35
Page 1 of 35 REQUEST FOR PROPOSAL (RFP) SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE OF BATTERY OPERATED VEHICLE (E-RICKSHAW– 10 Nos.) at SOUADTGA, KEVADIA, GUJARAT Area Ref No.:02 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

SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 1 of 35

REQUEST FOR PROPOSAL (RFP)

SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE OF

BATTERY OPERATED VEHICLE

(E-RICKSHAW– 10 Nos.) at

SOUADTGA, KEVADIA, GUJARAT

Area

Ref No.:02 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

Page 2: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 2 of 35

TABLE OF CONTENTS SECTION I. GENERAL INFORMATION & INSTRUCTIONS TO BIDDERS

A. RFP SCHEDULE AND CRITICAL DATES B. INTENT OF THE REQUEST FOR PROPOSAL C. PROCEDURE TERMS AND GENERAL CONDITIONS D. ELIGIBILITY CRITERIA E. PRELIMINARY EVALUATION F. CRITERION FOR EVALUATION OF BID RESPONSE G. COMMERCIAL CONDITIONS

1 Earnest Money Deposit 2 Prices 3 Payment Terms for INR 4 Consignee 5 Tax Invoice 6 Delivery Schedule 7 Penalty and Liquidated Damages 8 Operational Condition 9 Warranty Clause 10 Performance Bank Guarantee 11 Taxes 12 Training 13 Technical Manual

H. FORCE MAJEURE I. ARBITRATION J. PROPOSAL RESPONSE FORMAT

SECTION II.SYSTEM REQUIREMENT A. GENERIC CONDITIONS B. E-RICKSHAWS - FUNCTIONAL REQUIREMENTS C. DELIVERY DOCUMENTATION OF E-RICKSHAW D. FITNESS, COMPLIANCE & TEST CERTIFICATES TO BE SUBMITTED FOR THE

E- RICKSHAW E. BILL OF QUANTITY (BOQ) F. COMPLIANCE STATEMENT

SECTION III. ENCLOSURES A. ELIGIBILITY - PROFORMA-I B. CHECKLIST C. TECHNICAL SPECIFICATIONS D. FINANCIAL PROPOSAL (ONLINE ONLY) E. TECHNICAL FORMS

Page 3: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 3 of 35

SECTION I: GENERAL INFORMATION & INSTRUCTIONS TO BIDDERS

CONTENTS

A. RFP SCHEDULE AND CRITICAL DATES

B. INTENT OF THE REQUEST FOR PROPOSAL

C. PROCEDURE TERMS AND GENERAL CONDITIONS

D. ELIGIBILITY CRITERIA

E. COMMERCIAL TERMS AND CONDITIONS

F. PROPOSAL RESPONSE FORMAT

Page 4: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 4 of 35

A. RFP SCHEDULE AND CRITICAL DATES

The RFP tentative schedule and critical dates are shown below:

(Note: The Tenderers are requested to go through the instructions carefully and complete all formalities as required and submit along with bid)

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

SUPPLY, INSTALLATION AND

COMPREHENSIVE MAINTENANCE OF

BATTERY OPERATED VEHICLE

(E-RICKSHAW– 10 Nos.)

3 Tender Type OPEN

4 NIT/Bid Document No. 2 of 2021

5 Cost Of RFP Rs. 35,00,000/-

6 Earnest Money Deposit (EMD) Rs. 1,05,000/-

7 Tender Fee Rs. 2500 +18% GST =2950

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 After 17.00 hours on 4 August 2021 if

Page 5: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 5 of 35

STATUE OF UNITY AREA Development and Tourism Governance Authority (SOUADTGA) reserves the right to amend the RFP tentative schedule and critical dates. Original tender document against a fee of Rs.2950 /- (Rupees Twenty Nine Hundred Fifty only) can be purchased from the address given as under:

Address for Correspondence

Till 03rd August 2021 before 1700 hours

The tender document can also be downloaded from our website www.nprocure.com and a

Demand draft of Rs.2950 /- (Rupees Twenty Nine Hundred Fifty only) must be submitted alongwith

the bid otherwise the bid will be rejected.

