You are on page 1of 200

Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the

Roads under Package No. 01

GOVERNMENT OF RAJASTHAN

PUBLIC WORKS DEPARTMENT

BID Document for

Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under
FASTag Programme of IHMCL on the Roads under Package No. 01

Office of The Additional Chief Engineer (PPP)


PWD Rajasthan, Jaipur - 302006

July, 2023
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Table of Contents

Abbreviations ........................................................................................................................................................iv
VOLUME I - Bidding Procedure .......................................................................................................................... 1
Notice Inviting Bids ............................................................................................................................................... 2
Section I: Instructions to Bidders ......................................................................................................................... 5
1. General ....................................................................................................................................................... 6
2. Preparation of Bids ................................................................................................................................. 10
3. Bid Security ............................................................................................................................................. 16
4. Format, Signing, Submission and Opening of Bids .............................................................................. 18
5. Evaluation of Bids – General Provisions ............................................................................................... 19
6. Evaluation of Techno-commercial Bids ................................................................................................. 20
7. Opening and Evaluation of Financial Bids ............................................................................................ 22
8. Award of Contract................................................................................................................................... 24
9. Punishment .............................................................................................................................................. 27
10. Procurement Appeals .............................................................................................................................. 27
11. Exclusive Jurisdiction ............................................................................................................................. 27
Section II: Bid Data Sheet ................................................................................................................................... 28
1. General ..................................................................................................................................................... 29
2. Preparation of Bids ................................................................................................................................. 29
3. Bid Security and Bid Securing Declaration ........................................................................................... 30
4. Format, Signing, Submission and Opening of Bids .............................................................................. 31
6. Evaluation of Techno-commercial Bids ................................................................................................. 31
7. Opening and Evaluation of Financial Bids ............................................................................................ 31
8. Award of Contract................................................................................................................................... 31
10. Grievance Handling Procedure During Procurement Process (APPEALS) ....................................... 32
11. Exclusive Jurisdiction ............................................................................................................................. 32
Section III: Evaluation and Qualification Criteria ........................................................................................... 33
Evaluation Criteria .............................................................................................................................................. 34
1. Lowest Priced Bid Method ..................................................................................................................... 34
1.1 Qualification Criteria .............................................................................................................................. 34
1.2 Preliminary Examination of Bids ........................................................................................................... 34
1.3 Essential Documents for Techno-commercial Examination ................................................................. 34
1.4 Price Comparison .................................................................................................................................... 35
2. Qualification Criteria .............................................................................................................................. 35
2.1 Qualification Criteria .............................................................................................................................. 35

Page i of iv
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2.2 Preliminary Examination of Bids ........................................................................................................... 36


2.3 Essential Documents for Techno-commercial Examination ................................................................. 36
2.4 Additional Techno-commercial Evaluation ........................................................................................... 37
2.5 Techno-commercial Evaluation Criteria ............................................................................................... 39
2.6 Price Comparison .................................................................................................................................... 39
Section IV: Bidding Forms .................................................................................................................................. 40
Checklist for Techno-commercial and Financial Bid ........................................................................................ 41
Part A: Techno-commercial Forms ..................................................................................................................... 45
Form TECH-1 Letter of Techno-commercial Bid .............................................................................................. 45
Form TECH-2 Power of Attorney for signing of Bid ........................................................................................ 47
Form TECH-3 Bid Security ................................................................................................................................ 48
Form TECH-4 Bid-Securing Declaration Form of Bid Securing Declaration ................................................ 50
Form TECH-5 Form of Declaration by the Bidder ........................................................................................... 52
Form TECH-6 Land Border Country Declaration ........................................................................................... 54
Form TECH-7 Manufacturer’s Authorization .................................................................................................. 55
Form TECH 8- Bidder’s Information Sheet ...................................................................................................... 56
Form TECH-9 Proforma for Joint Venture Agreement .................................................................................... 57
Form TECH-10 Contractual Experience ........................................................................................................... 60
Form TECH- 11 Techno-commercial Experience .............................................................................................. 61
Form TECH- 12 Production Capacity ............................................................................................................... 62
Form TECH-13 Historical Financial Performance ........................................................................................... 63
Form TECH- 14 Size of Operation (Average Annual Turnover) ...................................................................... 64
Form TECH- 15 Contract in Hand (Supply & Installation Contracts under execution) ............................... 65
Form TECH-16 Miscellaneous Forms................................................................................................................ 66
Part B: Financial Forms ...................................................................................................................................... 68
Form FIN1- Letter of Price Bid .......................................................................................................................... 68
Schedule-1 Price Schedule for Supply ................................................................................................................ 69
Schedule-2 Price Schedule for Supply ................................................................................................................ 70
Schedule-3 Price Schedule for Design Services .................................................................................................. 71
Schedule-4 Price Schedule for Installation Services .......................................................................................... 72
Schedule-5 Price Schedule for Recurrent Costs ................................................................................................ 73
Schedule-6 Grand Summary ............................................................................................................................... 74
Schedule-7 Price Schedule for Spare Parts ........................................................................................................ 75
VOLUME II – Schedule of Supply ..................................................................................................................... 76
Section V: Schedule of Supply ............................................................................................................................. 77

Page ii of iv
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1. Detailed Scope of Work: ......................................................................................................................... 78


2. Other Conditions ..................................................................................................................................... 81
3. Service Level Requirements (SLA) ........................................................................................................ 78
4. Technical Specification ............................................................................................................................ 95
VOLUME III – Contracts ................................................................................................................................. 151
Section VI A: General Conditions of Contract ................................................................................................ 152
1. Introduction ........................................................................................................................................... 153
2. General ................................................................................................................................................... 154
3. Contract ................................................................................................................................................. 156
4. Contract Price and Payment ................................................................................................................ 158
5. Intellectual Property ............................................................................................................................. 160
6. Execution of Facilities ........................................................................................................................... 161
7. Guarantees and Liabilities .................................................................................................................... 169
8. Risk Distribution ................................................................................................................................... 172
9. Change in Contract elements ............................................................................................................... 174
10. Termination ........................................................................................................................................... 175
11. Exclusive Jurisdiction ........................................................................................................................... 176
Section VI B: Special Conditions of Contract .................................................................................................. 177
Section VI C: Contract Forms .......................................................................................................................... 180
1. Agreement .............................................................................................................................................. 181
2. Performance Security ........................................................................................................................... 183
3. Performance Security Declaration ....................................................................................................... 184
4. Advance Payment Security ................................................................................................................... 185
Appendix A1: Joint Venture Provisions ........................................................................................................... 187
1. General Provisions of Joint Ventures ................................................................................................... 187
2. Provisions required to be Included in the Memorandum of Understanding /Joint Venture
Agreement: ......................................................................................................................................................... 188
Appendix A2– e-Procurement Process ............................................................................................................. 191
Appendix A3: Grievance Handling Procedure during Procurement Process (Appeals) .............................. 192
3. FORM No. A .................................................................................................................................................. 194

Page iii of iv
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Abbreviations
BDS - Bid Data Sheet
BDF - Bidding Forms
BOQ – Bill of Quantities
BIS - Bureau of Indian Standard
CCC - Current Contract Commitments
DSC – Digital Signature Certificate
e-GRAS - Online Government Receipts Accounting System
EQC - Evaluation and Qualification Criteria
FDR - Fixed Deposit Receipt
GCC - General Conditions of Contract
GST – Goods and Service Tax
GSTIN - Goods and Service Tax Identification Number
ITB - Instructions to Bidders
LBSM – Lowest Bid Selection Method
LoA - Letter of Acceptance
MSME - Micro, Small and Medium Enterprise
MoU - Memorandum of Understanding
NA – Not applicable
NIB - Notice Inviting Bids
NSIC – National Small-Scale Industries Corporation
O&M - Operating and Maintenance
PAN - Permanent Account Number
PPP – Public Private partnership
PWD – Public Works Department
RTPP Act - Rajasthan Transparency in Public Procurement Act
RTPP Rule - Rajasthan Transparency in Public Procurement Rule
SoS- Schedule of Supply
SCC - Special Conditions of Contract
SBD - Standard Bidding Document
SPFC - State Procurement Facilitation Cell

Page iv of iv
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

VOLUME I - Bidding Procedure

Page 1 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Notice Inviting Bids

Office of The Addl. Chief Engineer (PPP) PWD Rajasthan, Jaipur invites online post qualification
competitive tender for “Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in
Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01” from eligible
bidders. Tender shall only be submitted through online tendering system of www.eproc.rajasthan.gov.in.
The interested bidders shall have to be enrolled/registered with portal of www.eproc.rajasthan.gov.in for
participating in the tendering process.

NIB/14/2023-24 File Number- F.7(754)PPP/FASTAG/IHMCL /2022-23


Date-----------
Bid Details-
Reserve Bid Security
Quantity Price of Processing
# Particulars for
and Unit Bid Doc fees Regular SSI Raj. Sick Ind.
MSME
1 As per BoQ As Per BoQ INR 1641 INR No INR 32.82 INR 8.21 INR 16.41
Lakh 2500/- Lakhs Lakhs Lakhs

1. Bid dates Bid publishing 10.07.2023


(other details Document Download/Sale Start Date 10.07.2023
provided in Pre-Bid Meeting Date 14.07.2023
Instruction to
Bid Submission Start Date 17.07.2023
Bidders)
Bid (Techno-commercial and 20.07.2023, 11:00 AM
Financial) Submission Closing
Date and Time
Bid (Techno-commercial) opening Date and Time 20.07.2023, 11:00 AM
2. Payment to be • Bid doc fee INR 5000 in favour of Project Director (PPP), PWD Rajasthan, Jaipur
made upon • RISL processing fee 2500 in favour of MD, RISL
submission of bid • Bid security for the amount mention at Sl. No 4 in favour of Project Director
(PPP), PWD Rajasthan Jaipur
• All the three payments can be made on single challan through e-GRAS and
should be submitted along with the bid. It can also be submitted through cash, a
banker’s cheque or demand draft as per Rule 42(6) and Rule 45 (2) of RTPP Rule.
[Note: For Rajasthan Government Companies and autonomous Bodies who
cannot use e-GRAS can collect Bid document fee, processing fee or Bid Security
amount through their Registered Bank Account – This shall be appliable against
all clauses which mentions payment through e-GRAS]
3. Opening of Bids Specific electronic bid opening procedure as specified on the e-procurement portal
shall be followed. The bids shall be opened on the date and time as specified.
However, if opening date happens to be a holiday, then the bid will be opened on
the next working day.
4. Bid Security Bid Security @ 2 % amounting to 32.82 lakhs only. for regular supplier or @ 0.5 %
amounting to INR 8.21 lakhs only for SSI or @ 1 % amounting to INR 16.41 lakhs-
only for Sick IndustriesPayable via deposit on single challan through e-GRAS/
along with bid document cost and processing fees or user fees/ or through

