42
Request for Proposal (RFP) for Appointment of Operator for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate) for 36 Months. Request for Proposal (RFP) for Appointment of Operator for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate) for 36 Months. REQUEST FOR PROPOSAL Ref No.:01 of 2021 Dated: 23 rd July 2021 Statue of Unity area Development and Tourism Governance Authority Swagat Sthal, Behind Ekta Mall, Opposite Parking Area, Kevadia, Narmada District, Gujarat – 393151 Website: https://www.statueofunity.in

Request for Proposal (RFP) for Appointment of Operator for

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

Request for Proposal (RFP) for Appointment of Operator for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate) for 36 Months.

REQUEST FOR PROPOSAL

Ref No.:01 of 2021

Dated: 23rd July 2021

Statue of Unity area Development and Tourism Governance Authority

Swagat Sthal, Behind Ekta Mall, Opposite Parking Area,

Kevadia, Narmada District, Gujarat – 393151

Website: https://www.statueofunity.in

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

TABLE OF CONTENTS

DISCLAIMER Bid Details Section 1: NOTICE INVITING BID (NIT)

1.1 Introduction & Issuer 1.2 Purpose 1.3 Cost of RFP 1.4 Availability of RFP 1.5 Complete Response 1.6 Bid Preparation Costs 1.7 Communication with SoUADTGA 1.8 Pre-Bid Meeting 1.9 Bidder enquiries and SoUADTGA responses 1.10 Amendment of RFP Document 1.11 Supplemental information to the RFP 1.12 SoUADTGA’s right to modify submission deadline 1.13 SoUADTGA's right to terminate the process

Section 2: INSTRUCTIONS TO BIDDERS (A) Bid documents (B) Preparation of Bids (C) Submission of Bids (D) Bid opening and evaluation (E) Award of Contract

Section 3: Scope of work Section 4: Qualifying Requirements: Section 5: Responsibility of Bidder: Section 6: Specification Section 7: TECHNICAL FORMS

Annexure 1: Cover Letter Annexure 2: General Information of the Bidder Annexure 3: Statutory Auditors Certificate Annexure 4: Anti-Blacklisting Certificate Annexure 5: CONSORTIUM AGREEMENT

Section 8: Schedule –B (Online Only)

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

3

DISCLAIMER The information contained in this Request for Proposal (RFP) document or subsequently provided to Bidder(s), whether in document or verbal or any other form by or on behalf of Statue of Unity Area Development and Tourism Governance Authority (SoUADTGA) by any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP document and such other terms and conditions subject to which such information is provided. The purpose of this RFP document is to provide interested parties with information that may be useful to them in eliciting their proposals pursuant to this RFP. This RFP may not be appropriate for all persons, and it is not possible for SoUADTGA, its employees or advisors to consider the investment objectives, financial situation, and particular needs of each party who reads or uses this RFP. This RFP includes statements, which reflect various assumptions and assessments made by SoUADTGA in relation to the Project. Such assumptions, assessments, and statements do not purport to contain all the information that each Bidder may require. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate Sources. Information provided in this document to the Bidder(s) is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. SoUADTGA accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. SoUADTGA, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Bid Stage.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

4

RFP for price matching for selection of agencies for providing cars and drivers for electric vehicles (4 Wheelers).

Bid Details

Sr.No.

ACTIVITY SCHEDULED DATE & TIME

1 Name of Authority inviting bids/bid opening Authority

STATUE OF UNITY AREA DEVELOPMENT AND TOURISM GOVERNANCE AUTHORITY (SOUADTGA) AT KEVADIA, GUJARAT

2 Name of Work

Request for Proposal (RFP) for Appointment of Operator for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate) for 36 Months.

3 Tender Type OPEN

4 NIT/Bid Document No. 1 of 2021

5 Cost Of RFP Rs. 2,88,86,400.00/-

6 Earnest Money Deposit (EMD) Rs. 8,66,592.00/-

7 Tender Fee Rs. 17700.00/- (Including GST)

8 Date of Uploading RFP on n procure 23 July 2021

9 Date of Pre Bid Meeting 11.00 hours on 27 July 2021

10 Last Date & time for submission of queries after Pre Bid Meeting

11.00 hours on 28 July 2021

11 Publishing Corrigendum on n procure after Pre Bid meeting

11.00 hours on 29 July 2021

12 Last Date and Time for Submission online of bids

17.00 hours on 30 July 2021

13 Last Date of physical submission of documents

17.00 hours on 3 August 2021

14 Date and Time for Opening of Technical Bids After 17.00 hours on 3 August 2021 if Possible

15 Evaluation of Technical bids After 11.00 hours on 4 August 2021 if Possible

16 Date and Time for Opening of Financial Bids After 17.00 hours on 4 August 2021 if Possible

17 Evaluation of Financial bids After 11.00 hours on 5 August 2021 if Possible

18 Award of Work Order / LOA To be intimated

19 Contact Person(s) for Technical Queries (copy of the query to the given E- mails only) [email protected]

[email protected]

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

5

20 Contact Person(s) for Tender-related Queries Executive Engineer, Mechanical & Electrical Division-4 , SOUADTGA, Kevadia.

Mo.No-9925213166 21 RFP to be addressed to Chief Executive Officer, SoUADTGA,

At Public Relation Office (Swagat Sthal) Behind Ekta mall, Kevadia, Narmada, Gujarat-393151

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

6

Section 1: NOTICE INVITING BID (NIT)

1.1 Introduction & Issuer

Statue of Unity Area Development and Tourism Governance Authority (SoUADTGA) invites bidders to submit their pre-qualification, technical and commercial offers for appointment of operator for operating 10 Electric Cars with the conditions and manner prescribed in this Request for Proposal (RFP) document.

1.2 Purpose

The purpose of this Request for Proposal (RFP) is to appoint an operator to operate 10 Electric Cars. This document provides information to enable the bidders to understand the broad requirements to submit their "Bids". The detailed scope of work is provided in this RFP document.

1.3 Cost of RFP

The RFP document is available for a non-refundable tender fee of Rs 15,000.00/- (Rupees fifteen thousand only) + Rs. 2,700.00/- (Rupees twenty seven hundred only) as GST on Tender fee @18%. The amount is to be paid only by way of a demand draft/banker’s cheque issued by a nationalized/scheduled bank, shall be in favor of “SoUADTGA” Payable at Kevadia, Narmada.

1.4 Availability of RFP

1.4.1 The RFP document will be made available online for download from

23.07.2021 to 30.07.2021. No hard copies of the RFP will be supplied to any prospective bidder.

1.4.2 The soft copy of the RFP can be downloaded from the website

https://www.nprocure.com.

1.5 Complete Response

1.5.1 Bidders are advised to study all instructions, forms, terms, project requirements and other information in the RFP documents carefully. Submission of bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

1.5.2 The response to this RFP should be full and complete in all respects. Failure

to furnish all information required by the RFP documents or submission of a bid, not substantially responsive to the RFP documents in every respect will be at the Bidder's risk and may result in rejection of its bid and forfeiture of the bid Earnest Money Deposit (EMD).

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

7

1.6 Bid Preparation Costs

1.6.1 The bidder is responsible for all costs incurred in connection with participation in this process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings / discussions / presentations / demonstrations, preparation of bid, in providing any additional information required by SOUADTGA to facilitate the evaluation process, and in negotiating a definitive Agreement or all such activities related to the proposal process. SOUADTGA will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

1.6.2 This RFP does not commit SoUADTGA to award a contract to anybody.

Further, no reimbursable cost may be incurred in anticipation of award of contract.

1.6.3 All materials submitted by the bidder for engaging in the proposal process

shall become the property of SoUADTGA and may be returned to the bidder(s) at its sole discretion.

