TENDER DOCUMENT
FOR SUPPLY AND INSTALLATION
OF SOLAR TRAFFIC BLINKERS
TRANSPORT COMMISSIONER, ORISSA
6TH FLOOR, RAJASWA BHAWAN,
CUTTACK.

TENDER CALL NOTICE NO- 14409/T.C Dated.23.10.2009.

Sealed quotations are invited from manufacturers/ authorized dealers / in the field of ITS ( Intelligent Transportation System)with proven track record for supply and installation of Solar traffic Blinkers with atleast 8 years experience of manufacturing/ marketing these products for installation of 100 Solar Traffic Blinkers at various median intersection points along the National Highway 5 between Chandikhol and Khurda .

Manufacturers/authorized dealers may obtain the tender document with specification of the item from the office of Transport Commissioner, Computer Cell, 7th Floor, Rajaswa Bhawan, Cuttack in person or through their authorized agent during the office hours from 26.10.09 till 5.11. 09 on payment of Rs. 2500/- by way of bank draft drawn in favour of Transport Commissioner, Orissa payable at Cuttack. Tender papers duly filled in and complete in all respect should reach the office of Transport Commissioner on or before 1.00 P.M. of 7.11.2009. The tenders will be opened on the same day i.e. on 7.11.2009 at 2.30 P.M in presence of the tenderers or their authorized representative, if present. The tender must be accompanied by valid VAT / Sales Tax clearance certificate along with an amount of Rs. 1,00,000/- ( One lakh ) only as E.M.D. (refundable) by way of Bank Draft in favour of Transport Commissioner, Orissa payable at Cuttack. The tenderer must enclose proof of experience of supply of such products in previous three years along with the tender papers. E.M.D. shall be refunded to unsuccessful tenderers after final selection of successful tenderer. The tender document is also available at our web site http://orissa.gov.in/transport. The down loaded tender document should be submitted along with a Bank Draft./bankers cheque of Rs. 2500/- (Non refundable) .

The Transport Commissioner Orissa, Cuttack reserves the right to accept or reject any or all tenders without assigning any reason there of.

Transport Commissioner,

Orissa, Cuttack


2. INTRODUCTION:

Sealed Tenders are invited from manufacturers/ authorized dealers / DG&SD rate contract holders by Transport Commissioner cum Chairperson, Orissa Road Safety Society, State Transport Authority, Orissa, Cuttack, for supply and installation of 100 (Hundred ) Solar traffic Blinkers at various median intersections points along the National Highway between Chandikhol and Khurda .as a road safety measure for cautioning commuters/ road users as per the specification in Annexure-I and terms and conditions laid in Annexure -2.

3. GENERAL INSTRUCTIONS:

1.  The firm intending to participate in the tender shall be a manufacturer of the product or their authorized dealers. The authorized dealers shall produce the certificate of authorization in force along with the tender.

2.  The bidder is to supply, delivery, install and commission the Solar Traffic Blinkers as per the specifications mentioned at Annexure-I of this document. The solar traffic blinkers will be installed at median intersection points between Chandikhol and Khurda. The location of the installation points shall be intimated along with the purchase order, and the firm will have to install the blinkers at these locations.

3.  The firm should submit valid VAT/ Sales tax Clearance certificate from the competent authority along with the tender paper.

4.  Each Tenderer is required to deposit an earnest money (EMD) of Rs. 1,00,000/- ( One lakh only) in form of a Bank Draft should, drawn fram a nationalized bank, drawn in favour of “Transport Commissioner, Orissa, Cuttack” payable at Cuttack. The earnest money for unsuccessful farms shall be returned on the finalization of the tender without any interest.

5.  The Tenders should submit the tender in two separate envelops covering technical bid and commercial bid giving full details with supporting documents as required. Tenders giving insufficient particulars are liable to be rejected.

6.  The Technical bid envelope should contain the technical details about the bidder, such as their proven record of Solar traffic Blinkes with customer list and performance certificate. Authorization Certificate of the products from the manufacturer, VAT/ Sales Tax Clearance Certificate, office address, Contact person, telephone/fax nos., Service network available inside Orissa, terms and conditions of supply, warranty and payment mode, etc and the specification of the items offered in Annexure-I. The envelop should be Sealed and superscripted with “TENDER FOR SUPPLY OF Solar Traffic Blinkers -TECHNICAL BID”.