Page 2 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Cash/Demand Draft/ Banker’s Cheque/ If submitted through Bank Guarantee, it


should be from Scheduled Bank of India and shall be submitted with a validity of 30
days beyond the original or extended validity period of the bid as per Rule 42(6) of
RTPP Rules.
5. Procurement Single Stage – Two Envelope
Method National Open Competitive Bidding.
6. Scope of Bid In support of the Invitation to Bid for National Open Competitive
the Procuring Entity, ACE PPP, PWD Rajasthan, issues this Bidding Document
Implementation of Hybrid ETC System &Onboarding of State Toll Plazas in
Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No.
01.
7. Bid Evaluation Lowest Priced Bid Method (As per Section 27 (1) (a) or Section 27 (1) (b) of RTPP
Method Act subject to Section 25 and Section 6(2) of RTPP Act).
Bidding
8. Bidding will be conducted via e-procurement portal.
Mechanism
9. Detailed Bid • State Public Procurement Portal (SPPP)- https://sppp.rajasthan.gov.in/
available on • e-procurement portal- https://eproc.rajasthan.gov.in/ - Detailed BOQ in MS
Excel is made available
10 . Key Notes a) No conditional or partial or incomplete bid shall be accepted.
b) The abridged form of NIB is circulated in the newspapers as per Rule 43 of
RTPP Rules.
c) Price of bid document and processing fee once submitted shall not be refunded.
d) d) Bids shall be submitted electronically on e-procurement portal with valid
digital signatures certificate (DSC) before bid submission date, by following the
procedure for submission of bids including payment of price of bid document,
processing fees, bid security, etc. as provided on the e-Procurement Portal,
https://eproc.rajasthan.gov.in.
e) The Procuring Entity shall not be responsible for delay in submission due to any
reason. The electronic bidding system would not allow any late submission of
bids.
f) The bidders are required to submit:
i. Proof of payment (soft copy) towards the Price of Bid Document, processing
fees/ user charges or bid security amount through single challan through e-
GRAS or through Cash/Demand Draft/ Banker’s Cheque to be submitted
along with bid.
ii. The original copy of deposit of e-GRAS, cash, bank demand draft, banker's
cheque or original bid security in approved form to
Additional Chief Engineer (PPP), PWD Rajasthan, Jaipur before the opening of
the Bid (Techno-commercial and Financial) submission closing date and time
either by registered post/ speed post/ courier or by hand, failing which the
bids may be declared non-responsive and will not be opened. These
documents will be opened publicly before the online bid opening.
g) The Procuring Entity is not bound to accept the lowest bid and may reject after
recording reason(s) in writing, any, or all bids as per Rule 72 of RTTP Rules.

Additional Chief Engineer (PPP),


PWD Rajasthan, Jaipur

Page 3 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

(Abridged Form of NIB for Publication in the Newspapers)


Office of the Additional Chief Engineer (PPP), PWD Rajasthan, Jaipur,

F.7(754) PPP/FASTAG/IHMCL /2022-23 Date: --------

NOTICE INVITING BIDS


NIB No- 14/2023-24

Bids for Implementation of Hybrid ETC System &Onboarding of State Toll Plazas in Rajasthan Under
FASTag Programme of IHMCL on the Roads under Package No. 01 of estimated value 1641.0lakhs are
invited from interested bidders up to ------------ at 11:00 AM. Other particulars of the bid may be visited
on the procurement portal (https://eproc.rajasthan.gov.in,https://sppp.rajasthan.gov.in/) of the state.

UBN ………………………….

Additional Chief Engineer (PPP),


PWD Rajasthan, Jaipur

Page 4 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section I: Instructions to Bidders

Page 5 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1. General

# Clause Sub-Clause
1.1. Scope of Bid 1.1.1. In support of the Invitation to Bid with Number as indicated in the Bid
Data
Sheet for National/ International Bidding as indicated in the Bid Data
Sheet (BDS), the Procuring Entity, as indicated in the BDS, issues this
Bidding Document for Fixed Quantity or Rate Contract.
Rate Contract will be for period as specified in BDS for the Supply and
Installation Services incidental thereto as specified in Section V
[Schedule of Supply (SoS)]. The extendable duration is also mentioned
in the BDS. In rate contract there will be no commitment of quantity
during the duration of rate contract and may be placed on single or
multiple firms.
The name, identification and number of item/package of this Bid are
specified in the BDS
1.1.2. Throughout this Bidding Document:
i. the term “in writing” means communicated in written form through
letter, fax, e-mail, distributed or received via e-procurement system
used by the Procuring Entity etc. with proof of receipt.
ii. and “Day” means calendar day.
Definition 1.1.3. As per Rule 2 (iv) of RTPP Rules “International Competitive Bidding”
means a bidding process in which qualified bidders from all over the
world, except those having nationality of a country declared ineligible by
the Central Government, are allowed to participate.
As per Rule 2 (v) of RTPP Rules “National Competitive Bidding” means
a bidding process in which qualified bidders only from within India are
allowed to participate
As per Section 2 (xviii) of RTPP Act “rate contract” means an agreement
between a procuring entity and one or more bidders which specifies the
terms and conditions including the price, for the supply of a subject matter
of procurement required on a recurring basis.
1.2. Compliance with 1.2.1. Bidder to ensure compliance with RTPP ACT & Rules, primarily
RTPP ACT following-
& Rules – Code of i. The Government of Rajasthan requires compliance with the Code of
Integrity and Conflict Integrity provisions as set forth in the Section 11(2) of RTPP Act and
of Interest Rule 80 (2) of RTPP Rules.
ii. A conflict of interest is considered to be a situation in which a party
has interests that could improperly influence that party’s performance
of official duties or responsibilities, contractual obligations, or
compliance with applicable laws and regulations. A Bidder may be
considered in conflict of interest with one or more parties in a bidding
process as per Rule81(3) of RTPP Rules.
iii. Upon breach, the Procuring Entity may take appropriate action in
accordance with the provisions of Section 11 (3) and Section 46 of
RTPP Act.
1.3. Eligible 1.3.1. i. A Bidder may be a natural person, private Entity, government-owned
Bidders Entity or, where permitted in the Bidding documents, any combination
of them with a formal intent to enter into an agreement or under an

Page 6 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
existing agreement in the form of a Joint Venture [JV], if allowed in
BDS.
ii. The provisions for JV are specified in Appendix A2 of this bid
document. In the case of a Joint Venture the bidder should ensure the
compliance with Rule 39 of RTPP Rules which states that in case of
Joint Venture:
a) all parties to the Joint Venture shall sign the bid and they shall be
jointly and severally liable
b) a Joint Venture shall nominate a representative who shall have the
authority to conduct all business for and on behalf of any or all the
parties of the Joint Venture during the bidding process. In the
event the bid of Joint Venture is accepted, either they shall form a
registered Joint Venture company / firm or otherwise all the
parties to Joint Venture shall sign the Agreement.
iii. Each Bidder (either individually or as a JV member or as a group of
holding company) shall submit only one Bid. Multiple bids submitted
by a bidder shall be summarily rejected.
iv. A Bidder debarred under Section 46 of RTPP Act by Rajasthan
Government shall not be eligible to participate in any procurement
process undertaken by:
a) any Procuring Entity, if debarred by the State Government; and
b) a Procuring Entity if debarred by such procuring Entity.
v. A Bidder, and all parties constituting the Bidder, shall have the
nationality of India. In case of International Competitive Bidding or
Joint Venture, [where permitted], the nationality of the Bidder and all
parties constituting the Bidder shall be of India or a country not
declared ineligible by Government of India
(https://www.mea.gov.in/india-and-the-unitednations.htm). A Bidder
shall be deemed to have nationality of a country if the Bidder is a
citizen or constituted or incorporated and operates in conformity with
the provisions of the Laws of that country. This criterion shall also
apply to the determination of the nationality of proposed s or suppliers
for any part of the Contract including related services.
vi. The bidders belonging to or with beneficial ownership from countries
sharing land border with India, for participation in any public
procurement in the State, shall only be allowed after prior registration
with the
Industries Department of the Government of Rajasthan as per Rule 13
of RTPP Rules and Government of Rajasthan Notification
No.F.2(1)FD/G&T-SPFC/2017 dated 01.01.2021, 15.01.2021 and
30.03.2021.
1.3.2. Bidders shall provide such evidence of their continued eligibility
satisfactory to the Procuring Entity, should the Procuring Entity request.
1.3.3. In case a prequalification, empanelment or registration process has been
conducted prior to the Bidding process, this Bidding will be open only to
the pre-qualified, empanelled, or registered Bidders.
1.4. Eligible for system 1.4.1. All Supply and Installation Services to be supplied under the Contract
integrator to provide shall have India as their country of origin or a country which has not been
O&M service of ETC declared ineligible by Government of India.
system at toll plaza 1.4.2. For purposes of this Clause, the term “Supply” means “goods” as per

Page 7 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Section 2 (vii) of RTPP Act “goods” includes all articles, material,
commodities, electricity, livestock, furniture, fixtures, raw material,
spares, instruments, software, machinery, equipment, industrial plant,
vehicles, aircraft, ships, railway rolling stock and any other category of
goods, whether in solid, liquid or gaseous form, purchased or otherwise
acquired for the use of a procuring entity as well as services or works
incidental to the supply of the goods if the value of services or works or
both does not exceed that of the goods themselves.
1.4.3. “Origin” means the place where the Plant/ Machinery & Equipment/
Materials and component parts thereof are mined, grown, produced or
manufactured, and from where the services are provided. Plant/
Machinery & Equipment components are produced when, through
manufacturing, processing, or substantial or major assembling of
components, a commercially recognized product results that is
substantially in its basic characteristics or in purpose or utility from its
components.
1.4.4. Bidder/Vendor for Supply of finished Goods has to comply with
Government of Rajasthan as per Rule 13 of RTPP Rules and Government
of Rajasthan Notification No. F.2(1)FD/G&T-SPFC/2017 dated
01.01.2021, 15.01.2021and 30.03.2021.
1.4.5. The nationality of the firm that produces, assembles, distributes, or sells
the Goods shall not determine their origin.
1.5. Sections of the 1.5.1. The Bidding Document consists of Volume 1, 2, and 3, which include all
Bidding the Sections indicated below, and should be read in conjunction with any
Document Addenda issued in accordance with ITB Clause 1.7 [Changes to Bidding
Document].
Notice Inviting Bids
Volume 1: Bidding Procedures
Section I. Instructions to Bidders (ITB)
Section II. Bid Data Sheet (BDS)
Section III. Evaluation and Qualification Criteria
Section IV. Bidding Forms
Volume 2: Schedule of Supply
Section V. Schedule of Supply, installation/ commissioning, Mandatory
operation and maintenance, training, specifications/
conformance to standards, designs and drawings etc.
Volume 3: Contract
Section VI A. General Conditions of Contract [GCC]
Section VI B. Special Conditions of Contract [SCC]
Section VI C. Contract Forms
Clarification to bid document/Addenda to bid document if any.

