AUTHORITY decides after taking the advice of the

Successful Bidder and other agencies. All the changes shall be made by the AUTHORITY in consultation

with the Successful Bidder.

3. In case of failure / delay to complete the work/supply, installation, training operation and maintenance in

time the penalty shall be levied @ 0.50% per week or part thereof of the total Contract Value subject to

maximum of 10% of the total Contract Value. If the total Penalty exceeds beyond 10%, it would be

considered as non-conformance to the Quality of Services and may lead to termination of the Contract

and AUTHORITY may on their sole discretion cancel the order. Penalty will be recovered from the

retention amount.

4. The SLA parameters shall be monitored on a monthly basis as per the individual SLA parameter

requirements. However, if the performance of the system/services is degraded significantly at any given

point of time during the contract and if the immediate measures are not implemented and issues are not

Page 97: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

97

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

rectified to the complete satisfaction of the AUTHORITY or an agency designated by them, then the

AUTHORITY shall have the right to take appropriate punitive actions including termination of the contract.

5. Onsite comprehensive (including all Hardware, Software, network cabling for all types of defects and

problems) maintenance services shall be provided by the Supplier / OEM during the period of warranty

and Comprehensive Annual Maintenance Contract (CAMC). In case the supplier fails to rectify the problem

within SLA including holidays then OEM shall be required to provide second level support, service to rectify

the problem or replace the faulty system or part thereof. The performance of the system shall be measured

and applicable penalties shall be calculated and imposed on the bidder, in case the performance is below

the defined thresholds.

3.12. Other Conditions

a) The Successful Bidder should comply with all applicable laws and rules of Government of India /

Government of Kerala/ULB.

b) Support Executive/Supervisor deployed by the Successful Bidder shall not have right to demand for

any type of permanent employment with AUTHORITY or its allied Offices.

c) Managing Director, CSML reserves the right to withdraw / relax any of the terms and condition

mentioned in the RFP, so as to overcome the problem encountered at a later stage for the smooth

and timely execution of the project.

3.13. Risk Purchase

In case the Successful Bidder fails to deliver the project due to inadvertence, error, collusion,

incompetency, termination, misconstruction or illicit withdrawal, the MANAGING DIRECTOR, CSML

reserves the right to procure the same or similar services from the alternate sources at risk, cost and

responsibility of the Successful Bidder.

Page 98: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

98

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexures

Page 99: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

99

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 1 - Guidelines for Pre-Qualification Proposal (part of Technical

proposal)

Annexure 1.1 - Check-list for the Pre-Qualification Proposal

S

No. List of Documents

File

Name Submitted

(Y / N) Description

1. Proof of Tender Fee and EMD submitted

2. Bid Covering Letter

As per format provided at Annexure 1.2

Reference No:

Date of Letter:

3. Bidders’ Particulars

As per format provided at Annexure 1.3

Name of Bidder(s):

4. Power of Attorney in favour of Authorized

signatory

As per format provided at Annexure 6

Date of PoA:

Name of Authorize Person:

5. Copy of Certificate of Incorporation /

Registration under Companies Act, 1956/2013

or corresponding Act in abroad

Registration Number:

Date of Incorporation:

6. Copy of Certificate from the Statutory Auditor

for the last 3 (Three) financial years 2014-15,

2015-16 and 2016-17

Year-wise details of

turnover

Page 100: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

100

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

S

No. List of Documents

File

Name Submitted

(Y / N) Description

7. Valid copy of the ISO 9001:2008 or higher

certification

Issuing By:

Issuing Date:

Validity Date:

8. Declaration for not blacklisted by Central/State

Government/ PSU entity in India or similar

agencies globally for unsatisfactory past

performance, corrupt, fraudulent or any other

unethical business practices as on date of

submission of the proposal.