Demand Draft should be in favour of “STATUE OF UNITY AREA DEVELOPMENT AND TOURISM

GOVERNANCE AUTHORITY (SOUADTGA)” payable at Kevadia

No tender document will be issued after the last date as mentioned above.

Bids 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] 20 Contact Person(s) for Tender-related Queries

Executive Engineer, Mechanical & Electrical Division-4 , SOUADTGA, Kevadia.

M.No-9925213166 21 RFP to be addressed to Additional Collector-2 , SoUADTGA,

At Public Relation Office (Swagat

Sthal)

Behind Ekta mall,

Kevadia, Narmada, Gujarat-393151

Additional Collector-2 , SoUADTGA,

At Public Relation Office (Swagat Sthal)

Behind Ekta mall,

Kevadia, Narmada, Gujarat-393151

Page 6: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 6 of 35

Pre-Bid Meeting 1.1.1 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

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

Page 7: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 7 of 35

B. INTENT OF THE REQUEST FOR PROPOSAL / OBJECTIVES There is a mushroom growth of 3-Wheelers and unorganized transport mediums like auto-rickshaw in SOUADTGA Area, which is not only impediment to the entry-exit points of roads but also create pollution and impart ugly look on the roads. To mitigate this issue to some extent, need is felt to facilitate e-rickshaws at SOUADTGA Area for provision of last mile connectivity. The objectives are outlined here under: - 1) To provide convenience to the tourist by way of last mile connectivity with availability of eco-

friendly feeder services within the SOUADTGA Area.

2) To ensure dedicated, safe & secure, punctual and reliable last mile feeder services to the Tourists.

3) Short loop services in SOUADTGA Area to be provided by E-rickshaws. The services may act as

Hop-on-Hop-off service connecting different tourist attractions and neighboring areas.

4) For Self use of SOUADTGA Staff.

Bidders are requested to quote their best possible prices with special discount as this is meant for first ever electric vehicle area in the country. Training is to be imparted to the E-rickshaws drivers and Technical staff for maintaining the fleet.

C. PROCEDURE TERMS AND GENERAL CONDITIONS

1. The proposal is to be submitted in TWO BID SYSTEM with separate Technical and

Financial bid under separate sealed covers.

2. TWO BID SYSTEM

All bidders are required to submit their offer in two covers as under:-

2.1 First Cover (Technical Bid) should contain the following:-

(i) Tender documents duly completed and signed BUT WITHOUT INDICATING THE

RATE QUOTED.

(ii) The details of the offer alongwith the supporting documents.

2.2 Financial Bid (Online Only) should contain the following:-

(i) Details of rate, taxes, duties, discount, if any, quoted by the bidder in Schedule-B.

These details should be submitted on their letter head.

Page 8: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 8 of 35

The above mentioned cover should be sealed separately and therefore be kept in a third

cover and sealed again.

This cover should also be super scribed with:

“Bid for SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE OF BATTERY

OPERATED VEHICLE (E-RICKSHAW – 10 Nos.) AT SOUADTGA, KEVADIA, GUJARAT” with due

dates against tender enquiry REF No. 02 of 2021., Dated: 23rd July 2021, so as to reach us on or

before 1700 hrs on 03rd August 2021.

The words “TECHNICAL BID” should be written clearly and prominently on the First cover

alongwith tender no. and date of opening. Similarly, the words “FINANCE BID” should be

written clearly and prominently on the second cover alongwith Tender No. and date of

opening.

3. Bid Responses must be addressed to and submitted at the following address:

4. The Bids, both technical and the financial, should reach the office of SOUADTGA, on the

above address, not later than 1700 hrs on 03rd August 2021. Bids received beyond the

specified date will be rejected. It is the responsibility of the Bidder to confirm that the bids

have been received on time & to the proper place within the specified dates. Facsimile and

electronic replies are not acceptable.