7.  The bidder should submit Commercial Bid in a separate envelop containing item wise unit value and its total value offered in Annexure-II. The envelop should be sealed and superscripted “TENDER FOR SUPPLY OF Solar traffic Blinkers -COMMERCIAL BID”.

8.  The envelop containing technical bid and commercial bid along with the envelop containing EMD may be kept in an outer cover sealed and superscripted “TENDER FOR SUPPLY OF Solar Traffic Blinkers ” and submitted to the Office of Transport Commissioner Orissa, 6th Floor, Rajaswa Bhawan, Cuttack by 1.00 P.M on or before 13.11..2009.

9.  All the tenders will be opened, both Technical & Commercial bid, on 13..11.2009 at 2.30 P.M.and 3.30P.M.respectively at the Office of the Transport Commissioner, Orissa, 6th Floor, Rajaswa Bhawan, Cuttack in the presence of the bidders or their authorized representative present in the specified date & time.

10.  The Transport Commissioner reserves the right to reject any or all of the tenders without assigning any reasons.

11.  Any applicable discounts should be clearly indicated in the offer and no further correspondence on these will be entertained.

12.  The rates, finalized through this tender, will be operative for a period of at least 3 months.

13.  The submission of more than one tender by the same agency under different name is prohibited. Such tenders shall be rejected and no representation or correspondence shall be entertained with the vendors.

ELIGIBILITY CRITERIA:-

1  Manufacturing firms or specialized firms in the field of ITS (intelligent transportation system) with atleast 8 years experience of manufacturing/ marketing these products.

  1. ip 65 certificate from any approved government lab for the product quoted.
  2. turnover of firm atleast 1 crore from last 3 years
  3. -participating firm must be iso 9001 ;2000 certified
  4. affidavit to confirm products supplied will have average life of 100,000 hours ( life of battery 3 years )

GENERAL TERMS & CONDITIONS.

1.  Tenders shall be fully in accordance with the requirements of the General Terms and Conditions and to the technical specifications at Annexure-I of this document or higher. Tenders found incomplete, unsealed, without signature and not as per instructions will be rejected.

EMD

2.  E.M.D of Rs 1,00,000/ shall be forfeited if a bidder withdraws its bid during the period of bid validity.

3.  The price and conditions of the offer should be valid for at least a period of six months from the date of tender opening.

4.  The purchaser may alter the quantities of material at the time of placing of orders and may split order among more that one bidder.

5.  Value of each item with total and grand total of whole tender should be written clearly. Corrections or overwritten amounting to unreadable may disqualify the tender. Clerical and arithmetical mistakes may result in rejection of the tender.

6.  The vender shall make his own arrangements for supply and installation of materials at the purchaser’s site.

7.  The site address will be furnished to the vender along with the work order.

BANK GUARANTEE

8.  The successful tenderer shall furnish a performance bank guarantee (PG) of 10% of the total contract price before the purchaser. The BG should cover due fulfillment by the vender of all the terms and conditions of the contract inclusive of guarantee to the purchaser the delivery, installation / commissioning of equipment. The bank guarantee shall remain valid till the end of warranty period.

WARRANTY

9.  All the equipments supplied are subject to satisfactory operation for a period of 3 years from the date of commissioning. The vendor will provide onsite comprehensive warranty for 3 years including LED panel light, Solar System Assembly unit with atleast 12 hours back up having solar module, solar charge controller with cabinet for keeping battery & charge controller and M.S. pole for mounting. The vendor will have to rectify any defects during the warranty free of cost within 72 hours of the receipt of complaint.

10. If the equipment is down beyond 72 hours of complain then penalty at the rate of 0.5% of the cost of equipment will be charged per week or its fraction from the suppler.

11. The prices quoted should be firm and inclusive of all duties like sales tax, entry tax, excise and any other taxes.

PAYMENT

12. Payment will be made in two phases i.e. (i) 90% of the contract price on successful delivery with installation of the equipments at site and verification thereof and on submission of bill and (ii) balance 10% will be released after 90 days of successful functioning of the equipment from the date of installation.