As per format provided at Annexure 4

Reference No:

Date of Letter:

Page 101: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

101

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 1.2 - Pre-Qualification Cover Letter

(To be submitted on the letterhead of the bidder)

Date:

To

Managing Director,

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Subject: Bid for Implementation of Integrated Traffic Management System (ITMS) in Kochi

RFP Reference No: XX

Dear Sir,

With reference to your “RFP for Implementation of Integrated Traffic Management System (ITMS) in

Kochi”, we hereby submit our Prequalification Proposal, Technical Proposal, and Financial Proposal, for the

same.

We hereby declare that:

a. We hereby acknowledge and unconditionally accept that the Authority can at its absolute discretion apply

whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP and related

documents, in short listing of bidder for providing services.

b. We have submitted EMD of INR [ ] in the form of […………….] and Tender fee of INR [ ] online

through e-Tendering Portal (www.etenders.kerala.gov.in ),

c. We hereby declare that all information and details furnished by us in the Bid are true and correct, and all

documents accompanying such application are true copies of their respective originals.

d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-qualification bid

prescribed by Authority and that we shall remain bound by a communication of acceptance within that

time.

e. We have carefully read and understood the terms and conditions of the RFP and the conditions of the

contract applicable to the RFP. We do hereby undertake to provision as per these terms and conditions.

f. In the event of acceptance of our bid, we do hereby undertake:

i. To supply the products and commence services as stipulated in the RFP document

Page 102: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

102

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

ii. To undertake the project services for entire contract period from the date of signing of the contract

as mentioned in the RFP document.

iii. We affirm that the prices quoted are inclusive of design, development, delivery, installation,

commissioning, training, providing facility management and handholding support, and inclusive of all

out of pocket expenses, taxes, levies discounts etc.

g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and notification of award of contract, shall constitute a binding contract

between us.

h. We understand that the Authority may cancel the bidding process at any time and that Authority is not

bound to accept any bid that it may receive without incurring any liability towards the bidder.

i. We fully understand and agree to comply that on verification, if any of the information provided in our bid

is found to be misleading the selection process, we are liable to be dismissed from the selection process

or termination of the contract during the project, if selected to do so

In case of any clarifications please contact ___________________ email at

________________________________________________________

Thanking you,

Yours sincerely,

(Signature of the Lead bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 103: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

103

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 1.3 - Format to share Bidder’s and Bidding Firms Particulars

The Table below provides the format in which general information about the bidder must be furnished.

S No Information Details

1. Name of Bidding firm:

2. Address and contact details of Bidding firm:

3. Firm Registration Number and Year of Registration

4. Web Site Address

5. Status of Company (Public Ltd., Pvt. Ltd., etc.)

6. Company’s GSTIN

7. Company’s Permanent Account Number (PAN)

8. Company’s Revenue for the last 3 years (Year wise)

9. Name, Designation and Address of the contact person to whom all references

shall be made regarding this RFP:

10. Telephone number of contact person:

11. Mobile number of contact person:

12. Fax number of contact person:

13. E-mail address of contact person:

Please submit the relevant proofs for all the details mentioned above along with your Bid response

Authorized Signatory

Name

Seal

Page 104: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

104

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 1.4. - Format to Project Citation

Note: The Bidder is required to use above formats for all the projects referenced by

the bidder for the Pre-Qualification criteria and technical bid evaluation.

S No Item Details Attachment Ref. Number

1 Name of the Project

2 Date of Work Order

3 Client Details

4 Scope of Work

5 Contract Value

6 Completion Date

Page 105: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

105

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 1.5 - Consortium Agreement

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM

[On Non-judicial stamp paper duly attested by notary public]

This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2018 at [Place] among

_______ ______ (hereinafter referred to as "_____") and having office at [Address], India, as Party of the First

Part and _______ ______ (hereinafter referred as "_____") and having office at [Address], as Party of the

Second Part and _______ ______(hereinafter referred as "____”) and having office at [Address], as Party of

the Third Part.

The parties are individually referred to as Party and collectively as Parties.

WHEREAS CSML, has issued a Request for Proposal dated [Date] (RFP) from the Applicants interested in

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi:

AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding for the said Project

and have reached an understanding on the following points with respect to the Parties' rights and obligations

towards each other and their working relationship.