5. All bids are to remain valid for 120 days from the date of opening of financial bid.

6. SOUADTGA reserves the right to solicit additional information from Bidders to evaluate

which bid best meets the need of the Project. Additional information may include, but is not

Additional Collector-2 , SoUADTGA,

At Public Relation Office (Swagat Sthal)

Behind Ekta mall,

Kevadia, Narmada, Gujarat-393151

Page 9: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 9 of 35

limited to, past performance records, lists of available items of work will be done

simultaneously with the project, on-site visit and evaluations by SOUADTGA personnel, or

any other pertinent information. It will be vendor’s responsibility to check for updated

information on SOUADTGA‘s web site www.nprocure.com

7. Additional questions should be submitted in writing to the RFP Coordinator addressed to

M.No-9925213166

8. SOUADTGA will make its decision based on the ability of the Bidder(s) to meet our specific

needs, technical expertise of the Bidder(s), delivery capabilities, customer references, past

satisfactory performance experience, is must besides cost.

9. SOUADTGA reserves the right to waive off any deviations, accept the whole or part thereof

or reject any or all bids and to select the Bidder(s) which, in the sole opinion of the Project

incharge, best meets the project’s interest. SOUADTGA also reserves the right to negotiate

with potential bidders so that its best interest to fulfill the need of project is served.

10. SOUADTGA reserves the right to reject any and all proposals, to negotiate all terms of any

agreement resulting from this request for proposal, and to request additional information

from vendors.

11. All information contained in this RFP, or provided in subsequent discussions or disclosures,

is proprietary and confidential. No information may be shared with any other organization,

including potential sub-contractors, without prior written consent of the RFP Coordinator.

12. In case Company goes into liquidation or change in business/management, it will be

intimated to SOUADTGA& company will fulfill its commitment in case order is awarded to

them.

Executive Engineer, Mechanical & Electrical Division, SOUADTGA, Kevadia.

Page 10: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 10 of 35

D. ELIGIBILITY CRITERIA

1. For Purchase of Tender document, bidder will have to pay a Tender fee of Rs. 2950/-

(Rupees Twenty Nine Hundred Fifty only) in the form of Demand draft in favour of “STATUE

OF UNITY AREA DEVELOPMENT AND TOURISM GOVERNANCE AUTHORITY (SOUADTGA)”

payable at Kevadia.

2. EMD amount of Rs. 1,05,000/- (Rupees One Lakh Five Thousand only) (3% of tender price)

should be paid only in form of Demand Draft (No other mode of payment will be accepted)

draft in favour of STATUE OF UNITY AREA DEVELOPMENT AND TOURISM GOVERNANCE

AUTHORITY (SOUADTGA) payable at Kevadia.

3. The bidder should be registered under Indian Company Act 1956. A copy of registration

certificate should be submitted.

4. The bidder is required to submit following documents:

a) Copy of PAN No.

b) Copy of TAN No.

c) Copy of Service tax No.

d) Copy of GST No.

And in case any document is not submitted, bid shall stand rejected.

5. The details as per the pre-qualification Performa I attached at ‘Section III – A’ respectively

shall be furnished and included as part of the technical bid.

6. The Bidder should be a financially sound company and should provide the audited balance

sheet for last three Financial Years.

7. Bidder should have Average annual turnover of 50 lakh in last 3 financial years.

8. Copy of the tender document duly signed and stamped by the bidder in support of having

read, understood and complied with the requirements of the tender document.

Page 11: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 11 of 35

E. Preliminary evaluation

(i) SOUADTGA shall evaluate the proposals to determine that they are complete, technically complying, no computational errors have been made, required documents as mentioned in the RFP have been furnished, the documents have been properly signed and the response is generally in order.

(ii) Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between amount quoted in words and figures, the amount in words shall be taken for evaluation.

(iii) SOUADTGA may waive any minor infirmity or non-conformity or irregularity in the proposal which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

F. Criterion for evaluation of bid response:

(i) The evaluation of the tenders will be made first on the basis of technical information

furnished and then on the basis of commercial information furnished in bid. (ii) The Commercial bids of only such firms found valid based on technical parameters will

be opened on a date to be communicated to bidders who have qualified in the technical bid stage. It must be kept in view that the decision given by the Evaluation Committee or any inferences drawn during the meeting of this committee by the agencies or their representatives will be their own view and the SOUADTGA will not be responsible and abide by the same.