1.5.2. The complete bidding document is made available for downloading from
the website of State Public Procurement Portal State Public Procurement
Page 8 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Portal (SPPP) - https://sppp.rajasthan.gov.in/,e-procurement portal-
https://eproc.rajasthan.gov.in/.
1.5.3. The Procuring Entity is not responsible for the completeness of the
Bidding Document and its addenda if they were not downloaded correctly
from the State Public Procurement Portal/ Procuring Entity’s website.
1.6. 1.6.1. The Bidder shall be deemed to have carefully examined the conditions,
specifications, size, make and drawings, etc., of the Supply and
Installation Services to be supplied. The electronic bidding system on e-
procurement portal provides for online clarifications. If any Bidder has
Clarification of any doubts as to the meaning of any portion of the conditions or of the
Bidding specifications, drawings etc., it shall, before submitting the Bid, refer the
Document and same to the Procuring Entity in writing/online clarification within the
Pre-Bid time limit as specified in the BDS and get clarifications as allowed as
Conference per Section 22 (i), (ii), (iii) of RTPP Act.
The Procuring Entity shall also place on the websites of State Public
Procurement Portal and should the Procuring Entity deem it necessary to
change the Bidding Document as a result of a clarification, it shall do so
following the procedure under ITB Clause 1.7 [Change to Bidding
Document].
1.6.2. The Bidder is advised to visit and examine the site where the Supply is to
be installed and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for preparing the Bid
and entering a Contract for the provision of Supply and Installation
Services. The costs of visiting the site shall be at the Bidder’s own
expense.
1.6.3. The Bidder and any of its personnel or agents will be granted permission
by the Procuring Entity to enter upon its premises and lands for the
purpose of such visit, but only upon the express condition that the Bidder,
its personnel, and agents will release and indemnify the Procuring Entity
and its personnel and agents from and against all liability in respect
thereof, and will be responsible for death or personal injury, loss of or
damage to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
1.6.4. The Bidder or his authorized representative is invited to attend the Pre-
Bid Conference, if provided for in the BDS. The purpose of the Pre- Bid
Conference will be to clarify issues and to answer questions on any matter
related to this procurement that may be raised at that stage.
1.6.5. Minutes of the Pre-Bid Conference, including the text of the questions
raised, and the responses given, without identifying the source, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document and will also be placed on the State Public Procurement Portal
as per Section 22 (iv) of RTPP Act along with the clarification as per
ITB1.6.1 [Clarification of Bidding Document and Pre-Bid Conference]
not later than number of days before opening date as specified in BDS.
Any modification to the Bidding Document that may become necessary
because of the Pre-Bid Conference shall be made by the Procuring Entity
exclusively through the issue of an addendum (part of Bidding
Document) and not through the minutes of the Pre-Bid Conference.
1.6.6. Non-attendance at the Pre-Bid Conference will not be a cause for

Page 9 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
disqualification of a Bidder.
1.7. Changes of Bidding 1.7.1. Any addendum/corrigendum with changes to the bidding document issued
Document in accordance with provisions of section 23 of RTPP ACT, shall be part of
the Bidding Document. It will be uploaded on the website of State Public
Procurement Portal and e-procurement portal for prospective bidders to
download. Bidders shall be responsible to download and refer such
addendum/ corrigendum, issued if any, before submitting the Bid. As per
Section 23 (1) of RTPP ACT in case any modification is made to the
bidding documents or any clarification is issued which materially affects
the terms contained in the bidding documents, the procuring entity shall
publish such modification or clarification in the same manner as the
publication of the initial bidding documents.
1.7.2. As per Section 23 of RTPP Act, to give prospective Bidders reasonable
time in which to take an clarification to bid document/addendum into
account in preparing their Bids, the Procuring Entity may, at its discretion,
extend the deadline for the submission of the Bids, pursuant to ITB Sub-
Clause 4.3[Deadline for Submission of Bids], as per timelines specified in
bid cycle of outer time frame for various procurement method by one stage
bidding (S. No. 2) Rule 40 of the RTPP Rules.
1.8. Key Timelines 1.8.1. As specified in the BDS

2. Preparation of Bids

# Clause Sub-Clause
2.1. Cost of Bidding 2.1.1. The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Procuring Entity shall not be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.
2.1.2. The prospective bidders who have downloaded the Bidding Document
from the website will have to pay its price of the bidding document as
well as Tender Fees and Processing fees as prescribed in the BDS
while uploading the filled-up Bidding Document on e-procurement
gateway.
The Tender fee and processing fee can be paid by cash, bank demand
draft, banker's cheque of a scheduled bank, or through single challan
through e-GRAS unless the procurement is reserved for any specific
category of Bidders.
The details i.e., soft copy of the challan of these payments shall be
submitted electronically through State e-Procurement Portal along with
the Bid.
The original copy of deposit of cash, bank demand draft, banker's
cheque or bank guarantee of a scheduled bank shall be submitted in
physical form at the address of the Procurement Entity as per ITB
1.1.1latest by Bid (Techno commercial) submission closing date and
time as per ITB 1.8.1.
2.2. Language of 2.2.1. The Bid, as well as all correspondence and documents relating to the
Bid Bid exchanged by the Bidder and the Procuring Entity, shall be written
in the language specified in the BDS. Supporting documents and

Page 10 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
printed literature that are part of the Bid may be in another language
provided they are accompanied by a self-attested accurate translation
of the relevant passages duly accepted by the Bidder in the language
specified in the BDS, in which case, for purposes of interpretation of
the Bid, such translation shall govern.
2.3. Documents Comprising 2.3.1. The Bid shall comprise number of covers as specified in BDS
the Bid submitted simultaneously, as follows-
(i) First cover comprises of Techno-commercial Bid (in PDF File)
shall comprise of the documents as provided in Section IV:
Bidding Forms without any alteration, unless otherwise indicated
in the BDS and the scanned copies shall be uploaded on the e-
procurement portal, and
Any other documents besides standard Bidding Forms which are
required to be submitted will be as specified in BDS,
(ii) Second cover comprises of Financial Bid (in MS-Excel File) shall
comprise of the documents (BOQ) as specified in BDS and
provided in Section IV: Bidding Forms.
2.3.2. The Techno-commercial Part shall not include any financial
information related to the Bid price. Where indicative financial
information related to the Bid price is contained in the Techno-
commercial Part the Bid shall be declared nonresponsive.
2.4. Bid Prices 2.4.1. Bidders shall quote for the entire Supply and Installation Services on a
“single responsibility” basis which means that the Supplier will be the
single point responsibility for the Procuring Entity.
The total bid price shall include all the Supplier’s obligations
mentioned in or to be reasonably inferred from the bidding document
in respect of the design, manufacture, including procurement (if any),
delivery, construction, installation, and completion of the Supply.
This includes all requirements under the Supplier’s responsibilities for
testing, pre-commissioning, and commissioning of the Supply and,
where so required by the bidding document, the acquisition of all
permits, approvals, and licenses, etc.; the operation, maintenance and
training services and such other items and services as specified in the
BDS, all in accordance with the requirements of the General
Conditions.
Items against which no price is entered by the Bidder will not be paid
for by the Procuring Entity when executed and shall be deemed to be
covered by the prices for other items.
2.4.2. Bidders shall give a breakdown of the prices in the manner and detail
called for in the BOQ (Excel File) attached with the Bidding document.
Depending on the scope of the Contract, the Price Schedules may
comprise up to the seven (7) schedules listed below. Separate
numbered Schedules included in Section IV- Bidding Forms, from
those numbered 1 to 7 as mentioned below, shall be used for each of
the elements of the Supply and Installation Services. Following are the
important points for these Schedules:
Schedule No. 1: Supply (including Mandatory Spare
Parts/Consumables) Supplied from within the Procuring Entity’s