AS MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND

DECLARED AS FOLLOWS:

i. The purpose of this Agreement is to define the principles of collaboration among the Parties to:

a. Submit a response jointly to Bid for the “RFP for Implementation of Integrated Traffic Management

System (ITMS) in Kochi” as a Consortium.

b. Sign Contract in case of award.

c. Provide and perform the supplies and services which would be ordered by the Authority pursuant to

the Contract.

ii. This Agreement shall not be construed as establishing or giving effect to any legal entity such as, but

not limited to, a company, a partnership, etc. It shall relate solely towards the Authority for “RFP for

Implementation of Integrated Traffic Management System (ITMS) in Kochi” for and related

execution works to be performed pursuant to the Contract and shall not extend to any other activities.

iii. The Parties shall be jointly and severally responsible and bound towards the Authority for the

performance of the works in accordance with the terms and conditions of the RFP document, and

Contract.

Page 106: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

106

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

iv. ------------------------------------ (Name of Party) shall act as Lead Member of the Consortium. As such, it

shall act as the coordinator of the Party’s combined activities and shall carry out the following functions:

a. To ensure the technical, commercial and administrative co-ordination of the work

package

b. To lead the contract negotiations of the work package with the Authority.

c. The Lead Member is authorized to receive instructions and incur liabilities for and on

behalf of all Parties.

d. In case of an award, act as channel of communication between the Authority and the

Parties to execute the Contract

v. That the Parties shall carry out all responsibilities as Developer in terms of the Project Agreement.

vi. That the broad roles and the responsibilities of each Party at each stage of the Bidding shall be as

below:

Party A: ________________________________________________

Party B: ________________________________________________

Party C: ________________________________________________

vii. That the Parties affirm that they shall implement the Project in good faith and shall take all necessary

steps to see the Project through expeditiously.

viii. That this MoU shall be governed in accordance with the laws of India and courts in Kerala shall have

exclusive jurisdiction to adjudicate disputes arising from the terms herein.

In witness whereof the Parties affirm that the information provided is accurate and true and have caused this

MoU duly executed on the date and year above mentioned.

(Party of the first part) (Party of the second part) (Party of the third part)

Witness:

i. _____ ____

ii. _____ ____

Page 107: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

107

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 2. – Guidelines for Technical Proposal

Annexure 2.1 - Check-list for the documents to be included in the

Technical Proposal

S No. List of Documents Name of

File Name

Submitted (Y

/ N) Description

1. Technical Bid Covering Letter

Reference No:

Date of Letter:

2. Technical Compliance Matrix

-

3. Project Implementation Approach

-

4.

Copy of Work order to support that the

Sole Bidder or Lead Member or any

member of its consortium should have

successfully supplied and implemented

Integrated Traffic Management

System (ITMS) projects as per

requirements indicated in Clause 1.4.4

and 1.4.5

Customer Name:

Work Order Number:

Date of Work Order:

Project Value:

Completion Date:

5.

OEM Authorization Form

OEM Name:

Date:

Page 108: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

108

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 2.2. - Technical Bid Cover Letter

(To be submitted on the Letterhead of the responding firm)

Date: dd/mm/yyyy

To

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Sub : RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi”

RFP Reference No: XX

Dear Sir,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

provide the professional services as required and outlined in the RFP for “Implementation of Integrated

Traffic Management System (ITMS) in Kochi “

We attach hereto the technical response as required by the RFP, which constitutes our proposal. We

undertake, if our proposal is accepted, to adhere to the implementation plan (Project schedule) for providing

Professional Services in “RFP for Implementation of Integrated Traffic Management System (ITMS) in

Kochi “, put forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and

CSML or its appointed representatives.

If our proposal is accepted, we will obtain a Performance Bank Guarantee issued by a nationalized or

scheduled commercial bank in India, for a sum of equivalent to 10% of the contract value for the due

performance of the contract.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also

agree to abide by this tender response for a period of 180 days from the date of submission of Bid and it shall

remain binding upon us with full force and virtue, until within this period a formal contract is prepared and

executed, this tender response, together with your written acceptance thereof in your notification of award,

shall constitute a binding contract between us and CSML.