,

(iii) The reasons for selection or rejection of a particular response will not be disclosed. The award of order will be further subject to any specific terms and conditions of the contract given in this section.

(iv) A copy of latest / last annual report of the company and where ever applicable, if the key principals. This is required, amongst other things, to understand the financial strengths, growth rate etc. of vendors.

(v) Particular of the partners or related / inter- linked company in India for sales, Installation / Commissioning and support with whom you have tie-up must be provided.

(vi) Any other detailed information of relevant with supporting documents and references.

(vii) For evaluation, Regulatory compliance, safety requirement & environmental objectives shall be taken into account.

Page 12: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 12 of 35

(viii) A bidder or all the parties constituting the bid should have the nationality of India.

(ix) Bidder should not have been blacklisted/ banned/ declared ineligible for corrupt and fraudulent practices by the Government of India/ any State Government in last 3 (three) financial years.

(x) Product against this tender need to be certified by ICAT / ARAI.

(xi) The bidder should share of the API with SOUADTGA.

(xii) Trial run of product against this tender need to be done before opening of price bid.

G. COMMERCIAL TERMS AND CONDITIONS:

Each bidder is required to accept the following terms and conditions:-

1. Earnest Money

Deposit

: Each bidder is required to submit Earnest Money Deposit of Value Rs. 105000/- (Rupees One Lakhs Five Thousand only) (3% of tender price) EMD should be in the form of Demand draft from scheduled bank in favor of “STATUE OF UNITY AREA DEVELOPMENT AND TOURISM GOVERNANCE

AUTHORITY (SOUADTGA) “ payable at Kevadia” and it will not be accepted in any other form. Bid without EMD will not be accepted. No interest is payable on EMD amount.

2. Prices : The Prices should be quoted in Indian Rupees only.

The prices should be quoted exclusive of taxes and all

applicable taxes.

In case, taxes are not mentioned in Financial bid,

prices shall be considered inclusive of taxes.

3. Payment Terms : 1) 70 % payment of the total order value shall be released on delivery of vehicle at site.

2) 20% payment of the total order value shall be released after Testing and Operationalization of vehicle at site on certification by Project Manager, SOUADTGA.

3) 10% payment of total order value shall be made against submission of the PBG (as mentioned in clause 9 of Commercial Terms and Conditions) in favor of “STATUE OF UNITY AREA DEVELOPMENT AND TOURISM

GOVERNANCE AUTHORITY (SOUADTGA)”after completion of work duly certified by SOUADTGA.

4) GST amount would be on hold and released against submission of undertaking regarding payment of GST/ Filing of GST Return, copy of challan/tax deposit slip and copy of GSTR3B.

Page 13: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 13 of 35

4. Consignee : Statue of Unity Area Development and Tourism Governance Authority (SOUADTGA), Kevadia, Gujarat

5. Invoice : Tax invoice should be raised in the name of “Statue of Unity

Area Development and Tourism Governance Authority (SOUADTGA) , Kevadia, Gujarat”

6. Delivery Schedule : The equipment/product should be delivered at site within 2 weeks from the date of issue of order/LOA.

7. Penalty and

Liquidated

Damages

: In case of late delivery of equipment/product, the supplier

shall be liable to pay penalty @ 0.5 % of the item cost

delivered late per week of delay or a part thereof, upto a

maximum amount of 5% of the delayed equipment/product,

after which the order is liable to be cancelled.

8 Operational

Condition

Bidder should ensure that vehicle operate at a range of 120

km per day for at least 3 year.

9 Warranty All equipment and works shall be under standard warranty period as per OEM and defects, if any, as reported shall be attended to without any charges, whatsoever.

Bidder Should quote the Extended warranty for next 5 years

with 100% uptime.

Extended Warranty :

2nd Year

3rd Year

4th Year

5th Year

6th Year

10. Performance Bank Guarantee

: (i) The successful bidder shall have to furnish a Performance bank guarantee (PBG) in favor of STATUE OF UNITY AREA DEVELOPMENT AND TOURISM GOVERNANCE AUTHORITY (SOUADTGA) for an amount equal to 3% of order value and valid till the period of warranty/guarantee within 15 days of release of Work order/LOA.