1.7 Communication with SoUADTGA

1.7.1 All the communication with SoUADTGA including bid submission will be

addressed to the contact person of SoUADTGA for this project. The details of the contact person of SoUADTGA are as follows:

Chief Executive officer, SoUADTGA,

At Public Relation Office (Swagat Sthal) Behind Ekta mall,

Kevadia, Narmada, Gujarat-393151

1.7.2 All communication to SoUADTGA including this RFP response and the bid

documents (in case of hard copy) shall be signed on each page by the authorized representative of the bidder.

1.7.3 An authority letter in the form of power of attorney or board resolution

signed by the company secretary specifying the authorized signatory details should be attached with the bid.

1.7.4 All the communication to SoUADTGA will be made in English language only.

1.8 Pre-Bid Meeting

1.8.1 SoUADTGA will host a Pre-Bid Meeting, on 11.00 hours on 27 July 2021 at

the following venue-

At Public Relation Office (Swagat Sthal) Behind Ekta mall, Narmada, Gujarat

1.8.2 The purpose of the meeting is to provide bidders with information regarding

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

8

the RFP and the Project requirements, and to provide each bidder with any opportunity to seek clarifications regarding any aspect of the RFP and the Project. However, SoUADTGA reserves the right to hold the pre-bid meeting and respond to any query or clarification in part or full.

1.9 Bidder enquiries and SoUADTGA responses

1.9.1 All enquiries/clarifications/suggestions from the bidders, related to this RFP,

must be directed in writing exclusively to the contact person specified in this RFP document. SoUADTGA reserves the right to not to respond to any enquiry/clarification request not submitted in the format specified.

1.9.2 The preferred mode of delivering written enquiries/clarifications/ suggestions to SoUADTGA would be through e-mail. Telephone calls or FAX will not be accepted. In no event, will SoUADTGA be responsible for ensuring that bidders' enquiries have been received by SoUADTGA.

1.9.3 The contact person notified by SoUADTGA will begin accepting written queries/suggestions from the bidders as soon as the RFP document is available for download. SoUADTGA will Endeavour to provide a full, complete, accurate, and timely response to all queries. However, SoUADTGA makes no representation or warranty as to the completeness or accuracy of any response, nor does SoUADTGA undertake to answer all the queries that have been posed by the bidders. The responses to the queries from each bidder will be distributed to all bidders.

1.10 Amendment of RFP Document

1.10.1 At any time prior to the last date for receipt of bids, SoUADTGA, may, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by an amendment. SoUADTGA also reserves the right to change any bid condition including technical specifications even after inviting the proposals with/without prior notification.

1.10.2 The amendment will be notified in writing or by email to all prospective Bidders who have been issued this RFP Document or shall be published on the website https://www.nprocure.com and will be binding on them.

1.10.3 In order to allow prospective Bidders reasonable time to take into account the amendments in preparing their bids, SoUADTGA may, at its sole discretion, extend the last date for the receipt of Bids.

1.11 Supplemental information to the RFP

If SoUADTGA 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 supplement shall be deemed to be incorporated by this reference into this RFP.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

9

1.12 SoUADTGA’s right to modify submission deadline

SOUADTGA may, in exceptional circumstances and at its discretion, extend the deadline for submission of proposals by issuing an Addendum or by intimating all bidders who have been provided the bid documents, in writing or by facsimile or by publishing it on the website https://www.nprocure.com, in which case all rights and obligations of the project and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

1.13 SoUADTGA's right to terminate the process

1.13.1 SoUADTGA may terminate the RFP process at any time and without

assigning any reason. SoUADTGA makes no commitments, express or implied, that this process will result in a E-Cariness transaction with anyone.

1.13.2 This RFP does not constitute an offer by SoUADTGA. The bidder's

participation in this process may result in SoUADTGA selecting the bidder to engage in further discussions and negotiations toward execution of a contract. The commencement of such negotiations does not, however, signify a commitment by SoUADTGA to execute a contract or to continue negotiations. SoUADTGA may terminate negotiations at any time without assigning any reason.

Bidder confirm that 1 Should this tender be accepted, I/We hereby agree to abide by and fulfill all terms and

conditions referred to above and in default thereof to forfeit and pay to the owner or his authorized nominee such sums of money as are stipulated in conditions contained in Tender document.

2 If I/ We fail to commence the work as specified, or I/We fail to deposit the amount for security deposit then, I/ We agree that the said owner or his successors without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money in full otherwise the said earnest money shall be retained by owner towards the security deposit. The owner shall also be at liberty to cancel the notice of acceptance of tender if I/We fail to deposit the said amounts as per contract or to execute an agreement or to start work as stipulated in the tender documents.

Date: _________________ day of ______________2021. Witness: Name in Block Letters: Address:

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

10

Section 2: INSTRUCTIONS TO BIDDERS

1. One Bid per Bidder

Each Bidder shall submit only one bid. A Bidder who submits or participates in more than one bid will cause all the proposals with the bidder's participation to be disqualified. However, a single OEM can give manufacturer consent Letter / Authorization Form to Multiple Bidder and a single bidder can propose multiple manufacturer consent letter/Authorization Form. The Bidder shall bid for not less than a lot of 10 cars.

2. Cost of Biding:

The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Authority will in no case be responsible and liable for those costs

3. Undue Influence

The bidder shall provide undertaking that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Authority or otherwise in procuring the Contract. Any breach of the aforesaid undertaking by the Bidder or anyone employed by him or acting on his behalf (whether with or without the knowledge of the Bidder) or the commission of any offers by the Bidder or anyone employed by him or acting on his behalf (whether with or without the knowledge of the Bidder), as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1988 or any other Act enacted for the prevention of corruption shall entitle the Authority to cancel the Contract and all or any other contracts with the Bidder and recover from the Bidder the amount of any loss arising from such cancellation. A decision of the Authority to the effect that a breach of the undertaking has been committed shall be final and binding on the Bidder. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Bidder towards any officer/ employee of the Authority or to any other person in a position to influence any officer/ employee of the Authority for showing any favour in relation to this or any other Contract, shall render the Bidder to such liability/ penalty as the Authority may deem proper, including but not limited to termination of the Contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Authority.

4. Applicable Law

(a) The Contract shall be considered and made in accordance to the laws of

Republic of India.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

11

(b) It will be imperative for each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the Contract as described in the RFP Documents. In their own interest, Bidders are particularly requested to familiarize themselves with the Income Tax Act 1961, the Insurance Act, 1938, the Companies Act, 2013, the Customs Act, 1962, GST Laws including any amendment therein and other related Acts and laws prevalent including corresponding statutory levies relating to this Contract in India. The Authority shall not entertain any request for clarification from the Bidder, regarding such local conditions.

(c) It is the responsibility of the Bidder that such factors are properly

investigated and considered while submitting the bid proposal and that no claim whatsoever including those for financial adjustment to the Contract awarded under the RFP document will be entertained by the Authority and no change in the time schedule of the Contract nor any financial adjustment shall be permitted by the Authority on account of failure of the Bidder to apprise himself of local laws/conditions including corresponding statutory levies relating to the Contract arising out of this RFP document.

(A) Bid documents

1. Content of Bid documents

The content of the Bid documents shall be as follows:

– Notice Inviting Bids – Instruction to Bidders – Forms – Draft Contract Agreements – Schedules – Forms of Securities

Note: The Bidder has to sign along with seal in each and every page of the RFP for conveying that they are abiding by the terms and conditions of the RFP.

2. Clarification of Bid Documents

A prospective Bidder requiring any clarification of the Bid documents may notify the Authority in writing or by cable (hereinafter “cable” includes mail) at the Authority’s address indicated in the invitation to Bid.