We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules,

and other documents and instruments delivered or to be delivered to CSML is true, accurate, and complete.

This proposal includes all information necessary to ensure that the statements therein do not in whole or in

part mislead CSML as to any material fact.

Page 109: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

109

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

We agree that you are not bound to accept any tender response you may receive. We also agree that you

reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization

and empowered to sign this document as well as such other documents, which may be required in this

connection.

Date:

(Signature)

(Name)

(In the capacity of )

[Seal / Stamp of bidder]

Witness Signature:

Witness Name:

Witness Address:

-------------------------------------------------------------------------------------------------------------------

CERTIFICATE AS TO AUTHORISED SIGNATORIES

I__________________________, the Company Secretary of _________________, certify

that___________________________________ who signed the above Bid is authorized to do so and bind the

company by authority of its board/ governing body.

Date:

Signature:

(Company Seal) (Name)

Page 110: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

110

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 2.3 - Project Implementation Approach

The Bidder is required to submit the proposed technical solution in detail. Following should be

captured in the explanation:

a) The Overall approach to the Project

b) Project Monitoring and Communication Plan– Bidder’s approach to project monitoring and

communications among stakeholders.

c) Implementation plan– Bidder’s approach to implement the project

d) Operation and Maintenance Plan

e) Quality Control plan - Bidder's approach to ensure quality of work and deliverables

f) Escalation matrix during contract period

Note:

a. All the pages (documentary proofs and other documents that may be attached) should contain page

numbers and would have to be uniquely serially numbered.

Inadequate information shall lead to disqualification of the bid.

Page 111: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

111

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 2.4. - Format for OEM Authorization

(This form has to be provided by the OEMs of the products proposed)

Date :

To,

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

RFP Ref: <-->

Dear Sir,

We _______________________, (name and address of the manufacturer) who are established and reputed

manufacturers of __________________ having factories at __________________ (addresses of

manufacturing / development locations) do hereby authorize M/s _______________________ (name and

address of the bidder) to bid, negotiate and conclude the contract with you against the above mentioned tender

for the above equipment / software manufactured / developed by us.

We herewith certify that the above mentioned equipment / software products are not end of the life and we

hereby undertake to support these equipment / software for the duration of minimum five years from the date

of Submission of the Bid.

Yours faithfully,

(Name)

(Name of Producers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person

competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should include it.

Page 112: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

112

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 3 – Guidelines for Financial Proposal

Annexure 3.1 - Financial Proposal Cover Letter

(To be submitted on the Letterhead of the Bidder)

Date: dd/mm/yyyy

To

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Subject: Bid for RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

RFP Reference No: XX

Dear Sir,

1. We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of

which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the

Scope of the work, Bill of Material, Technical Specifications, Service Level Standards & in conformity

with the said bidding document for the same.

2. I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price

are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type

of govt. taxes/duties as mentioned in the financial bid (BoQ).

3. I / We undertake, if our bid is accepted, to deliver the goods & services in accordance with the delivery

schedule specified in the RFP.

4. I/We undertake to successfully operationalize the entire solution as per scope of work mentioned in the

RFP document.

I/ We have examined and have no reservations to the Bidding Documents, including any

corrigendum/addendums issued by CSML;

6. I/We understand that any additional hardware and software required to make the entire solution

operational shall have to be provided by us.

7. I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance

bank guarantee as prescribed in the RFP.

Page 113: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

113

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

8. I / We agree to abide by this bid for a period of 180 days from the date of bid submission and it shall

remain binding upon us and may be accepted at any time before the expiry of that period.

9. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof

and your notification of award shall constitute a binding Contract between us.

10. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

11. We understand that you are not bound to accept the lowest or any bid you may receive. We agree to

all the terms & conditions as mentioned in the RFP document and submit that we have not submitted

any deviations in this regard.

In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP document.