Page 14: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 14 of 35

(ii) The PBG is to be valid for the entire defect liability period. (iii) No interest is payable on PBG. (iv) PBG will be realized by SOUADTGA in case of termination of the contract for un-satisfactory performance and/or non-performance of the contract

11. Taxes : (i) TDS as applicable will be deducted from the bills.

(ii) GST amount claimed by the agency in the invoices will be

on hold till the same reflects in the GST portal. The

amount will be processed after the submission of

undertaking by the agency including proof of

payment/challan and GSTR-3B.

12. Training : Onsite training will be given by the vender as required by the

client.

13. Technical Manual : Two copies each of Technical manual / Operations Manual should

be provided.

H. 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 execute on 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.

I. 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

Page 15: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 15 of 35

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 Chief Executive officer, 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 nay statutory modifications or re-enactment, thereof. The arbitration proceedings will be held in Rajpipla, Gujarat, India.

(i) LANGUAGE/TERMINOLOGY

The supplier shall ensure the language/terminology/description of goods used in supply order/bill of lading/Invoice is verbatim in English.

(ii) Jurisdiction: This Agreement shall be construed, interpreted and applied in

accordance with, and shall be governed by, the laws applicable in India. The courts at

Rajpipla, Gujarat, India shall have the exclusive jurisdiction to entertain any matter arising out of or in relation to this RFP.

(iii) Indemnification: Bidder agrees to indemnify SOUADTGA from any and all claims, demands, losses, cause of action, damage, lawsuits, judgments, including attorneys’ fees and costs, arising out of or relating to the execution of contract.

J. PROPOSAL RESPONSE FORMAT

All the bidders are requested to use the same or similar format as given below while submitting the commercial bids. The proposal must be submitted strictly in the following fashion as in Table 1.

1. The proposal shall be submitted in the same envelope at the same time, in two distinct parts: a Technical Proposal and a commercial Proposal.

2. Proposals are to be prepared on standard A4 size paper. Manuals and other reference documentation may be bound separately. All responses, as well as any reference materials presented must be written in English.

3. Proposals must respond to the RFP requirements by restating the number and text of the requirement in sequence and writing the response immediately after the requirement statement.

4. Figures and tables must be numbered and referenced in the text by that number. They should be placed as close to possible to the referencing text. Pages must be numbered consecutively within each section of the proposal showing proposal section and page number.

5. The RFP includes official response to pre-proposal conference questions, addenda, and any other material published by the SOUADTGA pursuant the RFP. The bidder is to disregard any previous draft materials and any oral representations it may have received. All responses to the requirements in Sections (list appropriate section) of this RFP must

Page 16: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 16 of 35

clearly state whether the proposal will satisfy the referenced requirements, and the manner in which the requirement will be satisfied.

6. Copy of the tender document duly signed and stamped by the bidder in support of having read, understood and complied with the requirements of the tender document.

Page 17: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 17 of 35

SECTION II. SYSTEM REQUIREMENT

A. GENERIC CONDITIONS :

(i) This RFP is for a system that will meet the following basic requirement : -

(ii) A reliable, redundant system providing a high level of 100% up – time with easy and

intuitive system in case of failure.

(iii) Easy and economic system upgradeable and scalable in nature.

(iv) Use of Industry standards hardware and interface.

(v) Local post sale support (Maintenance) services.

(vi) Interoperability with other equipment’s and technology in future.

(vii) Vehicle with model not nearing absoluteness.

(viii) Bidder has to specify the range of e-rickshaw with fully charge battery during year 1,

year 2, and lifetime of e-rickshaw under following Information and operating conditions.

Battery Capacity:

Operating SoC limits

Annual Degradation:

Any regenerative braking system.

Charing time per battery (SoC Level from 0% to 100%).

Operating Conditions:

Ambient temperature for vehicle – 50 Degree

Altitude of the Kevadia city is 63.01mtr.(approx.) above sea level.