Page 11 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Country. [Mandatory spare parts or consumables are those which is
required for day-to-day operation of the Supply/Goods and should be
included in the cost of Supply/Goods. It includes cost of transportation
(GCC 6.5), sample test and inspection GCC 6.7, packing (GCC 6.8),
and insurance (GCC 8.4). It excludes material used for civil, building,
and other construction works.]
Schedule No. 2: Supply (including Mandatory Spare
Parts/Consumables) Supplied from Abroad. [Mandatory spare parts or
consumables are those which is required for day-to-day operation of
the Supply/Goods and should be included in the cost of Supply/Goods.
It includes cost of transportation (GCC 6.5), sample test and
inspection GCC 6.7, packing (GCC 6.8), and insurance (GCC 8.4). It
excludes material used for civil, building, and other construction
works.] (Optional to be used in ICB)
Schedule No. 3: Design Services (optional) [This schedule is to be
used in case along with supplies design for installation/supply or
goods etc. are required to be undertaken.)
Schedule No. 4: Installation Services (Cost of material and work used
for civil, building, and other construction activities (Procurement GCC
6.4, Installation, Erection, Training and Commissioning GCC 6.6,
Defect liability GCC 7.3, Care of facility GCC 8.2, Loss of or damage
to property; accident or injury to workers; indemnifications GCC 8.3.)
Schedule No. 5: Recurrent Costs during and beyond Warranty Period if
applicable. (Cost for extended warranty (Annual Maintenance
Contract/Comprehensive Maintenance Contract Functional guarantee
GCC 7.4) if required by PE else optional and/or cost of consumables if
required by PE else optional.) [Please refer to user guide for further
guidance]
Schedule No. 6: Grand Summary (Schedule Nos.1 to 5) (Required to
determine the total cost of Bid)
Schedule No. 7: Recommended Spare Parts (Supplier agrees to supply
these spare parts which may be required for operation of
Supply/Goods. Rates of such spare parts although taken along with Bid
but the cost is not included in the total price. However, the identity,
specifications, and quantities of such spare parts and the terms and
conditions relating to the supply thereof are to be agreed between the
PE and the Supplier, and the price of such spare parts shall be that
given in Price Schedule No. 7, which shall be added to the Contract
Price.)
2.4.3. In the Schedules, Bidders shall give the required details and a
breakdown of their prices as follows:
(a) Supply manufactured within the Procuring Entity’s Country
(Schedule No. 1):
i. The price of the Supply shall be quoted on an EXW Incoterm basis
as per BOQ (Excel file) in case of manufacturer and for previously
imported supplies ex-warehouse/ex showroom.
ii. Customs duty and other charges like port handling charges already
paid for imported items to be indicated in BOQ.
iii. No cartage or transportation charges will be paid by Procuring
Entity and the delivery (including unloading and stacking etc.) of
the Supply shall be given at the designated premises of the
Page 12 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Procuring Entity. The cost of cartage and transportation charges
(including unloading and stacking) will have to be indicated in
BOQ. [It includes cost of transportation (GCC 6.5), sample test
and inspection GCC 6.7, packing (GCC 6.8), and insurance (GCC
8.4).]
iv. Goods and Service Tax and all other taxes payable in the Procuring
Entity’s Country on the Supply if the contract is awarded to the
Bidder to be indicated in the BOQ.
v. The unit and total price of the goods on DDP (Delivery Duty Paid)
must be indicated in BOQ (Excel file) – Consignee Location/
Destination as specified in BDS.
(b) Supply/Goods to be supplied from abroad (Schedule No. 2)
(Optional):
i. the price of the Supply quoted CIF (Cost Insurance and Freight)
(named port of destination), or CIP (Carriage and Insurance Paid
to) (border point), in India in BOQ (excel sheet), as specified in
the BDS.
ii. Customs duty and other charges like port handling charges
applicable on the imported items to be indicated in BOQ.
iii. No cartage or transportation charges will be paid by Procuring
Entity and the delivery (including unloading and stacking etc.) of
the Supply shall be given at the designated premises of the
Procuring Entity. The cost of cartage and transportation charges
(including unloading and stacking) will have to be indicated in
BOQ.
iv. Goods and Service Tax and all other taxes payable in the Procuring
Entity’s Country on the Supply and Installation if the contract is
awarded to the Bidder to be indicated in the BOQ.
v. the unit and total price of the goods on DDP (Delivery Duty Paid) –
Consignee Location/ Destination as per ITB 2.4.3 (a) v.
(c) Design Services (Optional) (Schedule No. 3) in BOQ (excel
sheet).
(d) Installation Services shall be quoted separately (Schedule No. 4)
and shall include rates or prices for local transportation to named
place of final destination as specified in the BDS, insurance and
other services incidental to delivery of the Supply, all labour,
Supplier’s equipment, temporary works, materials, consumables
and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations
and maintenance manuals, training, etc., where identified in the
bidding document, as necessary for the proper execution of the
installation and other services, including all taxes, duties, levies
and charges payable in the Procuring Entity’s Country in BOQ
(excel sheet). [It includes Procurement GCC 6.4, Installation GCC
6.6, Defect liability GCC 7.3, Care of facility GCC 8.2, Loss of or
damage to property; accident or injury to workers;
indemnifications GCC8.3];
(e) Prices for Recurrent Costs beyond the scope of Warranty services
if required by PE else optional (Schedule No. 5) to be incurred
during the Warranty Period and beyond warranty period, shall be
quoted as service prices on the Price Schedule for Recurrent Costs.

Page 13 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Recurrent costs are all-inclusive of the cost’s necessary items such
as spare parts/consumables, Annual Maintenance Contract (AMC)/
Comprehensive Maintenance Contract (CMC) if required by PE
else optional, needed for the continued and proper operation of the
Supply and Services in BOQ (excel sheet) [It includes cost for
Functional Guarantee GCC 7.4].
i. Grand Summary (Schedule No. 1 to 5) in BOQ (excel sheet)
ii. Recommended spare parts shall be quoted separately
(Schedule No. 7) as specified in either subparagraph (a) or (b)
above in accordance with the origin of the spare parts in BOQ
(excel sheet).
2.4.4. All items in the Schedule of Supply must be specified/ listed and
priced separately in the Financial Schedules. If a Financial Schedule
shows items specified/ listed but not priced, these may be marked as
Not Quoted.
2.4.5. The price to be quoted in the Bid Submission Sheet shall be the total
price of the Bid.
2.4.6. Prices proposed in the BOQ (excel sheet) for Supply and Installation
Services, is disaggregated. This disaggregation shall be solely for the
purpose of facilitating the comparison of Bids by the Procuring Entity.
2.4.7. This shall not in any way limit the Procuring Entity’s right to contract
on any combination of the terms offered.
2.4.8. Prices quoted by the Bidder shall be fixed during the Bidder’s
Performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid submitted with
an adjustable price quotation shall be treated as non-responsive and
shall be rejected, pursuant to ITB Clause 6.1 [Preliminary
Examination]. However, if in accordance with the BDS, prices quoted
by the Bidder shall be subject to adjustment during the performance of
the Contract, a Bid submitted with a fixed price quotation shall not be
rejected, but the price adjustment shall be treated as zero.
2.4.9. In Case of International Competitive Bidding, the terms EXW, CIF,
CIP, and other similar terms shall be governed by the rules prescribed
in the current edition of Incoterms 2020 or published by The
International Chamber of Commerce, on the date of the Invitation for
Bids or as specified in the BDS.
2.5. Currencies of Bid. 2.5.1. The currency of the Bid and the currency of payments shall be the
Indian Rupees up to two decimal places in case of National Competitive
Bidding.
2.5.2. The currency of International Bid and the currency of payments, other
than the Indian Rupees, shall be as specified in BDS.
2.6. 2.6.1. To establish their eligibility in accordance with ITB Clause 1.3
Documents Establishing
[Eligible Bidders], Bidders shall submit all the necessary documents
the Eligibility of the
and complete the eligibility declarations in the Bid Submission Sheet
Bidder
and Declaration Form included in Section IV- Bidding Forms.
2.7. Documents Establishing 2.7.1. To establish the eligibility of the Supply and Installation Services to
the Eligibility of the the Bid Document, the Bidder shall furnish as a part of documentary
Supply and Installation evidence that the supply and Installation conform to the requirement
Services specified in Section V- Schedule of Supply, in accordance with ITB
Clause 1.4 [Eligible Supply and Installation Services], Bidders shall

Page 14 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
complete the country-of-origin declarations included in Section IV-
Bidding Forms and in the price declaration Forms.
2.8. Documents, Tests, 2.8.1. The Bidder shall furnish the information stipulated in Section IV-
Samples and Trials Bidding Forms in sufficient detail to demonstrate substantial
Establishing the responsiveness of the Bidders’ proposal to the work requirements and
Conformity of the the completion time.
Supply and Installation 2.8.2. For major items of Supply and Installation Services as listed by the
Services to the Bidding Procuring Entity in Section III - Evaluation and Qualification Criteria,
Document which the Bidder intends to purchase, the Bidder shall give details of
the name and nationality of the manufacturers, for each of those items.
In addition, the Bidder shall include in its Bid information establishing
compliance with the requirements specified by the Procuring Entity for
these items.
2.8.3. Bidder shall furnish as part of its Bid, the documentary evidence
(specifications, designs and drawings and conformance to BIS or other
acceptable codes), demonstrate trials or carry out tests as specified in
Section V- Schedule of Supply and any changes to thereof issued in
accordance with ITB Clause 1.7 [Changes to Bidding Document].
2.8.4. Bidder shall provide a list giving full particulars, including available
sources, of all spare parts, special tools, etc., necessary for the proper
and continuing functioning of the Supply for the period specified in
the BDS, following completion of Supply and Installation Services in
accordance with provisions of contract.
2.8.5. The documentary evidence may be in the form of literature,
design/drawings or data etc., and shall consist of a detailed description
of the essential Techno-commercial and performance characteristics of
the Supply and Installation Services, demonstrating substantial
responsiveness of the Supply and Installation Services to those
requirements, and if applicable, a duly signed statement of deviations
and exceptions to the provisions of Section V- Schedule of Supply.
2.8.6. Standards for workmanship, process, material, operation and
maintenance and equipment, as well as references to brand names or
catalogue numbers specified by the Procuring Entity in the Schedule of
Supply, are the minimum acceptable standards and are intended to be
descriptive only and not restrictive. The Bidder may offer other
standards of better quality, brand names, and/ or catalogue numbers,
provided that it demonstrates, to the
Procuring Entity’s satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the Schedule of Supply.
2.8.7. Bids for articles, if any, specified in Section V- Schedule of Supply
shall be accompanied by two set of samples of the articles bid or as
specified in the BDS. Such samples should be properly packed and if
submitted personally will be received in the office. A receipt will be
given for each sample by the officer receiving the samples. In case
samples are required to be duly tested after submission, then the
charges for such inspection/ testing shall be borne by bidder. The
testing charges of the subject matter of procurement at any stage of
procurement shall be borne by bidder.
2.8.8. Each sample shall be marked suitably either by writing on the sample

Page 15 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
or on a slip of durable paper securely fastened to the sample, the name
of the Bidder and serial number of the item, of which it is a sample in
the Schedule of Supply.
2.8.9. Approved samples of successful bidders would be retained by the
Procuring Entity.
2.8.10. Samples not approved shall be collected by the Bidders within one
month after notification of result of Techno-commercial and
Qualification Evaluation. The Procuring Entity will not be responsible
for any damage, wear and tear, or loss during testing, examination, etc.,
during the period these samples are retained. The uncollected samples
shall be forfeited and no claim for their cost, etc., shall be entertained.
2.9. 2.9.1. To establish its qualifications to perform the Contract, the Bidder shall
Documents Establishing
submit as part of its Techno-commercial Bid the documentary evidence
the Qualifications of the
indicated for each qualification criteria specified in Section III-
Bidder
Evaluation and Qualification Criteria.
2.10. Period of Validity of 2.10.1. As per Rule 48 (1) of RTPP Rules, Bids shall remain valid for the
Bids period specified in the BDS after the Bid submission deadline date as
specified by the Procuring Entity.
2.10.2. As per Rule 48 (2) and (3) of RTPP Rules in exceptional
circumstances, prior to the expiration of the Bid validity period, the
Procuring Entity may request Bidders to extend the period of validity
of their Bids. The request and the responses shall be made in writing. If
a Bid Security is requested in accordance with ITB Clause 3.1 [Bid
Security and Bid Securing Declaration] it shall also be extended for a
corresponding period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall not be
required or permitted to modify its Bid.