Date:

Place:

Yours faithfully,

(Signature of the Authorised signatory)

(Name and designation of the of the Authorised signatory)

Name and seal of Bidder/Lead Member

Page 114: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

114

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 3.2 - Financial Proposal Format & Instructions

To be submitted on e-Tendering Portal only (i.e. www.etenders.kerala.gov.in )

Bill of Quantities ( BOQ )is uploaded separately as Microsoft excel file.

Instructions:

a) Bill of Quantities (BOQ) can be downloaded free of cost from the e- Government Procurement (e-GP)

Website www.etenders.kerala.gov.in. All bid documents are to be submitted online only and in the

designated manner on the e-GP website. Tenders/ bids shall be accepted only through online mode

on the e-GP website and no manual submission of the same shall be entertained except for the

documents specifically indicated ie Technical proposal and Prequalification documents along with

EMD.

b) The Bidder shall submit their bid online only through the e-GP web site of Kerala

(www.etenders.kerela.gov.in) as per the procedure laid down for e-submission as detailed in the web

site. For e tenders, the bidders shall download the tender documents including the Bill of Quantity

(BOQ) file from the e tendering portal http://www. etenders.kerala.gov.in. The Bidder shall fill up the

documents. and submit the same online using their Digital Signature Certificate. On successful

submission of bids, a system receipt can be generated downloaded by the bidder for future reference.

Copies of all certificates and documents shall be uploaded while submitting the tender online.

Submission of Price proposal in hard copy would result in disqualification and rejection of bid

c) CSML does not guarantee the quantity for the particular line items given above. The actual quantity

for the given items may be more or less. The payment shall be made based on unit cost quoted for

the particular item on actual work/item is undertaken / supplied.

d) All items provided should be under Insurance. The Insurance should be for entire duration of the

Project for 5 Years and comprehensive covering damages for Theft, Fire, Natural Calamities, Riots

and Terrorists activities etc.

e) Bidder should provide all prices as per the prescribed format under this Annexure 3.2.

f) All the prices are to be entered in Indian Rupees ONLY

g) CSML reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties,

levies indicated.

h) CSML shall take into account all Taxes, Duties & Levies for the purpose of evaluation

Page 115: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

115

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

i) The Bidder needs to account for all Out of Pocket expenses, no additional payment shall be made by

CSML whatsoever.

j) Bidder should refer the RFP document for details on the technical requirements of the system and the

benchmark specifications for the items mentioned in the financial formats.

k) Any component/fixtures/ancillary/adjunct to the specified item shall be deemed to have been included

in the unit rates quoted above.

Page 116: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

116

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 4 - Format for Declaration by the bidder for not being

Blacklisted / Debarred

(To be submitted on the Letterhead of the Bidder)

Date: dd/mm/yyyy

To

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Subject: Declaration for not being debarred / black-listed by Central / any State Government department

in India as on the date of submission of the bid

RFP Reference No: XX

Dear Sir,

I, authorized representative of _________________________, hereby solemnly confirm that the

Company _________________________ is not debarred / black-listed by any Central/State

Government/ PSU entity in India or similar agencies globally for unsatisfactory past performance,

corrupt, fraudulent or any other unethical business practices or for any other reason as on last date of

submission of the Bid. In the event of any deviation from the factual information/ declaration, CSML

reserves the right to reject the Bid or terminate the Contract without any compensation to the Company.

Thanking you,

Yours faithfully,

_____________________________________

Signature of Authorized Signatory (with official seal)

Date :

Name :

Designation :

Address :

Telephone & Fax :

E-mail address :

Page 117: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

117

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 5 - Format of sending pre-bid queries

RFP Reference No: XX

Bidder’s Request For Clarification

Name and complete official address

of Organization submitting query /

request for clarification

Telephone, Fax and E-mail of the organization

Tel:

Fax:

Email:

Sr.

No.

Clause

No. Page No.

Content of RFP

Requiring Clarification

Change Requested/ Clarification

required

1

2

Signature:

Name of the Authorized signatory:

Company seal:

Date and Stamped

Note: Bidder(s) are requested to send the queries in PDF with Sign and Company Seal

and also in MS Excel for making consolidation process easy.