Full loaded with D + 3

Terrain – medium hilly (Please visit the site to understand terrain)

B. E-RICKSHAWS - FUNCTIONAL REQUIREMENTS:

E-rickshaws are powered exclusively by electric motors whose traction energy is supplied by batteries. A typical E-rickshaw for operation of last mile connectivity at SOUADTGA Area should have the following features:-

(i) E-rickshaw Type and Seating Capacity : 3-Wheeler (L5) aesthetically designed electric

vehicle (eco-friendly) that have seating capacity of max 3-pax (excl. driver) per E-rickshaw as defined in the notification by Ministry of Road Transport and Highways, Govt. of India. The model of the E-rickshaw must be duly approved as per the statutory provisions and the E-rickshaw shall be registered with the appropriate authority

Page 18: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 18 of 35

(ii) Security Features of E-rickshaw: In-built GPS tracking system to be available / installed to ensure added safety for passengers especially ladies / women commuters. The vehicle should be equipped with First Aid box and Fire Extinguisher.

(iii) Make in India: The E-rickshaw shall be fully compliant with the Government’s Make in

India campaign.

(iv) Safety features in E-rickshaws: E-rickshaws should have covered passenger cabin and a full front windscreen to ensure driver and passenger safety & comfort.

(v) Color of E-rickshaws: Five E-rickshaws will be of Green Color and five E rickshaws will be

of Pink Color .

Before inducting E-rickshaw model by the Bidder as per above features from i to v, the prototype of E-rickshaw is required to be shown to SOUADTGA by the Bidder and necessary changes needs to be incorporated in the E-rickshaw by the Bidder as per the suggestions given by SOUADTGA. The E-rickshaw needs to be approved by the appropriate (statutory) authority before induction of E-rickshaw fleet in services.It is the sole discretion of SOUADTGA to select or reject any model based on it’s aesthetics.

(vi) The E-rickshaw OEM should be registered with FAME – II or GEDA (Gujarat Energy Development Agency).

C. Delivery documentation of E-Rickshaw:

The bidder shall intimate to the Authority that the e-Rickshaws are ready for inspection if authority wants to inspect the product before delivery. After receipt of such intimation from the bidder, the Authority will arrange the inspection and test the e-rickshaw. Upon delivery of the Rickshaw the bidder shall notify in writing the Authority and the insurance company the full details of the delivery including purchase order number, description of Rickshaw, quantity, name of the consignee etc. and mail the required documents to the Authority.

D. Fitness, Compliance & Test Certificates to be submitted for the E- Rickshaw:

Fitness/Compliance Test as per the State Road Transport authority.

Page 19: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 19 of 35

E. Bill of Quantity (BOQ): Note: a) The bidder must quote for any other necessary required things for smooth operation of the

fleet.

b) The Financial Bid submitted is unconditional and fulfills all the requirements of the Terms of Reference Document.

c) We have completely read and understood the Bid Document. Our Financial Proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal. We understand you are not bound to accept any Proposal you receive.

F. Compliance Statement:

Compliance to RFP specification; A compliance statement of the items quoted with respect to the preferred make suggested or its equivalent offered by the bidder in functionality, quantitative and qualitative performance are an essential requirement for technical evaluation. Proposals without adequate compliance statement will be rejected. The bidder will have to convince SOUADTGA that, the product offered is equivalent or better in performance and support over the preferred make and model indicated in the RFP.

Sr.

No. of the RFP

Specs.

Specs. value and Detail. Parametric value of quoted system

Page No. Reference of the Technical

bid for verifying the Parametric

value

Compliance or

Deviation

Remarks

1. Scope :

(i) Compatibility:

System is envisaged to be compatible with the existing setup as well as other quoted equipment in all respects. Up gradation/ Modular design System/equipment be future looking and open to technology up gradations besides capable of adding on facility and features in phased manner.