2.1 Pre-Bid meeting:

(a) The Bidder or his authorized representative is invited to attend a pre- Bid

meeting which will take place at At Public Relation Office (Swagat Sthal)

Behind Ekta mall, Narmada, Gujarat at 11.00 hours on dated 27 July 2021

(b) The purpose of the meeting will be to clarify issues and to answer questions

on any matter that may be raised at that stage.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

12

(c) The Bidder is requested to submit any questions in writing or by cable to

reach the authority not later than the date mentioned in bid details.

(d) Minutes of the meeting, including the text of the questions raised (without

identifying the source of enquiry) and the responses given will shared with

all other bidders through mail.

(e) Non-attendance at the pre-Bid meeting will not be a cause for

disqualification of a Bidder.

(B) Preparation of Bids

1. Documents comprising the Bid

The sealed Bid cover shall contain technical in sealed covers respectively and shall be submitted by the Bidder in person/RPAD/Speed post at the Chief Executive officer, SoUADTGA,At Public Relation Office(Swagat Sthal),Behind Ekta mall,Kevadia, Narmada, Gujarat Email: ac2-

[email protected] /[email protected] ,shall contain the following documents as follows: - Technical Proposal with all documentary proof required including Earnest Money Deposit & Qualification Information as per formats in the RFP and Price Bid in online - Financial Proposal comprising of price Bid in online only.

2. Bid Price

The Bid price shall be hiring cost/km which shall include the car hiring charge, the charging infrastructure cost and all other O&M expenses. The bid price shall also be furnished as per the format in Schedule B.

Bidders may quote for Electric Car and for not less than a lot of 10 cars. The decision of awarding the contract shall rest with the authority.

3. Bid Validity

Bids shall remain valid for a period not less than 120 days after the deadline date for Bid submission specified.

In exceptional circumstances, prior to expiry of the original time limit, the Authority may request that the Bidders may extend the period of validity for a specified additional period. The request and the Bidders' responses shall be made in writing or by cable. A Bidder may refuse the request without forfeiting his earnest money deposit.

4. Earnest Money Deposit

The Bidder shall furnish, as part of his Bid, Earnest Money Deposit of an amount of 3% of Total Project Cost in the form of Demand Draft or Bank

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

13

Guarantee. (From Nationalized Bank). This earnest money deposit shall be in favor of “SoUADTGA” Payable at Kevadia, Narmada. Any Bid not accompanied by an acceptable earnest money deposit and not secured as indicated in above shall be rejected by the Authority as non- responsive.

The earnest money deposit of unsuccessful Bidders will be returned to respective bidder after the finalization of the tender.

The earnest money deposit of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnished the required Performance Security.

For bidders who are not awarded LOA, EMD will be released within three (3) months after finalization of commercial bid.

The earnest money deposit may be forfeited:

(a) If the Bidder withdraws the Bid after Bid opening during the period

of Bid validity;

(b) In the case of a successful Bidder, fails to sign the Agreement within

the specified time limit.

(c) In case the successful bidder fails to submit the Performance Security

within prescribed time.

(C) Submission of Bids

1. Bidding:

The Bidder shall submit the technical bid document fulfilling all the formalities at the Chief Executive officer, SoUADTGA,At Public Relation Office (Swagat Sthal), Behind Ekta mall, Kevadia, Narmada, Gujarat. And financial bid shall be submitted through online mode only.

2. Deadline for submission of the Bids

The Bids shall be submitted before 17.00 hours on 30 July 2021

(D) Bid opening and evaluation

1. Opening of Technical Bid and evaluation to determine qualified Bidders:

(a) The Authority will open the Preliminary stage in the presence of the

Bidders or their representatives who choose to attend at 17:01 hours on 30 July 2021. In the event of the specified date of Bid opening being declared a holiday for the Authority, the Bids will be opened at the appointed time and location on the next working day.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

14

(b) The Bidder names, the presence or absence of earnest money deposit (amount, format and validity), the submission of qualification information and such other Information as the Authority may consider appropriate will be announced by the Authority at the opening.

(c) The Authority will evaluate and determine whether each Bid

i. Meets the eligibility criteria defined in RFP.

ii. is accompanied by the required earnest money deposit as per stipulations mentioned as part of RFP and

iii. Meets the minimum qualification criteria stipulated in RFP. The Authority will draw out a list of qualified Bidders.

(d) Product route compatibility, pulling power check and Technology

provenances:

i. The Pre- Qualification criteria qualified bidders shall provide base/offer model Electric Car for trial at Kevadia for a period of 3 days. Trial conditions:

ii. Electric Car (4 Wheeler) shall comfortably drive in different routes and all the gradients in the said routes without any special assistance.

2. Opening of Financial Bid of qualified Bidders and evaluation:

(a) The Authority will inform all the Qualified Bidders the time, date and

venue fixed for the opening of the Financial Bid containing the price Bids.

The Authority will open the financial bid of Qualified Bidders at the

appointed time and date in the presence of the Bidders or the

representatives who choose to attend. In the event of the specified date

of Financial Bid opening being declared a holiday for the Authority, the

same will be opened at the appointed time and location on the next

working day.

(b) The Bidders' names, the Bid prices, the total amount of each Bid, any

discounts, and such other details as the Authority may consider

appropriate, will be announced by the Authority at the opening.

(c) The authority has a liberty to award the contract to more than one

bidder.

3. Process to be confidential Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Authority's processing of Bids or awarding decisions may result in the rejection of his Bid.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

15

4. Clarification of Bids

(a) To assist in the examination, evaluation, and comparison of Bids, the

Authority may, at his discretion, ask any Bidder for clarification of his

Bid. The request for clarification and the response shall be in writing or

by cable, but no change in the price or substance of the Bid shall be

sought, offered, or permitted.

(b) Any effort by the Bidder to influence the Authority in the Authority’s Bid

evaluation, Bid comparison or contract award decisions may result in the

rejection of the Bidders’ Bid.

5. Examination of Bids and determination of responsiveness

(a) Prior to the detailed evaluation of Bids, the Authority will determine

whether each Bid;

i. has been properly signed and

ii. is substantially responsive to the requirements of the Bid documents. (b) A substantially responsive Bid is one which conforms to all the terms,

conditions, and specifications of the Bid documents, without material deviation or reservation. A material deviation or reservation is one

i. which affects in any substantial way the scope, quality, or performance

of the Works;

ii. Which limits in any substantial way, inconsistent with the Bid

documents, the Authority's rights or the Bidder's obligations under the

Contract; or Whose rectification would affect unfairly the competitive

position of other Bidders presenting substantially responsive Bids.

If a Bid is not substantially responsive, it will be rejected by the Authority, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

6. Evaluation and comparison of Bids

(a) The Authority will evaluate and compare only the Bids determined to be substantially responsive.

(b) The Authority reserves the right to accept or reject any variation,

deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bid documents or otherwise result in unsolicited benefits for the Authority shall not be taken into account in Bid evaluation.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

16

(E) ARBITRATION

SoUADTGA and the vendor will make every effort to resolve amicable, by direct negotiation, any disagreement or dispute arising between them under or in connection with the work order, if any dispute will arise between parties on aspects not covered by this agreement, or the construction or operation thereof, or the rights, duties or liabilities under these except as to any matters the decision of which is specially provided for by the general or the special conditions, such dispute will be referred to two arbitrators, one to be appointed by each party and the third to be appointed by the CEO, SOUADTGA and the award of the arbitration, as the case may be, will be final and binding on both the parties. The arbitrations or the umpire as the case may be, with the consent of parties, may modify the time frame for making and publishing the award. Such arbitration will be governed in all respects by the provision of the India arbitration Act, 1996 or later and the rules there under and may statutory modifications or re-enactment, thereof. The arbitration proceedings will be held in Rajpipla, Gujarat, India.