Page 118: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

118

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 6 - Power of Attorney

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act.

The stamp paper to be in the name of the company who is issuing the power of attorney]

Know by all men by these presents, We_________________________ (Name of the Bidder and address of

their registered office) do hereby constitute, appoint and authorize Mr. / Ms_________________________

(name and residential address of Power of attorney holder) who is presently employed with us and holding the

position of _________________________

as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection

with or incidental to our Proposal for the “RFP for Implementation of Integrated Traffic Management

System (ITMS) in Kochi”, including signing and submission of all documents and providing information /

responses to the CSML, representing us in all matters before CSML, and generally dealing with the CSML in

all matters in connection with our Proposal for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power

of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be

deemed to have been done by us.

For ___________________________

Name:

Designation:

Date:

Time:

Seal:

Business Address:

Accepted,

_________________________ (Signature)

(Name, Title and Address of the Attorney)

Note:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so

required the same should be under common seal affixed in accordance with the required procedure.

The Power of Attorney shall be provided on Rs.100/- stamp paper.

The Power of Attorney should be supported by a duly authorized resolution of the Board of Directors

of the Bidder authorizing the person who is issuing this power of attorney on behalf of the Bidder.

Lead Member has to submit the Power of Attorney in favour of Authorized signatory in below given

format in case of Consortium.

Page 119: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

119

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

POWER OF ATTORNEY FOR LEAD MEMBER BY

CONSORTIUM MEMBER

CSML has invited Bids from interested companies for “RFP for Implementation of Integrated Traffic

Management System (ITMS) in Kochi” ("Project").

Whereas, ---------------------, and . (collectively the "Consortium”) being members

of the Consortium are interested in offering for the services in accordance with the terms and conditions

of the Request for Proposal document (RFP) and other connected documents in respect of the Project, and;

Whereas, it is necessary under the RFP document for the members of the Consortium to designate

one of them as the Lead Member with all necessary power and authority to do for and on behalf of the

Consortium, all acts, deeds and things as may be necessary in connection with the Consortium's Bid for the

Project.

Whereas, we have decided that M/s ……………….shall be Lead Member of this Consortium.

NOW THEREFORE KNO W ALL MEN BY THESE PRESENTS

We, ---------------------------- having our registered office at., (hereinafter referred to

as the "Member") do hereby designate, nominate, constitute, appoint and authorize --------------------

------------------------- having its registered office at ., being one of the

members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter

referred to as the "Attorney"). We hereby irrevocably authorise the Attorney (with power to sub-delegate) to

conduct all business for and on behalf the Consortium and any one of us during the Bid process and, in the

event the Consortium is awarded the Contract, during the execution of the project, and in this regard,

to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are

necessary or required or incidental to the selection of the Consortium, including but not limited to signing and

submission of all Applications, Proposals and other Documents and writings, participate in pre-proposal and

other conferences, respond to queries, submit information/ documents, sign and execute contracts and

undertakings consequent to acceptance of Bid of the Consortium and generally to represent the

Consortium in all its dealings with the CSML and/or any other Government Agency or any person, in

all matters in connection with or relating to or arising out of the Consortium's Bid for the above Project and/or

upon award thereof till the Contract Agreement is entered into with the CSML.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully

done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this

Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers

hereby conferred shall and shall always be deemed to have been done by us/Consortium.

Page 120: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

120

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

IN WITNESS WHEREOF WE THE MEMBER ABOVE NAMED HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF

..20

For

(Name & Title)

Witnesses:

1.

2.

(To be executed by the Member of the Consortium)

Note:

• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid

down by the applicable law and the charter documents of the executant(s) and when it is so required the

same should be under common seal affixed in accordance with the required procedure.