13. The successful bidder should deliver all the goods in good condition within 4 weeks of issue of the purchase order and should complete installation within 30 days of delivery. Delay in supply / installation / commissioning in the part of supplier for equipment shall be treated as delayed in the delivery / installation of the goods. A penalty @ 0.5% of the material cost will be charged per week or part thereof for any delay of delivery of materials beyond 4 weeks of issue of purchase order. In such case the purchaser reserves the right to cancel the order in full or in part.

14. The purchaser, if so wants, can ask for demonstration of the any or all equipments at a convenient date and time with notice to technically selected bidders.

15. The equipment shall conform to a National / international standard as applicable.

16. All signal aspects (Poly carbonate/Mild Steel) and other items shall conform to the relevant Indian/International standards. If the bidder has acquired any ISO series of standard for maintenance/service to be provided in the field of Traffic and Transport, the bidder shall quote the same (if any).

17. Bidders shall have a team of expert traffic engineers, who possess good knowledge of the traffic conditions and are capable of designing the total signalization for intersections areas.

18. Before tendering, the bidder may visit signal/blinker sites and satisfy himself as to the prevalent conditions. In case of doubt, the bidders may obtain the required information from NHAI, STA Orissa , which may in any way influence the tender, as no claim what-so-ever shall be entertained for any alleged ignorance, after the tender is opened.

19. The bidders shall be capable enough to maintain these solar light blinkers along the NH. The technical specification of the street furniture of blinkers is enclosed at Annendix -I.

20. The bidder should furnish the following information: -

(i)  Mention the number of years the bidder company is in the business of blinkers as Annendix -II.

(ii)  Whether their company is registered under Company’s Act or otherwise. In first case, memorandum of association shall be appended and marked as Annendix - III.

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

(iv) List of staff to be put on work for installation of blinkers shall be appended as Annendix – V.

(v)  The bidders should have minimum experience of 3 years in supply, installation and maintenance of at least 50 signals in one metropolitan city in India or 150 signals in India including maintenance of Microprocessor based traffic signal controller with solid-state device. An authentic proof, in this regard, be appended as Annendix - VI.

(vi)  Specify a detailed plan to reach the fault location in the possible shortest time to be appended as Annendix – VII

(vii)  List of cities where Annual Maintenance Contract(s) is/are currently undertaken completed in past by the bidders shall be appended as Annendix - VIII.

(viii)  List of projects executed by the bidder company during the last 3 years by giving total value of such projects in Indian Rupees (year wise) shall be appended as Annendix – IX.

(ix) An undertaking that the bidder will set up sufficient infrastructure and capability to keep/store the material of signals/blinkers in a convenient location within one month of receipt of order be given as Annendix – X .

(x)  An organizational chart of the bidding company to tackle the challenging task of installing and maintaining of traffic signals/blinkers be appended as Annendix - XI.

(xi) The normal life span or life period for each item to be used/being used in signals/blinkers be appended as Annendix - XII.

(XXI)  Make of the bulbs (Incandescent, Halogen, any type of LEDs etc.) should be ISI approved/good quality of National/International standard to be used for signals/blinkers shall be indicated by the bidders.

(XXII)  Testing, Commissioning, earthing of controllers and poles shall be the responsibility of the agency for new installations as well as maintenance of signals/blinkers and its repairs.

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

(XXIV)  If any bidder is declared disqualified technically by the Technical Committee, the Commercial Bid of the bidder shall not be entertained and shall be kept unopened..

16.  SPECIFICATION OF SOLAR TRAFFIC BLINKERS.

17.  SOLAR TRAFFIC BLINKER:

LED Panel Light-300 mm dia in Plastic Die molding Signal Head with In-Built Blinker unit, Flashing rate: 40-50 per Min. Shape:-Round Ball Type, Colour-Amber,- Working Voltage:- 12 V DC, LED Lamp IP-with Endence/ Lab Report, Complete in all respect.

Solar System which can take load of Blinker for 12 hours back-up with solar module – Make-Tata BP / Moser Bear, or any equivalent make Working Voltage- 12 VDC, Battery : SMF-Exide Make, Solar charge Controller with cabinet for keeping battery & charge controller, Controller cabinet, Vandal Resistant, Complete in all respect:-