(F) Award of Contract

1. Award criteria

(a) the Authority will award the Contract to the Bidder whose Bid has

been determined to be substantially responsive to the Bid documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be

i. Eligible in accordance with the provisions mention in RFP.

ii. Qualified in accordance with the provisions mention in RFP.

(b) However, authority reserves the right to select one or more bidders in the interest of SoUADTGA for maintaining multiple sources. The remaining bidders may be asked to match the L1 price.

2. Authority's right to accept any Bid and to reject any or all Bids

(a) The Authority reserves the right to accept or reject any Bid, and to

cancel the Bid process and reject all Bids, at any time prior to the 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 the Authority' section.

(b) The authority reserves the right to select more than one bidder

provided the cost of the offer made by the other bidders is same.

3. Notification of award and signing of Agreement

(a) The Bidder whose Bid has been accepted will be notified of the award by the Authority prior to expiration of the Bid validity period by cable, telex, e-mail or facsimile confirmed by registered letter. This letter

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

17

(herein after and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Authority will pay the Operator in consideration for the Operation of the cars as specified in the RFP.

4. Performance Security

(a) For securing the due and faithful performance of the obligations of

the Operator under the Agreement, the Operator shall submit to the

Authority an unconditional and irrevocable bank guarantee for

amount equivalent to 3% of Total Project Cost shall be in favor of

“SoUADTGA” Payable at Kevadia, Narmada from a nationalized bank, in

India as per format provided in respect thereof in the RFP

(“Performance Security”) at the time of signing the agreement.

(b) The Operator shall maintain the above said Performance Security

valid for a period of three (3) years and shall be valid till three (3)

months after the expiry of the agreement.

(c) Interested Bidders can view these RFP Documents online but Bidders who are

interested in bidding in these tenders can download Tender Documents as

mentioned in above and Bidders who wish to submit their offer shall pay

Tender Fee in form of Account payee demand draft payable at Kevadia drawn

on any Nationalized bank or any of following banks in favor of “Chief Executive

Officer , SOUADTGA” or any of the Banks decided by the Finance

Department, Government of Gujarat from time to time.

Guarantees issued by following banks will be accepted as PD on permanent basis.

A) All nationalized Banks.

B) Guarantees issued by following Banks will be accepted as PD. The validity cut-off

date is with respect to date of issue of Bank Guarantee irrespective of the date of

termination of Bank Guarantee.

1) The Mehsana Urban Co-Operative Bank Ltd.

2) The Ahmedabad Mercantile Co-Op. Bank Ltd.

3) Nutan Nagrik Sahakari Bank Ltd

4) The Kalupur Commercial Co-Operative Bank Ltd.

5) RBL Bank

6) AXIS Bank

7) ICICI Bank

8) HDFC Bank

9) Kotak Mahindra Bank

10) Indusland Bank,

11) Yes Bank,

12) The Gujarat State Co-Operative Bank,

13) Sarswat Bank

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

18

5. Forfeiture of Performance Security

The Authority shall be entitled to forfeit and appropriate the amount of the Performance Security in whole or in part:

(a) In the event the Authority requires to recover any sum due and

payable to it by the Operator including but not limited to Damages; and which the Operator has failed to pay in relation thereof; and

(b) In relation to Operator’s Event of Default in accordance with the

terms contained in the agreement.

At any time during the Validity Period, the Performance Security has either been partially or completely been encashed by the Authority in accordance with the provisions of the Agreement. The Operator shall within 15 (fifteen) days of such encashment either replenish, or provide a fresh performance security, failing which the Authority shall be entitled to terminate the Agreement.

6. Corrupt or Fraudulent practices

(a) The Authority requires that the Bidders/Suppliers/Contractors, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, SoUADTGA:

i. will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

ii. will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a SoUADTGA contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Government of Gujarat contract.

7. Penalty : If the bidder fails to perform its obligation as per contract conditions penalty of 3000 Rs. per Vehicle per Day will be Imposed.

8. Liquidity Damage :

In case of late delivery of E Vehicle mentioned in LOA, the bidder shall be liable to pay penalty @ 5000 Rs per Vehicle per Day of Delay thereof, upto a maximum total amount of 5,00,000 Rs for the delayed in delivery of E Vehicle , after which the LOA is liable to be cancelled.

9. Branding/ Advertising Rights : All the rights of Branding/ Advertising

remain with SOUADTGA.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

19

10. Force Majeure:

a. Force majeure clause will mean and be limited to the following in the execution of the contract / purchase orders placed by SoUADTGA.

War / hostilities. Riot or Civil Commotion Earthquake, Flood, Tempest, Lighting or another natural physical disaster. The restriction imposed by the government or other statutory bodies,

which is beyond the control of the agencies, prevent or delay the execution of the order by the agencies.

b. The agencies will advise SoUADTGA in writing, duly certified by the local Chamber

of Commerce, the beginning and the end of the above cause of delay, within seven days of the occurrence and cessation of the force majeure conditions. In the event of a delay lasting for more than one month, if arising out of clauses of the majeure. SoUADTGA reserve the right to cancel the order without any obligation to compensate the agencies in any manner for what so ever reason.

11. Definition and Abbreviation:

In the Agreement, unless the context otherwise requires, the following terms and expressions, whenever used, shall have the following meanings hereinafter respectively ascribed to them:

1. “Agreement” means this agreement executed between the Authority and

the Operator together with its Schedules and any further correspondence,

notices and conditions, in the RFP or otherwise, that the Parties signatory to

this Agreement have expressly agreed to include as part of this Agreement.

2. “Applicable Clearances” means all clearances, permits, no objection

certifications, exemptions, authorizations, consents and approvals required

to be obtained or maintained under Applicable Law, in connection with the

Project, during the subsistence of this Agreement. All Electric Car(4 Wheeler)

related clearances shall be obtained by the Operator and route related

licenses shall be obtained by the Authority.

3. “Applicable Law” means all the laws, acts, ordinances, rules, regulations,

notifications, guidelines or bye-laws, in force and effect, as of the date hereof

and which may be promulgated or brought into force and effect hereinafter

in India, including judgments, decrees, injunctions, writs or orders of any

court of record, as may be in force and effect during the subsistence of this

Agreement, and applicable to the Project.

4. “Authority” means the SoUADTGA /State Government of Gujarat or its

authorized representatives.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

20

5. “Bidder” is an entity – Single, JV, and Consortium who participates in the

bidding.

6. “Maintenance Depot” means the space, which shall have certain minimum

facilities commensurate with the requirement for parking and maintaining

the Cars , subject to the execution of the Depot License Agreement.

7. “Electric Car(4 Wheeler) Kilometer” means a kilometer travelled by a

Contracted cars as per this Agreement or as directed by the Authority

8. “Base Kilometer Charge” or “Kilometer Charge” means the rate of the

Kilometer Charge payable by the Authority to the Operator for travel by a

Car.

9. “Electric Car Permit” means the permit for operating the Car as required

under Applicable Law from time to time.

10. “Technical Specifications” shall mean the specifications of the Cars

including but not limited to design, power, Internet, CCTV, GPRS, GPS and PIS

and other IT equipment and other details stipulated by the Authority during

the purchase of such cars.

11. “Charging Infrastructure” shall mean infrastructure to be setup by the

operator either for fast charging, slow charging or battery swapping.

12. "SoUADTGA" means Statue of Unity Area Development and Tourism

Governance Authority

13. “Commercial Operations Date (COD)” shall for all the cars, be the date of

deployment on the roads for operations of each such Electric cars by the

Operator after submission of the requisite Performance Security.

14. “Contracted Car (es)” means one or more of the Electric Car units deployed

by the Operator from time to time for the purposes providing Electric car(4

Wheeler) service to an Area in accordance with the terms of this Agreement.

15. “Contract Period” means The contract period shall be for 3 years, the

Authority may extend the contract period on its sole discretion.