• Also, wherever required, the Bidder should submit for verification the extract of the charter documents

and documents such as a resolution/power of attorney in favour of the person executing this

Power of Attorney for the delegation of power hereunder on behalf of the Bidder :

Page 121: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

121

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 7 – Format for Bank Guarantee for Earnest Money Deposit (If

applicable)

To

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Dear Sir,

BANK GUARANTEE for Earnet Money Deposit – For <Project Name>

Whereas <<Name of the bidder>> (hereinafter called 'the System Integrator') has submitted the bid for

Submission of RFP <<RFP Number>> dated <<Date>> for Request for Proposal for Implementation of

Integrated Traffic Management System (ITMS) in Kochi” (hereinafter called "the Bid") to CSML, Kochi.

Know all Men by these presents that we <<… >> having our office at <<Address>> (hereinafter called "the

Bank") are bound unto the << Authority >> (hereinafter called "the Authority") in the sum of Rs. <<Amount in

figures>> (Rupees <<Amount in words>> only) for which payment well and truly to be made to the said

Authority, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal

of the said Bank this <<Date>>.

The conditions of this obligation are:

1. If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder on the

Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Authority during the period of validity

of bid

(a) Withdraws his participation from the bid during the period of validity of bid document; or

(b) Fails or refuses to participate in the subsequent Tender process after having been short listed;

We undertake to pay to the Authority up to the above amount upon receipt of its first written demand, without

the Authority having to substantiate its demand, provided that in its demand the Authority will note that the

amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the

occurred condition or conditions.

Page 122: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

122

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

This guarantee will remain in force up to <<insert date>> and including <<extra time over and above

mandated in the RFP>> from the last date of submission and any demand in respect thereof should reach

the Bank not later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees

<<Amount in words>> only)

II. This Bank Guarantee shall be valid up to <<insert date>>)

III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this

Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on

or before <<insert date>>) failing which our liability under the guarantee will automatically cease.

(Authorized Signatory of the Bank)

Seal:

Date:

Page 123: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

123

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Annexure 8 – Format for Irrevocable Unconditional Performance Bank

Guarantee

For Contract Performance Bank Guarantee

Ref : < --- >

Date: _________________

Bank Guarantee No.: ____________________

To

Managing Director

Cochin Smart Mission Limited (CSML)

10th Floor, Revenue Tower, Park Avenue, Kochi - 682 011, India.

Dear Sir,

PERFORMANCE BANK GUARANTEE – For <Project Name>

WHEREAS

M/s. (name of Bidder), a company registered under the Companies Act, 1956, having its registered and

corporate office at (address of the Bidder), (hereinafter referred to as “our constituent”, which expression,

unless excluded or repugnant to the context or meaning thereof, includes its successors and assigns), agreed

to enter into a Contract dated …….. (Hereinafter, referred to as “Contract”) with you for “Request for Proposal

for Implementation of Integrated Traffic Management System (ITMS) in Kochi”, in the said Contract.

We are aware of the fact that as per the terms of the Contract, M/s. (name of Bidder) is required to furnish an

unconditional and irrevocable Bank Guarantee in your favour for an amount of 10% of the Total Contract Value,

and guarantee the due performance by our constituent as per the Contract and do hereby agree and undertake

to pay any and all amount due and payable under this bank guarantee, as security against breach/ default of

the said Contract by our Constituent.

In consideration of the fact that our constituent is our valued customer and the fact that he has entered into

the said Contract with you, we, (name and address of the bank), have agreed to issue this Performance Bank

Guarantee.

Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee you as under:

In the event of our constituent committing any breach / default of the said Contract, and which has not been

rectified by him, we hereby agree to pay you forthwith on demand such sum/s not exceeding the sum of 5%

of the Total Contract Value i.e.,…………..<in words> without any demur.

Page 124: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

124

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

Notwithstanding anything to the contrary, as contained in the said Contract, we agree that your decision as to

whether our constituent has made any such default(s) / breach(es), as aforesaid and the amount or amounts

to which you are entitled by reasons thereof, subject to the terms and conditions of the said Contract, will be

binding on us and we shall not be entitled to ask you to establish your claim or claims under this Performance

Bank Guarantee, but will pay the same forthwith on your demand without any protest or demur.