3. Bid Security

# Clause Sub-Clause
3.1. Bid 3.1.1. 1. Unless otherwise specified in the BDS, the Bidder shall furnish as part of its
Security Bid, the value of bid security amount will be as specified in the BDS.
3.1.2. As per Rule 42 (6) of RTPP Rules, Bid Security submitted as Bank Guarantee shall
be valid for 30 days beyond the original validity as per ITB 2.10.1 [Period of
Validity of Bids] or extended bid validity period.
3.1.3. The form and value of Bid Security will be as per Rule 42 (1) to (3) of RTPP
Rules, and can be given in the form of cash, banker’s cheque or bank demand draft
or bank guarantee, in specified format as given in TECH3 Section IV- Bidding
Forms, of a Scheduled Bank in India or deposit on single challan through e-GRAS
(https://e-GRAS.raj.nic.in). For obtaining benefit of lower value of Bid security like
for MSME/SSI or Sick Industries. Bidder(s) to submit relevant document along
with Bid. Any exemptions or reduced amount of Bid Security or submission of Bid
Securing Declaration will be as per notification issued by Government of Rajasthan
from time to time in
accordance with Rule 42 (2) and 42 (3) of RTPP Rules. As per Rule 42 (2) of RTPP
Rule the amount of Bid Security is - In case of open competitive
bidding, two-stage bidding, rate contract, electronic reverse auction, bid security

Page 16 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
shall be 2% or as specified by the State Government of the estimate
value of subject matter of procurement put to bid. In case of Small-scale Industries
of Rajasthan, it shall be 0.5% of the quantity offered for supply and in case of sick
industries, other than Small Scale Industries, whose cases are pending with Board
of Industrial and Financial Reconstruction, it shall be 1% of the value of bid.
3.1.4. Soft copy of Bid Security instrument or receipt of Bid Security or a Bid securing
declaration or document for obtaining benefit of lower value of bid security like for
MSME/SSI or Sick Industries to necessarily accompany the online Bid. The
physical original copy of deposit of e-GRAS, cash, bank demand draft, banker's
cheque or original bid security in approved form i.e., Bank Guarantee or document
for obtaining benefit of lower value of bid security like for MSME/SSI or Sick
Industries shall be submitted before the Bid (Techno-commercial and Financial)
submission closing date and time asper ITB 1.8.1 either by registered post/ speed
post/ courier or by hand, failing which the bids may be declared non-responsive and
will not be opened. These documents will be opened publicly before the online bid
opening.
3.1.5. As per Rule 42(5) of RTPP Rules Bid security of a bidder lying with the procuring
entity in respect of other bids awaiting decision shall not be adjusted towards bid
security for the fresh bids. The bid security originally deposited may, however, be
taken into consideration in case bids are re-invited. Bid Security can be refunded on
request after completion and notification of technical bid evaluation.
3.1.6. The issuer of the Bid Security and the confirmer, if any, of the Bid Security, as well
as the form and terms of the Bid Security, must be acceptable to the Procuring
Entity. In cases of International Competitive Bidding, the bidding documents may
in addition may stipulate in BDS that the bid security shall be issued by an issuer in
India as per Rule 42(7) of RTPP Rules.
3.1.7. Prior to presenting a submission, a Bidder may request the Procuring Entity to
confirm the acceptability of proposed issuer of a Bid Security or of a proposed
confirmer, if different than as specified in Clause 3.1.3 [Bid Security]. The
Procuring Entity shall respond promptly to such a request.
3.1.8. The bank guarantee presented as Bid Security shall be got confirmed from the
concerned issuing bank. However, the confirmation of the acceptability of a
proposed issuer or of any proposed confirmer does not preclude the Procuring
Entity from rejecting the Bid Security on the ground that the issuer or the confirmer
has become insolvent or is under liquidation or has otherwise ceased to be
creditworthy.
3.1.9. The procuring entity shall promptly return the bid security as per as Rule 42 (13) of
RTPP Rules.
3.1.10. Rule 42 (11) of RTPP Rules shall apply for the forfeiture of the Bid Security taken
from a Bidder.
3.1.11. In case of the successful Bidder, the amount of Bid Security may be adjusted in
arriving at the amount of the Performance Security or refunded if the successful
Bidder furnishes the full amount of Performance Security as per Rule 42 (12) of
RTPP Rules. No interest will be paid by the Procuring Entity on the amount of Bid
Security.
3.1.12. The Bid Security of a Joint Venture must be in the name of the Joint Venture that
Page 17 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
submits the Bid. If the Joint Venture has not been legally constituted at the time of
Bidding, the Bid Security shall be submitted in the names of all future partners as
named in the letter of intent mentioned in ITB Sub-Clause2.7.1 [Documents
Establishing the Eligibility of the Bidder].
3.1.13. If a Bid Security is not required in the BDS: and
a. If a Bidder withdraws its Bid prior to the expiry date of the Bid validity
specified by the Bidder on the Letter of Bid, or any extended date provided by
the Bidder; or
b. If the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 8.5 [Signing of Contract]; or
(ii) furnish a Performance Security in accordance with ITB 8.6 [Performance
Security].
The Procuring Entity may declare the Bidder disqualified for award of contract by
the Procuring Entity for a period as stated in the BDS as per Section 46 of the
RTPP Act.

4. Format, Signing, Submission and Opening of Bids

# Clause Sub- Clause


4.1. Format and 4.1.1. The Bidder shall prepare bid in the digital/electronic mode for uploading on e-
Signing of Bid Procurement website in the format/ type of file specified in ITB 2.3.1[Documents
comprising of Bid] consisting of documents specified in Section III (Evaluation
and Qualification Criteria). All the documents uploaded should be with the DSC
of authorized signatory which means that all the pages of the uploaded document
are signed.
In case the Bidder is not the proprietor then the Bidder has to submit Power of
Attorney for signing the Bid in Non-Judicial Stamp Paper as per TECH2 – Power
of Attorney for Signing of Bids. An organizational document, board resolution or
its equivalent specifying the representative’s authority to sign the Bid is also
acceptable and should be uploaded along with the Bid.
4.1.2. In the case that the Bidder is a JV, the Bid shall be signed by an authorized
representative of the JV on behalf of the JV, and so as to be legally binding on all
the members as evidenced by a power of attorney signed by their legally
authorized representatives. Bidder and other members of JV have to comply with
the requirements given in Appendix A2.
4.1.3. Any amendments which is uploaded shall be valid only if they are digitally
signed by the person authorized for signing the Bid.
4.2. Submission of 4.2.1. Bidders must submit their bids both Techno-commercial and financial bids
Bid including modified bids online at e-Procurement portal as per process specified in
Bidders Manual Kit available on e-procurement portal. Bid(s) submitted in any
other mode(s) like manual, email etc. shall be treated as unresponsive.
4.3. Deadline for 4.3.1. Bids shall be received online at e-Procurement portal and up to the time, date and
Submission of place ITB 1.8.1. Outer time frame for opening of Bid would be as per Rule 40 of
Bids RTPP Rule 2013.
4.3.2. As per Rule 52 (2) of RTPP Rules, the Procuring Entity may, at its discretion,

Page 18 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


extend the deadline for the submission of Bids by amending the bidding
document in accordance with ITB 1.7 [Changes to Bidding Document], in which
case all rights and obligations of the Procuring Entity and Bidders previously
subject to the deadline shall thereafter be subject to the deadline as extended.
4.4. Late Bids 4.4.1. The electronic bidding system would not allow any late submission of bid after
due date and time as per server time.
4.5. Withdrawal, 4.5.1. Bidders may modify their bids by using appropriate option for bid modification
Substitution on the e-procurement portal before submission of bids as per procedure specified
and in Bidder Manual Kit.
Modification of 4.5.2. As per Rule 54 (3) of RTPP Rules, no Bid may be withdrawn, substituted, or
Bids modified in the interval between the deadline for submission of Bids and the date
of expiry of the Bid validity specified by the Bidder on the Form Tech 1- Letter of
Bid or any extended date thereof.
4.6. Online opening 4.6.1. Specific electronic bid opening procedure as specified on the e-procurement
of Techno- portal shall be followed. The bidders may witness the electronic bid opening
commercial procedure online at the place. Date and time specified in BDS.
Parts of Bid 4.6.2. Only “TECHNO-COMMERCIAL COVER” shall be opened one at a time. Cover
marked as “FINANCIAL COVER” shall not be opened in case of two cover
system.

5. Evaluation of Bids – General Provisions


# Clause Sub-Clause
5.1. Confidentiality 5.1.1. Information relating to the examination, evaluation, comparison, and post
qualification of both Techno-commercial and Financial Bids, and
recommendation of contract award, shall not be disclosed to Bidders or any
other persons not officially concerned with such process until information on
Contract award is communicated to all Bidders.
5.1.2. Any attempt by a Bidder to influence the Procuring Entity during the
examination, evaluation, comparison, and post qualification of the Bids or
Contract award decisions may result in the rejection of its Bid, in addition to
the legal action which may be taken by the Procuring Entity under the Act and
the Rules.
5.1.3. Notwithstanding ITB Sub-Clause 5.1.2 [Confidentiality], from the time of
opening the Bid to the time of Contract award, if any Bidder wishes to contact
the Procuring Entity on any matter related to the Bidding process, it should do
so in writing.
5.1.4. In addition to the restrictions specified in Section 49 of RTPP Act
(Confidentiality), the Procuring Entity, while procuring a subject matter of
such nature which requires the Procuring Entity to maintain confidentiality,
may impose condition for protecting confidentiality of such information.
5.2. Clarification of 5.2.1. As per Rule 60 of RTPP Rules following clarification can be sought:
Techno To assist in the examination, evaluation, comparison, and qualification of the
commercial or Techno-commercial or Financial Bids, the Bid evaluation committee may, at its
Financial Bids discretion, ask any Bidder for a clarification regarding its Bid. The committee’s
request for clarification and the response of the Bidder shall be in writing.
5.2.2. Any clarification submitted by a Bidder regarding his Bid that is not in
response to a request by the Bid evaluation committee shall not be considered.
5.2.3. No change in the prices or substance of the Bid shall be sought, offered, or
Page 19 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
permitted in tenders invited through e-procurement portal,
5.2.4. No substantive change to qualification information or to a submission,
including changes aimed at making an unqualified Bidder, qualified or an
unresponsive submission, responsive shall be sought, offered, or permitted.
5.2.5. If a Bidder does not provide clarifications of its Bid by the date and time set in
the Procurement Entity’s request for clarification, it’s Bid may be rejected.
5.3. Deviations, 5.3.1. During the evaluation of Techno-commercial or Financial Bids, the following
Reservations definitions shall apply as per Rule 59 (2) of RTPP Rules:
and Omissions 1.1.1. “Deviation” is a departure from the requirements specified in the
in Techno Bidding Document.
commercial or 1.1.2. “Reservation” is the setting of limiting conditions or withholding from
Financial Bids complete acceptance of the requirements specified in the Bidding
Document; and
1.1.3. “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