16. “Depot License Agreement” means the agreement under which the

Operator shall be given a limited right to use the Depot (as described in detail

in the Depot License Agreement) as provided in this Agreement.

17. “Execution Date” shall mean and refer to the date of execution of this

Agreement.

18. “Fleet” shall refer to the total number of car having achieved COD pursuant

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

21

to this Agreement.

19. “Government” means the “Government of Gujarat ” or “Government of India

(GOI) ” as is relevant in the context;

20. “Good Industry Practice” shall mean the exercise of that degree of skill,

diligence, prudence and foresight in compliance with the undertakings and

obligations under this Agreement which would reasonably and ordinarily be

expected of a skilled and an experienced person engaged in the

implementation, operation and maintenance or supervision or monitoring

thereof of any of them of a project similar to that of the Project.

21. “Letter of Award” means the letter of award issued by the Authority to the

Selected Bidder

22. “Manufacturer” means the Car manufacturer supplier of the Electric Car (4

wheeler) to the Authority.

23. “Material Breach” means a breach of the terms and conditions of this

Agreement, which has a material adverse effect on any act or event, or on the

ability of either Party to perform any of its obligations under and in

accordance with the provisions of this Agreement, which include but are not

limited to an act or event which causes a material financial burden or loss to

either Party.

24. “Operation and Maintenance Standards” means the operation and

maintenance requirements which are required to be undertaken by the

Operator throughout the Contract Period and have been provided at different

places in the agreement.

25. “Operating Plan” or “Operations Plan” means the detailed Route plan and

trip schedule for the Car Service, which is developed and finalized by the

Authority and has been provided as a part of the Fleet Deployment Plan.

26. “Operator” shall have the meaning as ascribed thereto in the array of Parties

in the Recitals above.

27. “Project” means the operation, maintenance of the Car, and Electric 4

Wheeler Services being provided in the Car Service Area by the Operator in

accordance with the terms of this Agreement.

28. “RFP” means this RFP document along with Schedule attached issued for the

purpose of selecting an Operator for the Project;

29. “RTA” or “RTO” means the Regional Transport Authorities/ Regional

Transport Offices of Rajpipla.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

22

30. “Area Scheme” means as notified by the competent authority in relation to

the Car Service to be implemented as per this Agreement.

31. “Selected Bidder” means the Bidder to whom the Authority issues the Letter

of Award for undertaking the Project.

32. “Third Party” means any person other than the Authority and the Operator.

33. “Metropolitan Areas” under Article 243 P of the Constitution of India,

(ii)“Urban Areas” under the Census of India, or (iii) “Urban Area” by the

Central Government or the State Government from time to time.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

23

Section 3: Scope of work

The service provider will be asked to provide followings for drivers & Cars: -

1. Electric Cars (4 Wheeler) will be provided by Service Provider will be of Latest

Model (i.e. Manufacturing Year of E Vehicle Should not be older than 2020 A.D).

2. The Operator shall take full responsibility of maintenance of the Contracted Cars, including but not limited to preventive maintenance schedule, breakdown maintenance, repair/reconditioning / replacement of parts and aggregates, minor and major body repair including refurbishing and accidental repair whenever necessary

3. The Operator shall Repair / replacement / maintenance of tyres and batteries.

4. The Operator shall ensure proper up-keeping, including but not limited to washing, cleaning, denting / painting of the Contracted Cars.

5. The Operator shall agree to comply with all Applicable Laws including labour and local laws, pertaining to the employment of labour, staff and personnel engaged by it for implementing the Project.

6. The successful bidder/Operator shall not use the car covered by the agreement to ply for others or for any other purpose during the period of stoppage for maintenance / carrying out repairs /Non Use Period. Agreement is liable to be terminated without notice in case of any violation.

7. The SoUADTGA shall not be responsible for any damage or loss caused to the cars hired during the period of agitations, accidents, etc.

8. Uniformed Drivers for driving the E-cars. (At least 2 nos of formal uniform per

driver)

9. The drivers so provided should be well mannered, courteous and polite to officers using the vehicle. They should be well acquainted in area, punctual, have valid driving license and should have neat and clean uniform.

10. The drivers should not smoke or drink while on duty and should not play cards, etc. during idle time.

11. Vehicles shall be provided for 24 hrs of operation for total contract period. 12. A declaration on the printed letter-head of the service provider, stating

inter-alia that the drivers provided are of good character, duly verified by concerned Police from security angle will require. SoUADTGA may direct the service provider to furnish the background verification check done by Concerned Police as on when required.

13. The service provider shall ensure availability of adequate number of drivers in a manner that issues relating to leave/rest of drivers are addressed as per statutory rules/regulations.

14. Drivers shall be in the rolls of the service provider providing Drivers services who shall be responsible for compliance of statutory requirements like PF, ESI, Group Gratuity Policy from LIC, Group insurance policy from LIC , bonus /ex gratia/ performance related pay, leave on gross etc.

15. The Driver shall not claim to be an employee of SOUADTGA. 16. Driver would be responsible to maintain logbook in the format provided by

SOUADTGA on Vehicle usage and would get necessary sign off from the authorized officer of the SOUADTGA.

17. The vehicle and its auxiliary shall be maintained in a good condition in conformity with the Driver’s Manual and the Manufacturer Manual. The

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

24

vehicle cleanliness to be ensured by the Driver from inside and outside. 18. The E-Vehicle shall be taken only to Designated Workshops for any repair

and/or maintenance of the Vehicle. 19. E-Vehicle must have Fast Tag for payment of toll tax. 20. The payment of parking charge / toll tax shall be reimbursed in the monthly

bill. 21. The e-cars will be utilized for SOUADTGA work. 22. As per Motor Vehicle Act E Car should be fully insured & insurance is in

scope of bidder. 23. The service provider to ensure the following consumable accessories of

good quality to be made available all the time. Maintaining of the items is also in scope of Service provider. However, the cost of the below mentioned items only are to be reimbursed to the service provider in the given manner: -

SL No Particulars Qty Amount Remarks 1. Car Perfume 1 Nos 310/- Claim in every 2 months. 2. Duster and cloth 1 Nos 210/- One-time claim. 3. Seat Towels (White) 2 Pair 1000/- One-time claim. 4. Car Washing and Polish 2 times 1000/- Claim in every 6 months. 5. Tissue Box 3 time 400/- Claim in every 4 months.

24. SoUADTGA reserves the right not to accept and to seek replacement of any

Driver(s) on duty who does not fulfill or fails to comply with the above

requirements.

25. Service provider to provide a helpline contact no for 24*7.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

25

Section 4: Qualifying Requirements:

S.No. Criteria Documents to submit

1. Bidder can be an individual, Partnership firm, Company, Associate, Consortium/ Joint Venture. Bidder should submit documentary proof including GST Registration copy, PAN copy, Registered Partnership Deed, Company Registration document and Legal document having registered to do E-Cariness and other relevant documents.

Proof of Document to be enclosed

2. A consortium can have a maximum of 2 (two) partners (Lead + one) and one of the partners will be nominated as the Lead Partner and others will be referred as Operating Partners.

Proof of Document to be enclosed

3. The Bidder should have an experience of operating vehicle in State Government/ Central Government/ PSU/ Government Board / Corporation of fleet of min. 25 Electric/CNG/Diesel vehicle in last 3 (three) Years

Proof of Document to be enclosed

4. The Bidder shall have a minimum turnover for the previous three financial years ending March 31, 2021 of minimum Rs. 2 (Two) crores for each financial Year.

Proof of Document to be enclosed

5. The profile details of the Bidder along with the latest Annual report and the OEM specifications of the model of the E-Car has to be furnished duly conforming to the basic technical specifications of the RFP.

Proof of Document to be enclosed And offer

model must be enclosed.