This Performance Bank Guarantee shall continue and hold good till 180 days after completion of the Contract

Period, subject to the terms and conditions in the said Contract.

We bind ourselves to pay the above said amount at any point of time commencing from the date of the said

Contract until 6 months after the completion of Contract Period.

We further agree that the termination of the said Agreement, for reasons solely attributable to our constituent,

virtually empowers you to demand for the payment of the above said amount under this guarantee and we

would honor the same without demur.

We hereby expressly waive all our rights: Requiring to pursue legal remedies against CSML; and For notice of

acceptance hereof any action taken or omitted in reliance hereon, of any defaults under the Contract and any

resentment, demand, protest or any notice of any kind.

We the Guarantor, as primary obligor and not merely Surety or Guarantor of collection, do hereby irrevocably

and unconditionally give our guarantee and undertake to pay any amount you may claim (by one or more

claims) up to but not exceeding the amount mentioned aforesaid during the period from and including the date

of issue of this guarantee through the period.

We specifically confirm that no proof of any amount due to you under the Contract is required to be provided

to us in connection with any demand by you for payment under this guarantee other than your written demand.

Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered

post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been

given to us after the expiry of 48 hours when the same has been posted. If it is necessary to extend this

guarantee on account of any reason whatsoever, we undertake to extend the period of this guarantee on the

request of our constituent under intimation to you.

This Performance Bank Guarantee shall not be affected by any change in the constitution of our constituent

nor shall it be affected by any change in our constitution or by any amalgamation or absorption thereof or

therewith or reconstruction or winding up, but will ensure to the benefit of you and be available to and be

enforceable by you during the period from and including the date of issue of this guarantee through the period.

Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee is restricted

to 10% of the Contract Value, and shall continue to exist, subject to the terms and conditions contained herein,

unless a written claim is lodged on us on or before the aforesaid date of expiry of this guarantee.

We hereby confirm that we have the power/s to issue this Guarantee in your favour under the Memorandum

and Articles of Association / Constitution of our bank and the undersigned is / are the recipient of authority by

Page 125: Cochin Smart Mission Limitedcsml.co.in/wp-content/uploads/2018/04/RFP_ITMS_Mobility1.pdf · 2018-04-27 · Event’s Name Information 1. Organization Cochin Smart Mission Limited

COCHIN SMART MISSION LIMITED

Contractor Employer

125

RFP for Implementation of Integrated Traffic Management System (ITMS) in Kochi

express delegation of power/s and has / have full power/s to execute this guarantee under the Power of

Attorney issued by the bank in your favour.

We further agree that the exercise of any of your rights against our constituent to enforce or forbear to enforce

or any other indulgence or facility, extended to our constituent to carry out the contractual obligations as per

the said Contract, would not release our liability under this guarantee and that your right against us shall remain

in full force and effect, notwithstanding any arrangement that may be entered into between you and our

constituent, during the entire currency of this guarantee.

Notwithstanding anything contained herein:

Our liability under this Performance Bank Guarantee shall not exceed 10% of the Total Contract Value. This

Performance Bank Guarantee shall be valid only from the date of signing of Contract to 180 days after the End

of Contract Period; and

We are liable to pay the guaranteed amount or part thereof under this Performance Bank Guarantee only and

only if we receive a written claim or demand on or before 180 days after the completion of Contract Period.

Any payment made hereunder shall be free and clear of and without deduction for or on account of taxes,

levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.

This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank does not receive

the Performance Bank Guarantee within the above-mentioned period, subject to the terms and conditions

contained herein, it shall be deemed to be automatically cancelled.

This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby submit

to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings

arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such

count.

Dated ……………………. this ……….. day …………. 20XX.

Yours faithfully,

For and on behalf of the …………… Bank,

(Signature)

Designation

(Address of the Bank)

Note:

This guarantee will attract stamp duty as a security bond.

A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee on behalf of

the bank should be annexed to this guarantee for verification and retention thereof as documentary evidence

in the matter.