6. Evaluation of Techno-commercial Bids


# Clause Sub- Clause
6.1. Preliminary 6.1.1. To determine preliminary responsive bid, the bid will be examined as per Rule
Examination 56 of RTPP Rules and all the documents specified in Section III Para1.2 or
Para 2.2 [Preliminary Examination of Bids] of valuation and Qualification
Criteria. If the Bidder fails to submit the documents, then the Bid would be
considered non-responsive and shall be rejected.
Techno 6.1.2. The Procuring Entity’s determination of a Techno-commercial Part’s
commercial substantial responsiveness is to be based on the contents of the Bid itself. For
Examination purposes of this determination, a substantially responsive Bid is one that
materially conforms to the requirements of the Bid Document without
material deviation, reservation, or omission. As per Rule 59 (3) of RTPP
Rules, a material deviation, reservation, or omission is one that:
1. If accepted, would:
(i) affect in any substantial way the scope, quality, or performance of the
subject matter of procurement specified in the bidding documents; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Procuring Entity’s rights or the Bidder’s obligations
under the proposed Contract; or
2. If rectified, would unfairly affect the competitive position of another
Bidder’s presenting substantially responsive Bid.
6.1.3. oversights that can be corrected without touching on the substance of the bid.
6.2. Waiver of 6.2.1. As per Rule 61of RTPP Rules:
Nonmaterial 1. Nonconformities in the bid that do not constitute a material deviation,
Nonconformities reservation or omission can be waived off and the bid shall be deemed to
be substantially responsive.
2. Bidder may be requested to submit the necessary information or
document like [audited statement of accounts, PAN, etc.] within a
reasonable period of time. Failure of the bidder to comply with the
request may result in the rejection of its bid.
Non-material nonconformities or omissions may be rectified on the basis of
the information or documentation received from the bidder under sub-rule (2).
6.3. Exclusion of Bids 6.3.1. As per Rule 62 of RTPP Rules a procuring entity shall exclude a bid in
accordance with the provisions of Section 25 of RTPP Act if:

Page 20 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


a. the bidder is not qualified in terms of section 7 of RTPP Act;
b. the bid materially departs from the requirements specified in the bidding
documents or it contains false information;
c. the bidder submitting the bid, his agent or any one acting on his behalf,
gave or agreed to give, to any officer or employee of the procuring entity
or other governmental authority a gratification in any form, or any other
thing of value, so as to unduly influence the procurement process;
d. a bidder, in the opinion of the procuring entity, has a conflict of interest
materially affecting fair competition.
6.4. Evaluation of 6.4.1. Evaluation of Techno-commercial Bid would be as per Rule 63 of RTPP
Techno Rules and in accordance with the provisions Section 7 of RTPP Act. The
commercial Procuring Entity will carry out a detailed Techno-commercial evaluation of
factors of Bids each Techno-commercial Bid that has been determined to be responsive
pursuant to ITB 6.2 [Waiver of Nonmaterial Nonconformities],
In order to reach such a determination, the Procuring Entity will examine the
information supplied by the Bidders, pursuant to ITB 2.4 [Bid Prices], 2.5
[Currencies of Bid], 2.6 [Documents Establishing the Eligibility of the
Bidder] and 2.7 [Documents Establishing the Eligibility of the Supply and
Installation Services]in response to other requirements in the Bid Documents,
taking into account the following factors.
a) Overall completeness and compliance with the Procuring Entity’s
Performance and/or Functional Requirements; including conformity
with the specified minimum (or maximum, as the case may be)
requirement corresponding to each functional guarantee, as indicated in
the Procuring Entity Requirements and in Section III Evaluation and
Qualification Criteria.
b) Long-term availability of mandatory and recommended spare parts and
maintenance services.
c) any other relevant Techno-commercial factors that the Procuring Entity
deems necessary or prudent to take into consideration as specified in
Section III- Evaluation and Qualification Criteria; and
d) any proposed deviations in the Bid to the contractual provisions
stipulated in the Bid Documents.
6.4.2. In case of Most Advantageous Bid Selection Method - The scores to be given
to Techno-commercial factors and sub factors if applicable are specified in
the BDS.
6.5 Evaluation of 6.5.1. The Procuring Entity shall determine, to its satisfaction, whether all eligible
Bidder’s Bidders, whose Bids have been determined to be substantially responsive and
Qualification Techno-commercial offer is also acceptable pursuant to ITB 6.2 [Waiver of
Nonmaterial Nonconformities] and ITB 6.4 [Evaluation of Techno
commercial Bids]to the bidding document, meet the Qualification Criteria
specified in Section III, Evaluation and Qualification Criteria.
Evaluation and Qualification Factors not included in Section III cannot be
used in the evaluation of Bidders Qualification.
Notification of 6.5.2. Following the completion of the evaluation of the Techno-commercial Parts of
result of Techno Bids i.e., after both Techno-commercial and Qualification Criteria evaluation,
commercial and the Procuring Entity shall make the following notifications:
Qualification I. Notify in writing/communicate through electronic media those Bidders
Evaluation whose Bids were considered substantially non-responsive and qualified
to the requirements in the Bid, advising them of the following
information:

Page 21 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


a. The grounds on which their Techno-commercial Part has been
considered non-responsive.
b. Their online “Financial Bid” will remain unopened.
II. Simultaneously, notify in writing/communicate through electronic media
those Bidders whose Bids were considered substantially responsive to
the requirements in the Bid, advising them that their Bid has been
evaluated as substantially responsive to the Bid; and
III. Notify all Bidders about the date and time of the public opening of the
online financial bids.

7. Opening and Evaluation of Financial Bids


# Clause Sub- Clause
7.1. 7.1.1. Financial Bids will be opened online as per procedure as specified on the
Public Opening of
e- Procurement Portal. The bidders may witness the electronic bid opening
Financial Bids
procedure online.
7.2. Financial Bid 7.2.1. The e-procurement portal automatically calculates the total amount from
Calculation unit rates and quantities and the system also automatically populates the
amount in words from the amount in figures and therefore there is no
scope of discrepancy and need for arithmetic correction.
7.3. Nonmaterial 7.3.1. In view of ITB 7.2.1 [Financial Bid Calculation], there is no possibility of
Nonconformities any Nonmaterial Nonconformities.
7.4. Conversion to 7.4.1. In case of International Bidding for Evaluation and Comparison Purposes,
Single the currency (ies) of the Bidders shall be converted into a single currency
Currency as specified in BDS
7.5. Evaluation of 7.5.1. To evaluate each Bidder’s Financial Bid, the Procuring Entity shall
Financial Bids consider the following:
(a) Bid is digitally signed, as per the requirements listed in the Bidding
Document.
(b) Letter of Financial Bid as per Section IV- Bidding Forms.
(c) the Bid price are Submitted as per ITB 2.4 [Bid Prices].
(d) Any other evaluation factors specified in the BDS and detailed in
Section III, Evaluation and Qualification Criteria.
(e) converting the amount resulting from applying (a) and f) above, to a
single currency in accordance with ITB 7.4.1 [Conversion to Single
Currency] if applicable.
7.5.2. For bids invited for Implementation of Hybrid ETC System
&Onboarding of State Toll Plazas in Rajasthan Under FASTag
Programme of IHMCL on the Roads under Package No. 01 the
evaluation would be done for all the items put together. The item/items for
which no rates have been quoted or left blank would be treated as zero i.e.,
Bidder will supply item/items free of cost and the total amount would be
computed accordingly.
There is no option with bidder to submit quote for partial quantity of any
item/items of any item/items
Discounts offered of any kind shall not be considered.
separately to the lowest priced responsive bidder for that item. Discounts
offered of any kind shall not be considered.
7.5.3. The Procuring Entity’s evaluation of responsive Bids may take into
account Techno-commercial factors as specified ITB 6.4.2 [Evaluation of
Techno commercial Bids] in addition to Financial Factors in accordance

Page 22 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


with Section III - Evaluation and Qualification Criteria. The weight to be
assigned for the Techno-commercial factors and Financial Factors will be
as specified in BDS.
7.6. Comparison of 7.6.1. As per Rule 58 of RTPP Rules, the Procuring Entity shall select Bid either
Bids to select by comparing all substantially responsive Bids to determine the lowest
lowest Evaluated evaluated Bid in accordance with ITB Clause 7.5.1 and 7.5.2 [Evaluation
Bid or Most of Financial Bids] or shall compare all substantially responsive Bids to
Advantageous determine the Most Advantageous Bid in accordance with ITB Clause
Bid 7.5.1and 7.5.3 [Evaluation of Financial Bids]. Method of Evaluation will
be specified in BDS as well as in Section III Evaluation and Qualification
Criteria.
7.7. Unbalanced or 7.7.1. If the Bid that is evaluated as the Lowest Priced Bid or Most
Front-Loaded Advantageous Bid is, in the Procuring Entity’s opinion has higher-priced
Bid i.e., Higher some schedules and have under-priced in other schedules (seriously
pricing or under- unbalanced or front loaded) (ITB 2.4.2 Schedules), the Procuring Entity
pricing may require the Bidder to provide written clarifications. Clarifications may
of different include detailed price analyses to demonstrate the consistency of the Bid
Schedules prices with the scope of Goods/ Equipment, Design, supply and
installations, proposed methodology, schedule, and any other requirements
of the Bid Document.
7.7.2. After the evaluation of the information and detailed price analyses
presented by the Bidder, the Procuring Entity may:
(a) accept the Bid, or
(b) if appropriate, require that the total amount of the Performance
Security be increased at the expense of the Bidder, to a level not
exceeding as specified in BDS of the Contract Price or resort to part
payment after receipt of supply and release the payment gradually as the
installation, AMC/CMC services etc. gets progressively completed, or (c)
reject the Proposal.
7.8. Negotiations 7.8.1. Except in case of procurement by method of single source procurement or
procurement by competitive negotiations, to the extent possible, no
negotiations shall be conducted after the pre-Bid stage. All clarifications
needed to be sought shall be sought in the pre-Bid stage itself.
Circumstances under which negotiations are to held and the method of
negotiation would be as per Rule 69 of RTPP Rules.
7.9. Purchase 7.9.1. Items listed in Notification No. F.1(8)/FD/GF&AR/2011 dated
Preference 19.11.2015under Schedule are reserved items for MSME firms only. Bids
(MSME) from firm(s)other than MSME shall not be considered for eligible for
participating in the bid.
Purchase Preference, if applicable and specified in BDS, shall be given in
accordance with the policy of State Government notified / prevalent at the
time of submission of bid.
[Procuring Entity shall provide purchase preference to the category of
bidders as notified by the State Government from time to time. Existing
Notifications are Notification No. F.1(8)/FD/GF&AR/2011 dated
19.11.2015, Notification No. F.2(1)/FD/SPFC/2017 dated 28.08.18]
7.10.Procuring 7.10.1. As per Rule 72 of RTPP Rules, procuring entity reserves the right to accept
Entity’s Right to or reject any bid, and to annul the bidding process and reject all bids at any
Accept Any Bid, time prior to award of contract, without thereby incurring any liability to
and to the bidders.
Reject Any or

Page 23 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


All Bids
7.11. Respond to query by 7.11.1. The Procuring Entity shall promptly respond in writing to any unsuccessful
unsuccessful Bidder who, after notification of award, requests in writing the grounds on
Bidder which its bid was not selected.