• “Holding Company “and “Subsidiary “shall have the meaning ascribed to them as per Companies Act, 1956 or, in vogue.

• In case bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on substantiation of its qualification:

o Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding Company with a letter of undertaking from holding company supported by Board pledging unconditional and financial support. Irrevocable in the s p e c I f I e d. f o r m a t .

o A Certificate from the CEO/CFO of the Holding Company, stating that the unaudited unconsolidated financial statements form part of the Consolidated Annual Report of the Company.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

26

The bidder should register with Employees Provident Fund and Miscellaneous Provisions Act, 1952 (providing for PF contributions, Employee pension and Deposit Link Insurance). Bidder should provide undertaking of submitting the labour license under Contractor

Labour (Regulation & Abolition) Act, 1970 within 1 month of issuance of LoA.

The bidder will comply with Employees Compensation Act, 1923 (providing for

Compensation against injury due to and during the course of employment).

The bidder will comply with Minimum wages Act, 1948 (providing for minimum wages for

various employments).

• In case a bidder does not satisfy the financial criteria, the holding company would be required to meet the stipulated turn over requirements, provided that the net worth of such holding company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the holding company. In such an event, the bidder would be required to furnish along with its bid, a letter of Undertaking from the holding company, supported by the Board Resolution, as per the format enclosed in the bid documents (Attachment-9 of Section-6, Forms & Procedures), pledging unconditional and irrevocable financial support for the execution of the Contract by the bidders in case of award.

• In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding Companies wherever applicable, the Net worth of the Bidder and its Subsidiary (ies) and/or Holding Company and/or Subsidiary (ies) of the Holding Company, in combined manner should not be less than 100% of their total paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capitals.

• Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

• Other income shall not be considered for arriving at annual turnover.

• The supporting documents in support of above Qualification Requirement should be submitted along with tender document; otherwise Techno-commercial offer submitted by the bidder is liable to be considered as non-responsive.

• All the required documents must be properly annexed and submitted as mentioned above with necessary details in brief.

Conditions for Consortium: In case Bidder wishes to participate in Consortium following conditions are additionally applicable: -

1. The term Bidder used hereinafter would therefore apply to a single entity and a Consortium/ JV.

2. A consortium of maximum two members is allowed in this RfP including one lead member and one consortium party.

3. In case of consortium, all members should mandatorily meet either of the

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

27

condition/s mentioned at S.No.2 of ‘Qualifying Requirement’ (QR). 4. In case of Consortium/ JV, either one may act as a lead member. 5. Lead Bidder accepts primary responsibility for providing a roE-Cart and quality

product meeting technical specifications of tender. 6. In case, bidder is a consortium, the combined annual turnover of all the consortium

members shall be considered for meeting the QR condition. However, In case of consortium between two members, Lead Bidder must have 10% & above ATO and consortium member must have 40% and above ATO. Other income shall not be considered for arriving at annual turnover.

7. In case, bidder is a consortium, all consortium members should meet profitability condition defined in QR.

8. In case, bidder is a consortium, experience of all the consortium members shall be considered for meeting previous works experience criteria defined in QR.

9. In case, bidder is a consortium, the Net worth of all consortium/Joint Ventures members in combined manner should not be less than 100% of their paid up share capital however individually, their Net worth should not be less than 75% of their respective paid up share capitals.

10. Member of any Consortium/Joint Venture Firm shall not be permitted to participate either in individual capacity or as a member of any other Consortium/Joint Venture Firm in the same tender. Submission or participation in more than one bid will cause disqualification of all the proposals submitted by the bidder.

11. All formalities in respect of submission of tender shall be done only in the name of ‘Lead Member’ and not in the name of Consortium/Joint Venture Firm. However, name & other details of both the members of Consortium/ Joint Venture Firm should be clearly mentioned in the Bid/Response.

12. A copy of Memorandum of Understanding (MOU) executed between the members of Consortium/JV shall be submitted along with the tender. The complete details of the members of the Consortium/ Joint Venture Firm, their share and responsibility in the Consortium/JV etc. particularly with reference to financial, technical and other obligations shall be furnished in the MOU.

13. Once the offer/ bid is submitted, the MOU shall not be modified / altered/ terminated during the period of execution including any extension thereafter by SoUADTGA or validity of any letter of award awarded to the said Consortium/Joint Venture Firm. In case, the tenderer fails to observe/comply with this stipulation, the full Security Deposit/ Earnest Money Deposit (EMD)/Performance Bank Guarantee (PBG) shall be liable to be forfeited.

14. A duly notarized agreement of Consortium/Joint Venture Firm shall be executed between the ‘Lead Member’ and Consortium/JV Partner. This Agreement should be submitted in original with your offer/ bid.

15. Authorized Member of Consortium/Joint Venture Firm: ‘Lead Member’ shall be authorized on behalf of Consortium/Joint Venture Firm to deal with the tender/SOUADTGA, sign the agreement or enter into contract in respect of the said tender, to receive payment and such activities in respect of the said tender/ contract. All notices/ correspondences with respect to the contract would be sent only to this ‘Lead Member’ of Consortium/Joint Venture Firm.

16. Required processing fee shall be submitted necessarily by the ‘Lead Member’ and not by the ‘Joint Venture/Consortium Firm’ itself. In case of submission of processing fee by the ‘Lead Member’ it should be deemed as processing fee submitted by the Consortium/Jo Venture Firm.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

28

17. Duration of MOU and Consortium/JV Agreement shall be valid during the entire execute in period/ validity of letter of award and any extension thereafter /currency of the contract including the period of extension, if any

18. Any change in constitution of Consortium/Joint Venture Firm shall not be allowed. 19. Members of the Consortium/Joint Venture Firm shall be jointly and severally liable

to the SoUADTGA for execution of the project/ Work/ Assignment etc. The Consortium/JV members shall also be liable jointly and severally for the loss, damages caused to the SoUADTGA during the course of execution of any awarded contract or due to non-execution of the contract or part thereof. Governing Laws for Consortium/ Joint Venture Firm: The Consortium/JV Agreement in all respect be governed by and interpreted in accordance with Indian Laws.

The lead members/ partners in the consortium shall not separately participate as

independent bidder or as members of any other consortium in this bidding process. All

bids in contravention of this shall be rejected.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

29

Section 5: Responsibility of Bidder:

1. Cars: Procure, Operate and Maintain. 2. Charging Point: Procure, supply, install, testing, commission, Operate

and Maintain the charging infrastructure, in advance. 3. The Operator shall have to provide Cars of latest model 4. The Operator shall provide Drivers with a valid driving license and

uniform as per the requirement of the Authority. 5. The Operator shall take full responsibility of maintenance of the

Contracted Cars, including but not limited to preventive maintenance schedule, breakdown maintenance, repair/reconditioning / replacement of parts and aggregates, minor and major body repair including refurbishing and accidental repair whenever necessary

6. The Operator shall Repair / replacement / maintenance of tyres and batteries.

7. The Operator shall ensure proper up-keeping, including but not limited to washing, cleaning, denting / painting of the Contracted Cars.

8. The Operator shall agree to comply with all Applicable Laws including labour and local laws, pertaining to the employment of labour, staff and personnel engaged by it for implementing the Project.

9. The successful bidder/Operator shall not use the car covered by the agreement to ply for others or for any other purpose during the period of stoppage for maintenance / carrying out repairs. Agreement is liable to be terminated without notice in case of any violation.

10. The SoUADTGA shall not be responsible for any damage or loss caused to the cars hired during the period of agitations, accidents, etc.

11. Shall appoint a qualified person to act as a single point contact to manage supply and provision of services of specified number of cars as per Operating plan all the communications and correspondence with Authority (“Operations Manager”).