Page 20: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 20 of 35

SECTION III. ENCLOSURES

A. ELIGIBILITY - PROFORMA-I

B. CHECKLIST

C. TECHNICAL SPECIFICATIONS

Page 21: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 21 of 35

A. ELIGIBILITY - PROFORMA-I

PARTICULARS OF THE SET DESIGNER TO BE FURNISHED FOR THE PURPOSE OF ELIGIBILITY

1. Name of company

2. Office Address /Telephone No / Fax No / email id / website

3. Year of establishment

4. Status of the Company

5. Name of Directors

6. Names of principle person concerned with this work with title and Telephone No / Fax/ Email Id, Etc.

7. Whether registered with the registrar of companies /registrar of firms.

If so, mention number and date.

8. In case of change of Name of the Firm, former Name / Names and year/

years of establishment:

9. Whether registered for sales tax purposes. If so, mention number and

date. Furnish also copies of sales tax clearance certificate.

10. Whether an assesses of income tax. If so, mention permanent account

number. Furnish copies of income tax clearance certificate.

11 State Annual turnover of the company

Furnish copies of audited balance sheet and profit & loss account

(audited) for the last three years.

last three years.

12 Particulars and place of similar type of works done in a single order.

(Furnish details in a separate sheet and enclose copy of the employers

certificate)

13 Specify the maximum value of single work executed in the past three

years.

14 Status and details of disputes/ litigation/ arbitration, if any.

Place:

Date: Signature of the Bidder

Page 22: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 22 of 35

B. CHECKLIST

Please ensure that following documents should been enclosed alongwith the bid proposal

1. Go through the tender documents very carefully and thoroughly.

2. Prepare separate technical and commercial bids.

3. Ensure submission of required documents and details alongwith technical bid. The documents

to be enclosed are:-

(i) Proof of submission of Tender fee of Rs. 2950/-

(ii) Submission of EMD of Rs. 1,05,000/-

(iii) Activity wise work schedule.

(iv) Copy of the registration certificate under Indian Company Act.

(v) Duly filled in pre-qualification Proforma (i) as enclosed in tender document.

(vi) Copy of the tender document duly signed and stamped by the bidder in support of

having read, understood and complied with the requirements of the tender document.

(vii) Details of similar works executed alongwith approximate value of the projects in

chronological order.

(viii) Any other details and information of relevance in support of past experiences of the

bidder.

(ix) Detailed bill of material duly filled in giving the offered services etc strictly as per the

bill of material included in the tender document.

(x) Compliance Statement

4. No cost details are to be included in the technical bid under any circumstances. The signed and

stamped copies of the technical bid containing requisite documents are to be sealed in

separate envelope and marked appropriately.

5. The Financial bid shall contain exactly similar offered bill of services included in the technical

bid but with full details on the rates, total cost. Only one copy of financial bid duly signed and

stamped is to be sealed in a separate envelope and marked accordingly.

Page 23: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 23 of 35

6. Both technical & financial bids in respective sealed envelopes are to be further sealed in an

envelope and marked “Bid for SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE

OF BATTERY OPERATED VEHICLE (E-RICKSHAW – 10 Nos.) at STATUE OF UNITY AREA

DEVELOPMENT AND TOURISM GOVERNANCE AUTHORITY (SOUADTGA) AT KEVADIA,

GUJARAT” with due dates against tender enquiry no. 02 of 2021 dated 23rd July 2021.

7. The tender should be addressed to

Kevadia, Narmada, Gujarat-393151

and the delivery of the same must be ensured at this office before 1700 hours on 03rd August

2021.

Additional Collector-2, SoUADTGA,

At Public Relation Office (Swagat Sthal)

Behind Ekta mall,

Page 24: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 24 of 35

C. TECHNICAL SPECIFICATIONS

1. Vehicle :

Specifications Details Remarks

Maximum Speed KMPH 45

Dimensions (L X W X H) mm

2690*1325*1790 (L5) /as per OEM

Kerb Weight kg 295 Kg Without Battery

No of Passengers 3 Excluding Driver

Ground Clearance 160 MM

Voltage( V ) 48

Motor 5.5 KW PMSM Motor IP 65 Tested

Controller 150A, 48V, 7200W IP 67 Tested

DC DC Converter 20A, 240W IP 67 Tested

Front Facia Double Walled engineering plastic

Cluster Digital Cluster IP 67 Tested

Tyre 4*8”