8. Award of Contract

# Clause Sub- Clause


8.1. Acceptance of the 8.1.1. As per Rule 70 (5) of RTPP Rules, Procuring Entity shall award the contract
successful Bid and to the bidder whose offer has been determined to be the lowest or most
award of contract advantageous in accordance with the evaluation criteria set out in the bidding
documents and if the bidder has been determined to be qualified to perform
the contract satisfactorily on the basis of qualification criteria fixed for the
bidders in the bidding documents for the subject matter of procurement.
As per Rule 29 (2) (d)of RTPP Rules Rate Contract shall be entered, for price
without a commitment for quantity, place, and time of supply of subject
matter of procurement, with the bidder of lowest priced bid or most
advantageous bid.
8.1.2. As per Rule Clause 70 (6) of RTPP Rules, prior to the expiration of the period
of validity of Bid, the Procuring Entity shall inform the successful Bidder in
writing, by registered post or through electronic media, that its Bid has been
accepted.
8.1.3. As per Rule Clause 70 (7) and 70 (8) of RTPP Rules, if the issuance of formal
letter of acceptance (LOA) is likely to take time, in the meanwhile a Letter of
Intent (LOI) may be sent to the successful Bidder. The acceptance of an offer
is complete as soon as the letter of acceptance or letter of intent is posted and/
or sent by email (if available) to the address of the successful Bidder given in
its Bid.
8.1.4. As per Section 27 (3) of RTPP Act and Rule 71of RTPP Rules Information of
award of contract shall be communicated to all participating bidders and
published on the State Public Procurement Portal.
8.2. Procuring 8.2.1. Procuring Entity right to vary quantity would be as per Rule 73 of RTPP
Entity’s Right to Rules. As per Rule 73 (1) of RTPP Rule. If the Procuring Entity does not
Vary Quantities procure any subject matter of procurement or procures less than the quantity
specified in the Bidding Document due to change in circumstances, the Bidder
shall not be entitled for any claim or compensation except otherwise provided
in the Conditions of Contract.
8.3. Procuring Entity’s 8.3.1. As per Rule 29(i) of RTPP Rules, for Rate Contract the contract may be
Right to Extend extended for three (3) months on not fallen during the period for the subject
the period of Rate matter of procurement or its constituents, to be procured under the rate
Contract contract.
8.4. Dividing 8.4.1. Procuring Entity right to divide quantity among more than one Bidder would
quantities be as per Rule 74 of RTPP Rules.
among more than For Rate Contract, Procuring Entity right to enter into rate contract with more
one than one Bidder as parallel rate contract would be as per Rule 29 (f) and Rule
Bidder at the time 65 (j) of RTPP Rules.
of award

Page 24 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


8.5. Signing of 8.5.1. As per Rule 70 (7) of RTPP Rules, in the written intimation of acceptance of
Contract its Bid sent to the successful Bidder, it shall also be asked to execute an
agreement in the format given in the Bidding Document on a non-judicial
stamp of requisite value at his cost and deposit the amount of Performance
Security or a Performance Security Declaration, as applicable, within a period
specified in the BDS or where the period is not specified in the BDS, then
within fifteen days as per Rules 76(2) and 76(4) of RTPP Rules from the date
on which the LOA or LOI is dispatched to the Bidder. Until a formal contract
is executed, LOA or LOI shall constitute a binding contract. While signing the
contract, bidder will also have to submit signed copy of Bid Document in
token of having accepted all the terms and condition of Bid Document. For
contract, Stamp Paper issued in the State of Rajasthan has to be used.
8.5.2. If the Bidder, whose Bid has been accepted, fails to sign a written
procurement contract, or fails to furnish the required Performance Security or
Performance Security Declaration within the specified time, the Procuring
Entity shall forfeit the Bid Security of the successful bidder/ execute the Bid
Securing Declaration and take required action against it as per the provisions
under Section 26(4) of RTPP Act and Rule 76(3) of RTPP Rules
8.6. Performance 8.6.1. 1. Performance Security amount or Performance Security Declaration shall be
Security dealt as per Rule 75 of RTPP Rules and Government of Rajasthan
Government latest Notification as specified in BDS. In case additional
quantity is ordered than the Supplier will have to submit additional
Performance Security.
2. Performance security shall be solicited from all successful bidders except
the-
i. Departments/Boards of the State Government or Central Government;
ii. Government Companies as defined in clause (45) of section 2 of the
Companies Act, 2013;
iii. Company owned or controlled, directly or indirectly, by the Central
Government, or by any State Government or Governments, or partly
by the Central Government and partly by one or more State
Governments which is subject to audit by the Auditor appointed by the
Comptroller and Auditor-General of India under sub-section (5) or (7)
of section 139 of the Companies Act, 2013; or
iv. Autonomous bodies, Registered Societies, Cooperative Societies
which are owned or controlled or managed by the State Government or
Central Government.
However, a performance security declaration shall be taken from them.
3. Performance Security for value and validity or Performance Securing
Declaration shall be dealt as per Rule 75 of RTPP Rule. The amount of
Performance Security shall be as specified in BDS of the contract amount.
As per Rule 75 of RTPP Rule “The amount of performance security shall
be five percent, or as may be specified in the bidding documents, of the
amount of supply order in case of procurement of goods and services and
ten percent of the amount of work order in case of procurement of works.
In case of s3mall-scale Industries of Rajasthan, it shall be one percent of
the amount of quantity ordered for supply of goods and in case of sick
industries, other than Small Scale Industries, whose cases are pending
before the Board of Industrial and Financial Reconstruction (BIFR), it shall
be two percent of the amount of supply order.” (As per GoR notification
Page 25 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


number GSR 398 dated 12.01.22 till 31.03.2023 the amount of
Performance Security would be:(a) 2.5%, or as may be specified in the
bidding documents, of the amount of supply order in case of procurement
of goods and services and 3% of the amount of work order, in case of
procurement of works; (b) 0.5% of the amount of quantity ordered for
supply of goods, in case of Small Scale Industries of Rajasthan; and (c) 1%
of the amount of supply order, in case of sick industries, other than Small
Scale Industries, whose cases are pending before the Board of Industrial
and Financial Reconstruction (BIFR);)
4. Performance security shall be furnished in any one of the following forms
(a) deposit through e-GRAS;
(b) Bank Draft or Banker’s Cheque of a scheduled bank;
(c) National Savings certificates and any other script/instrument under
National Savings Schemes for promotion of small savings issued by a
Post office in Rajasthan, if the same can be pledged under the relevant
rules. They shall be accepted at their surrender value at the time of the
bid and formally transferred in the name of procuring entity with the
approval of Head Post-Master.
(d) Bank Guarantees of a scheduled bank after it shall be verified from the
issuing bank. Other conditions regarding bank guarantee shall be the
same as mentioned in Rule 42 of RTPP Rule for bid security.
(e) Fixed Deposit Receipt (FDR) of scheduled bank. It shall be in the name
of procuring entity on account of bidder and discharged by the bidder
in advance. The Procuring entity shall ensure before accepting the
Fixed Deposit Receipt that the bidder furnishes an undertaking from
the bank to make payment/premature payment of the Fixed deposit
Receipt on demand to the procuring entity without requirement of
consent of the bidder concerned. In the event of forfeiture of the
performance security, the Fixed Deposit shall be forfeited along with
interest earned on such fixed Deposit. As per Rule 75 (4) of RTPP
Rules, the Performance Security furnished in the form other than
submitted through e-GRAS shall remain valid for a period of sixty
(60) days beyond the date of completion of all contractual obligations
of the bidder, including warranty obligations and maintenance and
defect liability period.
8.6.2. The currency of Performance Security shall be Indian Rupees, if otherwise
not specified in BDS.
8.6.3. As per Rule 76 (3) of RTPP Rules, failure of the successful Bidder to submit
the above-mentioned Performance Security or sign the Contract shall
constitute sufficient grounds for the annulment of the award and forfeiture of
the Bid Security. In that event the Procuring Entity may either cancel the
procurement process or if deemed appropriate, award the Contract at the rates
of the lowest Bidder, to the next lowest evaluated Bidder whose offer is
substantially responsive and is determined by the Procuring Entity to be
qualified to perform the Contract satisfactorily.
8.6.4. Forfeiture of Performance Security:
The amount of Performance Security may be forfeited in the following cases: -
1. Upon occurrence of Bidder default or fails to make complete supply
satisfactorily within the time specified the Procuring Entity may without
prejudice to its other rights and remedies, hereunder or in law, be entitled

Page 26 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub- Clause


to encash from the Performance security as damages for such Bidder
default; or
2. If the Bidder breaches any provision of the Code of Integrity prescribed for
Bidders in the RTPP Act and Chapter VI of Rules and this Bidding
Document.
3. If in the judgement of the Procuring Entity the bidder belonging to or with
beneficial ownership from countries sharing land border with India as per
Rule 13 of RTPP Rules and Government of Rajasthan Notification
No. F.2(1)FD/G&T-SPFC/2017 dated 01.01.2021, 15.01.2021 and
30.03.2021, for participation in any public procurement in the State, who
can only be allowed after prior registration with the Industries Department
of the Government of Rajasthan has not has not complied with the
requirement..
Notice of reasonable time will be given in case of forfeiture of
Performance Security. The decision of the Procuring Entity in this regard
shall be final.