12. Electricity Charge for Charging of Cars will be in scope of bidder.

Payments Terms:

1. Payment within 45 days on submission of hard copies invoice & relevant

documents to SoUADTGA with duly authorized signatories on log books from the

SOUADTGAs.

2. Claims against needs to as per the rates mentioned in this RFP and also it

will be dully approved by end SOUADTGAs.

3. Claims made for accessories shall be done on submission of origin invoices

(Invoices is to be on SoUADTGA GST)

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

30

1. Payment for Excess Kilometres:

If the Cars operated under this Agreement exceed the Monthly Assured Kilometres, then the Kilometre Charge payable applicable for such additional kilometres in excess of the Monthly Assured Cars Kilometres shall be calculated as follows;

Monthly Assured Payment Amount for Excess Kms = 0.33 x (Ta / Tm) x Additional Kilometer above monthly assured KM where

Ta = Bidder Price for said tender per Vehicle per Month (gross rate including GST)

Tm =Monthly Assured KM.(i.e. 2400 Km)

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

31

Section 6: Specification

Specification of Cars:

1. TECHNICAL SPECIFICATIONS/REQUIREMENTS FOR 4 Wheelers AC Cars

Sr. No.

Description Specifications

Basic Car characteristics : 4 Wheeler Electric AC Car

1. Propulsion system Electrical, Battery operated

2. Fuel option Lithium ion based chemistry battery operated

3. Thermal Management System Liquid Cooled

4. Seat Belt All Passengers 5. Power requirements, ITS, etc. will be provided as per CMVR

6. Air Bags Minimum 2 Airbags provided 7. ABS+EBD+Brake Assistant To be Provided

8. Speed Warning Alarm To be Provided 9. Transmission Manual/Automatic 10. Front and Rear Brakes Disc & Drum 11. Air Conditioning To be provided

12. Driving Ranger Per Full Charge More than 250 Km (ARAI Certified) 13. Wheels/Rims Type Alloy Wheels

14. Charging Standard CCS 2

1. Bidder may offer technology solutions to meet this output requirement considering battery capacity, range, charge type (AC/DC), speed (fast/slow), charging time and rating, etc.

2. All electrical wiring harness and accessories used on electric Car shall comply necessary automotive safety standards.

3.

All units & electrical accessories and wiring harnesses used on the Car shall be so mounted that they are easily accessible and can be removed without disturbing other components. Further these accessories and wiring harnesses shall be well protected to prevent ingress of water.

4. The Bidder shall be responsible for the registering of the electric Car with RTO.

5. The Authority shall conduct, or cause to be conducted, adequate trial runs of Car to check their compliance with Specifications and Standards, requirements and Safety Requirements.

6.

The bidder shall ensure safe & successful operation of these Cars. In case of Breakdown in these Battery charging Infrastructure System, the bidder shall immediately rectify the defects / replace parts and make the Cars, vehicle systems or charging system operational.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

32

2. DELIVERY & ACCEPTANCE

1. The Electric Cars shall be delivered in all its tendered quantity within 7 Days from the date of acceptance of contract

2.

The Electric Cars will also be checked after delivery to SoUADTGA and defects pointed out by the SoUADTGA’s inspectorial staff on each car shall be attended by the Bidder within maximum 7 working days.

3. LIST OF ITEMS TO BE DELIVERED ALONG WITH E-CARES

.

1. Supplier shall provide charging stations to ensure that the Cars operate as per the schedules and meets the criteria for assured 2400 km per month.

2. One Spare Wheel of Tyre & Rim along with every car.

3. Standard accessories such as Tools, First Aid Box, Fire Protection System/ Fire Extinguisher etc. shall be delivered along with each Car.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

33

Section 7: TECHNICAL FORMS

Annexure 1: Cover Letter

(Bidders are required to fill up all the blank spaces in this Bid Proforma and its enclosures)

RFP No.……………………………… Date: (Last Date of Submission)

To,

Chief Executive Officer, SoUADTGA, At Public Relation Office (Swagat Sthal)

Behind Ekta mall, Kevadia, Narmada, Gujarat-393151

1. Having examined the ‘Instructions to Bidder’, ‘Draft Contract Agreement’ and

Schedule for the above Bid, we the undersigned, offer to provide Fleet Operator Services in conformity with the said Conditions of Contract and Technical Specifications for the sum mentioned in the Price Bid of the Bid submitted separately, or such other sum as may be ascertained in accordance with the conditions.

2. We acknowledge that this forms an integral part of the Bid. We also confirm

acceptance of Proformas / Annexure/Schedules given in the RFP Document.

3. We undertake, if our Bid is accepted, we shall commence deployment of Electric Cars as per deployment schedule offered by us to provide Fleet Operator Services and to guarantee satisfactory working of the cars/fulfill our obligations under the Warranty for the period as per RFP Document.

4. If our Bid is accepted, we shall furnish a Bank Guarantee for Performance as

Security for due performance of the Contract. The amount and form of such guarantee shall be in accordance with the Contract.

5. We agree to provide the Bid validity for a minimum period of 120 days from

the date of Last date of Submission of Bid and it shall remain binding upon us and may be accepted at any time before the expiration of that period or any extended period mutually agreed to.

6. This Bid, together with any further clarification/ confirmation given by us

and your written acceptance thereof, shall constitute a binding contract between us.

7. We understand that you are not bound to accept the lowest or any offer you

may receive against this Bid.

8. If our Bid is accepted, we understand that we are to be held solely responsible for the due performance of the Contract.

9. We have enclosed two DDs - one for the Tender Fee /Bid Document Cost

(non-refundable) and one for the EMD (refundable) and Bank guarantee for EMD is also acceptable.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

34

Dated:

Signature: Name:

In the capacity of is duly authorized to sign Bids for and on behalf of

Address: Witness:

Signature: Name: Address:

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

35

Annexure 2: General Information of the Bidder

Sl. No.

Details To be filled in by the Bidder

Documents to be Submitted by the

Bidder.

1 Name of the Bidder & Registered Office Address

Certificate of In Incorporation

2

Address for communication with Mail Id:

3

Office with Telephone & FAX No.

4

GST Proof to be submitted

5

PAN Proof to be submitted

6

Name of the person authorized to sign Bid Document:

Others, if any Copies of Certificates.

Name: Address: Mobile No: Signature with Date:

Name of Authorized Person signing (NAME OF THE FIRM &SEAL)

List of Documents/ Items required along with Annexure 2 (Documents shall be enclosed duly signed attested by the authorized person of the Bidder)

1. Company in Incorporation Certificate along with Memorandum of Association and Article of Association.

2. Copies of Electric 4 Wheeler specifications to be deployed by the operator and type approval of complete car if available.

Note: In case of partnership firm/Consortium/JV, the details of the members of

partnership firm/Consortium/JV shall also be furnished.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

36

Annexure 3: Statutory Auditors Certificate

{On Statutory Auditor’s letterhead} I/We hereby declare that I/We have scrutinized and audited the financial statement of M/s . The annual turnover and net worth of the Company/firm for the last three years from is as follows:

Other incomes such as interest, dividend and trade income are excluded from the above mentioned turnover. The Net worth*of the Bidder (name of the Bidder) as on 31st March, 2021 is

Rs....................... (* for the purpose of Net worth Calculation it is defined: Net worth*: = Equity Capital + Reserve and Surplus - Revaluation Reserve - Accumulated losses -Intangible assets - Fictitious Assets)

*Turnover The term turnover here shall be considered inclusive of GST *Financial Statements The term referred to herein shall include Balance Sheet, Statement of Profit and Loss and Cash Flow Statements.