Front Suspension Shock Absorber with Helical Coil

Compression Spring & Anti-dive Link

Front Brake Hydraulic Drum Brake

Rear Suspension Independent trailing arms & Hydraulic shock absorbers with Helical springs

Transmission Independent wheel suspension

Gradeability 20%

Brake Type Hydraulic central Braking System with Regenerative Braking

Roof Curtain roof with Metal frame ROPS Tested

Driver Seat Plastic Seat and Steel support

Page 25: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 25 of 35

2. Battery Specifications:

Description Features

Rated energy of 1 Module 2kWh (0.5C, at 25•C)

Min. Battery Modules 3

Specific energy density 150 Wh/Kg

Volumetric energy density 178 Wh/I

Life cycle (at 80% DoD and 25•C) +1000 cycles

Nominal voltage 50.4Vdc

Charge current 16A (nominal)

Discharge current 20A (nominal)

Peak discharge current 40A for 10 sec

Connector Type 75X with 2 power pins and 4 signal pins (2CAN + 2I/O)

Operating temperature -10 to 50•C for charge and -10 to 60•C for discharge

IP class IP 65

Dimensions 350 x 190 x 180 mm

Weight 13.5Kg

Protections

Over/under temperature, over/under voltage, over current, short circuit, permanent hardware failure detection

Communication Interface CAN Bus for vehicle and charge communication

Applicable standards ARAI 048, ICAT

Build Material Battery body is of heat conducting material - Aluminum

Compatibility Battery pack fits all makes of e-rickshaws

Cells Sourcing Korea,Japan, USA and Europe.

Battery Approvals AIS 156 and UN38.3

Vibration test 3G shall be conducted on battery pack

NB:-Above Mention Specifications are minimum requirement for E- rickshaw Battery.

Page 26: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 26 of 35

3. IOT Specifications (Optional)

Description

Features

Cellular + Internal antenna GSM Quad-Band 850/900/1800/1900

GPS GPS/GLONASS/QZSS/Galileo, Active antenna, Sensitivity -165 db, acquisition (normal): cold34s, warm 34s, hot 1s, accuracy: 2.5m CEP

Communication TCP/IP, text messages

Connectors 5-pin Molex connector

Input ports 1 I/O + IGN (only without CANBUS)

Backup Battery 350mA, rechargeable, 3.6V

SIM Micro SIM (3FF) / eSIM (optional)

Operating Voltage 6-100V

Data Logger 19,000 to 25,000 messages (depending on the variant)

Configuration/FOTA OTA / Via standard PC USB Port, parameter setup, software programming

Environment

Operating temperature -20 to 70oC

Storage temperature -40 to 85oC

Dimensions 7.5cm x 3cm x 1.7cm

Weight (NET) 38g

Max. relative humidity 90 +/- 5%

NB:-Above Mention Specifications are minimum requirement for IOT.

Page 27: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 27 of 35

D. Financial Proposal (Online Only):

The proposal must be submitted strictly in the following fashion as in Schedule-B.

Schedule- B

Sr.

No.

Description Qty Units Make/

Model

Unit

Rate

Applicable

Taxes

Final Amount

Including

Applicable

Taxes

1 E-Rickshaw 10 Nos.

2 Accessories (Brackets and Harness )

10 Sets

3 Comprehensive AMC

3 Years

4 Training 1 Job

5 Any other essential required for smooth operation of the fleet.

3 Year

Total (In Rs.)

Page 28: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 28 of 35

E. 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 E Rikshaw 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.

Page 29: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 29 of 35

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.

Dated:

Signature: Name:

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

on behalf of

Address: Witness:

Signature: Name: Address:

Page 30: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 30 of 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 E Rikshaw 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.

Page 31: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 31 of 35

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

Page 32: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 32 of 35

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

Page 33: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 33 of 35

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 SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE OF BATTERY OPERATED VEHICLE (E-RICKSHAW– 10 Nos.) at SOUADTGA, KEVADIA, GUJARAT

(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.

Page 34: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 34 of 35

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 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

Page 35: SUPPLY, INSTALLATION AND COMPREHENSIVE MAINTENANCE …

Page 35 of 35

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