(Signed and Sealed by the statutory auditor) Enclosures: Copy of Audited annual reports for the Last three years (As Specified by the Authority)

Year Annual Turnover (Rs. Crore) Net worth (Rs. Crore)

2018-19

2019-20

2020-21

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

37

Annexure 4: Anti-Blacklisting Certificate

{Notarization is required}

Format of self certificate stating that the Entity / Promoters / Directors of Entity are not blacklisted

Anti-Blacklisting Certificate

M/s.……………………………..……… (Name of the Bidder), (the names and addresses of the registered office) hereby certify and confirm that we or any of our promoters / directors are not barred by State Government / any other Government entity or blacklisted by any state government or central government / department / Local Government/agency in India or from abroad from participating in Projects, as on the (Last date of submission of Bid).

We further confirm that we are aware that our Application for the captioned Project would be liable for rejection in case any material misrepresentation is made or discovered with regard to the requirements of this RFP at any stage of the Biding Process or thereafter during the agreement period. Dated this ……………………..Day of…………………., 2021

Name of the Bidder

Signature of the Authorized person Name of the Authorized Person

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

38

Annexure 5: CONSORTIUM AGREEMENT

[To be executed on Rs. 300/- stamp paper]

This Consortium letter (hereinafter called the “Agreement”) made and entered into this ………………….day of the month of …………. 20….. by and among:

A. LEAD MEMBER:

1. [Name and address of the Lead Member firm] (hereinafter called “[Short

Name or Acronym]”), which expression shall include its successors, legal representatives and permitted assigns, who for the purpose of this Agreement shall hereinafter called “Lead Member”;

B. ASSOCIATE MEMBERS:

1. [Name and address of the Member firm] (hereinafter called the “[Short Name

or Acronym]”), which expression shall include its successors, legal representatives and permitted assigns, who for the purpose of this Agreement shall hereinafter called “Associate Member”.

2. [Name and address of the Member firm] (Hereinafter called the “[Short Name

or Acronym]”), which expression shall include its successors, legal representatives and permitted assigns, who for the purpose of this Agreement shall hereinafter called “Associate Member”.

WHEREAS

(a) The Authority (as defined hereunder) intends to Appoint of Operator

for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate)”; and

(b) The Members have agreed to join hands in the form of a Joint Venture to

provide the said professional Project management services.

NOW THEREFORE, the Members have agreed as follows: 1. The words and expressions of all clauses shall have the meanings assigned to

them as per the RFP and Agreement thereafter. 2. “Consortium” means the joint venture (JV) formed between the Members in

accordance with this Agreement; 3. “Lead Member” means the member which will take the lead in the

management of the Joint Venture (JV)’s affairs and which will provide the Joint Venture’s Representative for liaison with the Authority.

4. "Associate Members" means the individuals or firms which have agreed to Consortium/Joint Venture (JV) in connection with the Project;

5. The Lead member shall be authorized to incur liabilities and receive instructions for and on behalf of any and all members of the consortium/JV

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

39

and the entire execution of the contract, including payment, shall be done exclusively with the Lead member;

6. All members of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms;

7. The Power of attorney of the signatory lies on behalf of the Consortium/JV for all purposes including signing of agreement, payment, regular communication etc. is attached.

8. The Performance security for the contract shall be in the name of the Lead Member.

9. The Lead Member of the Consortium/JV will make all reasonable efforts to maintain insurance cover in the amounts stated in the contract necessary to comply with the Agreement.

10. The precise role of all members of Consortium/JV in respect of planning, design, construction equipment, key personnel, work execution, and financing of the project are enclosed in table of Details of Participation in the Joint Venture. All members of consortium/JV shall have active participation in execution during the currency of the contract. This is not varied/modified subsequently without prior approval of the Authority;

11. The Lead member should not be changed throughout the contract period. 12. If OEM is part of Consortium, it should be continued throughout the contract

period.

IN WITNESS WHEREOF the Members hereto have executed this Agreement in [state number of copies] identical counterparts each of which shall be deemed as original.

1. For and on behalf of

[Name of the Lead Member firm] Name of Authorized Representative: Designation: Date: Seal:

2. For and on behalf of [Name of the Associate Member firm] Name of Authorized Representative Designation Date: Seal

3. For and on behalf of [Name of the Associate Member firm] Name of Authorized Representative Designation Date: Seal

DETAILS OF PARTICIPATION IN THE JOINT VENTURE

PARTICIPATION DETAILS FIRM ‘A’

(Lead Member) FIRM ‘B’

(Member)

Financial

Name of the Banker(s)

Planning

Implementation support

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

40

Section 8: SCHEDULE - B * Fill the relevant fields

SCHEDULE - B

Sr. Sr.N

o. Description

Offer Model

Tender Quantity for Electric cars (In Nos.)

Basic Rate (per month)

Applicable taxes in Rs.

Gross Rate (per Month) in Rs.

Gross Total Amount (per Month) in Rs.

1

Electric Car (4 Wheeler) A.C. with range more than 250 km (ARAI Certified) in single Charge

-

10

-

-

-

Option -1 Option -2 Option -3 Option -4 Option -5

Bidder may quote different type of E car option with their model name. Minimum Assured KM per Month per Car would be 2400 Km/Car/Month. SoUADTGA have rights to select from option 1 or/and 2 or/and 3 or/and 4 or/and 5 whichever is best suited to Authority. Note: The quoted rates shall be inclusive of Central & State Govt. subsidies, O & M, Repair,

Spares, Registration Charges, and Taxes to Govt. Employee Fund etc.

All the necessary charging Infra structure & cost of Day to day charging including cost of electricity is in scope of bidder.

Statue of Unity Area Development and Tourism Governance Authority(SoUADTGA) is inviting Bids for deployment of 10 Electric Cars.

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

41

CONTRACT AGREEMENT

THIS AGREEMENT made on the_____________________ day of ___________ 2021. Between the Chief Executive Officer, SoUADTGA ,Kevadia, ______________________________________ (hereinafter called Statue Of Unity Area Development & Tourism Governance Authority) on the one part and ________________________________ __ _________________________________________________ (hereinafter called "the Contractor") on the other part. The SOUADTGA has accepted a tender by the contractor for the work of “Request for Proposal (RFP) for Appointment of Operator for Operating 10 Electric Cars (4 Wheelers) on Rental Bases (Monthly Rate) for 36 Months.” Now this agreement witnesses as follows: (1) In this agreement words and expression shall have the same meanings as are respectively assigned to them in the Terms & Conditions of Contract hereinafter referred to. (2) The following documents shall be deemed to form and be read and constituted as part of this Agreement viz :

(a) Information’s, Instructions, terms and conditions and qualification criteria etc. (b) The Specifications. (c) The Schedule-B. (d) Tenderer's proposal as accepted by the SOUADTGA. (e) Any and all addenda or modifications to the above.

(3) In consideration of the payments to the made by the SOUADTGA to the contractor as hereinafter mentioned, the contractor hereby covenants with the SOUADTGA to complete construction in conformity in all respects with the provisions of the contact. (4) The SOUADTGA hereby covenants to pay the Contractor Rs.(In figures) ______________Rupees (in words) _________________________________ ______ or such other specifications relating to payment by final measurements at rates in consideration of the construction and completion of the work at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties have hereunder to set their respective hands and seals the day and year first written.

Signed, Sealed and Delivered by : (For Contractor) In the capacity of: ______________________________________________________________________

Request for Proposal (RFP) for Appointment of Operator for

Operating 10 Electric Cars (4 Wheelers) on Rental Bases

(Monthly Rate) for 36 Months.

42

On behalf of : ______________________________________________________________________ In the presence of : ______________________________________________________________________ Signed and Sealed and Delivered by : ______________________________________________________________________ (For SOUADTGA) In the capacity of Chief Executive Officer, SoUADTGA on behalf of Statue Of Unity Area Development & Tourism Governance Authority ,Kevadai, Gujarat (India) In the presence of___________________________________________