9. Punishment
# Clause Sub- Clause
9.1. Punishments 9.1.1. If the Bidder during the supply of goods, interferes with the procurement process as
mentioned in Section 42 of RTPP Act, then following actions can be taken:
i. As per Section 42 of RTPP Act, the Bidder could be punished with fine which may
extend up to INR Fifty (50) Lakhs or ten percent of the assessed value of
procurement whichever is less besides forfeiture of
Performance Security; and/or ii. As per Section 46 of RTPP Act, the bidder may
be debarred from participating in any procurement process undertaken by the
procuring entity for a period not exceeding three (03) years.

10. Procurement Appeals

# Clause Sub- Clause


10.1 Procurement 10.1.1. Any appeal of a Bidder pertaining to the procurement process shall be by way of
Appeals filing an appeal to the First or Second Appellate Authority, as the case may be, as
specified in the BDS, in accordance with the provisions of Chapter III of RTPP
Act and Chapter VII of Rules and as given in Appendix A4.

11. Exclusive Jurisdiction

# Clause Sub- Clause


11.1 Jurisdiction of 11.1.1. The Courts of Rajasthan [Jaipur] as specified in BDS shall alone have
courts exclusive jurisdiction in respect of all claims and matters arising under the
consignment or for the Supply and Installation of goods.

Page 27 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section II: Bid Data Sheet

Page 28 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1. General
# Description
ITB 1.1.1 The number of the Notice Inviting Bids is 14/2023-24
Type of Bidding procedure is National Competitive Bidding
The Procuring Entity is Additional Chief Engineer (PPP), Nirman Bhawan, Jacob Rd, Kamala
Nehru Nagar, Ganpati Nagar, Jaipur, Rajasthan 302006
This procurement is for Percentage Rate Contract
The duration of the Contract would be 30 months.
The number and identification of packages (contracts)comprising this Bid is01.
ITB 1.3.1 Joint Venture is allowed
ITB 1.5.2 website is www.eproc.rajasthan.gov.in
ITB 1.6.1 For clarification purposes only, the time limit for submission of query is 3 number of days before the
deadline of submission of Bid.
ITB 1.6.4 A Pre-Bid conference will be held. the time and date will be: 14.07.2023 at 03:00 PM and other
details are:
Name: Mr. Avinash Sharma
Designation of the Procuring Entity: Additional Chief Engineer (PPP)
Complete Address with Floor and Room Number: Nirman Bhawan, Jacob Rd, Kamala Nehru Nagar,
Ganpati Nagar, Jaipur, Rajasthan 302006
City: Jaipur
PIN Code:302006
Telephone No.: 0141-2223547
Email address: aceppp.pwd@rajasthan.gov,in
ITB 1.6.5 The time limit for uploading of clarification on query of ITB 1.6.1 or pre-bid conference minutes of
ITB 1.6.4 is 3number of days before deadline for submission of Bid.
ITB 1.8.1 Bid Publishing Date- 10.07.2023
Document Download / Sale Start Date – 10.07.2023
Seek Clarification Start Date – 10.07.2023
Seek Clarification End Date – 13.07.2023
Pre-Bid Meeting Date – 14.07.2023
Bid submission start Date – 14.07.2023
Bid (Techno-commercial & Financial) Submission Closing Date and Time -20.07.2023 at 11:00 AM
Bid (Techno-commercial) opening Date and Time – 20.07.2023 at 11:00 AM

2. Preparation of Bids
# Description
ITB 2.1.2 The Price of Bidding Documents and processing fees are in Indian Rupees.
The language of the Bid is English.
ITB 2.2.1 The language of the translation of supporting documents and printed literature is

Page 29 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

English.
ITB 2.3.1 The bid comprises of 2number of Covers.
(i) First cover will consist of details of Techno-commercial Bids and will consist of Bidding
Forms: TECH 1 to TECH 16
(ii) Second cover will consist of Financial Bid
Supplier will also be responsible for following: The Applicant Should be empanelled with Indian
ITB 2.4.1
Highway Management Company Ltd. (IHMCL)
ITB 2.4.3 Named consignee location: Additional Chief Engineer (PPP) PWD Rajasthan, Jaipur
(a) v
ITB 2.4.3
Named port of destination/border point is - NA
(b) i
ITB 2.4.3
Named place of destination (or Project site) is: 20 toll Plazas at given locations in package 01.
(d)
ITB 2.4.8 Prices quoted by the Bidder shall be fixed.
In case of Subject to price variation following price, variation formulae will be applicable: NA
ITB 2.4.9 The Incoterms edition is: NA
For Goods offered from outside India, the Bidder shall quote prices as (EXW/ CIF/ CIP/ FOB
etc.):NA
ITB 2.5.2 The currency of International Bid, other than the Indian Rupees, shall be: ….. NA

ITB 2.8.4 Spares required for operation; is Ten Years following completion of installation.
ITB 2.8.7 Samples along with Bid are not required.
If yes, samples are required for following articles-
(a) Article 1- -NA
(b) Article 2- --NA
ITB 2.10.1 The bid validity period shall be 90 days from the deadline of submission of Bid.

3. Bid Security and Bid Securing Declaration

# Description
ITB 3.1.1 The Bidder shall furnish a bid security as per Sl. No 4 of ITBto 32.82 lakhs only for regular supplies
or amounting to INR 8.21 lakhs only for SSI or amounting to Rs INR 16.41 lakhs- only for Sick
Industries
ITB 3.1.4 Name: Mr. Avinash Sharma
Designation of the procuring entity: Additional Chief Engineer (PPP) PWD Rajasthan Jaipur
Complete Address with Floor and Room Number: Nirman Bhawan , Jacob Rd, Kamala Nehru
Nagar, Ganpati Nagar, Jaipur, Rajasthan 302006
City: Jaipur
PIN Code:302006
Telephone No.: 0141-2223547
Email address: aceppp.pwd@rajasthan.gov.in
ITB 3.1.6 For International bidding, the issuer of bank guarantee as a bid security may be an issuer
Indian/Abroad: NA
ITB 3.1.13 The period of bidder disqualification would be 1 years.

Page 30 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4. Format, Signing, Submission and Opening of Bids

# Description
ITB The Bid opening shall take place at:
4.6.1 Complete Address of Office with Floor/Room number: office of Additional Chief Engineer (PPP),
Nirman Bhawan, Jacob Rd, Kamala Nehru Nagar, Ganpati Nagar, Jaipur, Rajasthan 302006
City: Jaipur
Date: ---------
Time: 11:00

6. Evaluation of Techno-commercial Bids

# Description

ITB 6.4.2 Evaluation and comparison will not consider Techno-commercial scores. Only qualification is
adequate.

7. Opening and Evaluation of Financial Bids


# Description
ITB 7.4.1 The currency that shall be used for Bid evaluation and comparison purposes to convert at the
selling exchange rate all Bid prices expressed in various currencies into a single currency is
Indian Rupee.
The source of exchange rate shall be: NA
The date for the exchange rate shall be: NA
ITB 7.5.1 The adjustments shall be determined using the following criteria as detailed in Section III:
(d) (a) Deviation in Terms of Payment: No
(b) Deviation in Time for Completion: No
(c) The projected operating and maintenance costs during the life of the goods or equipment
No
(d) Performance or productivity of the supply NO
ITB 7.5.3 The weight to be given for cost [X] is: 100 %
ITB 7.6.1 Evaluation of Bid will be Lowest Evaluated Bid.
ITB 7.7.2 Performance Security can be enhanced to 5 % of the contract price
(b)
ITB 7.9.1 Procurement Preference shall not apply

8. Award of Contract

# Description
ITB 8.5.1 The period within which the contract agreement is to be executed and performance Security is
to be submitted is 10 days.
ITB 8.6.1 Amount of performance Security shall be 5 % of the value of contract
ITB 8.6.2 Currency for the Performance Security should be in Indian Rupees and Performance Security in
Foreign currency is not allowed.

Page 31 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

10. Grievance Handling Procedure During Procurement Process (APPEALS)

# Description
ITB 10.1.1 (a) The Designation and complete Address of First Appellate Authority
- Chief Engineer (PPP), PWD Rajasthan, Jaipur
(b) The Designation and complete Address of Second Appellate Authority
- Secretary PWD Rajasthan, Jaipur

11. Exclusive Jurisdiction

ITB 11.1.1 The Courts of Jaipur of Rajasthan shall alone have jurisdiction in respect of all claims and matters
arising under the consignment or for the supply of goods.

Page 32 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section III: Evaluation and Qualification Criteria

Page 33 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Evaluation Criteria
1. Lowest Priced Bid Method
Lowest Priced Bid Method is appropriate for purchase for supply and installation where Techno-
commercial/specification and scope of supply is well established and sufficient number of
suppliers are available who are able to supply the product without substantial deviation in Techno-
commercial requirement/scope of supply. The selection will be decided on the basis of price
comparison to select lowest priced most responsive bid. Clearcut, pass–fail qualification criteria
has to be defined and indicated in the Bidding Document to enable bidders to make an informed
decision whether to pursue a specific contract.
1.1 Qualification Criteria
To be considered for opening of their financial Bid, Bidder needs to submit documents given
below:
The documents are divided into two (02) categories –
1.1.1 The documents are listed in Para 1.2. If Bidder fails to submit these documents, then further
examination of Bids shall not be done, and the Bid will be rejected.
1.1.2 After Bidder has submitted documents as required for Preliminary Examination, Bid will
be examined for Techno-commercial Qualification based on the documents submission as
listed in Para 1.3 and if required as listed in Para 1.4.
1.2 Preliminary Examination of Bids
i. Bidder must submit Letter of Bid as per Bidding Form (Tech Form 1).
ii. Bid is accompanied by proof of payment for Bid Document price and Processing Fees as
specified in ITB 2.1.2. (Original copy should be submitted prior to techno-commercial
submission date).
iii. Bid is accompanied by bid security (Form TECH 3) and if submitted via e-GRAS, cash, bank
demand draft, banker's cheque, of a scheduled bank. (Original copy should be submitted prior
to techno-commercial bid submission date).
1.3 Essential Documents for Techno-commercial Examination
a)Declaration by the Bidder under Section 7 (Qualification of Bidder), Section 11 (Code of
Integrity) of RTPP Act and under Section 46 (Debarment from Bidding). (Tech 5 Declaration
by Bidder)
b)(i) Proof of registration of Indian bidder, by submission of any of the following but not limited
to-
Type of Company/Firm Certificate
Any company, registered/ incorporated under Valid certificate of incorporation
‘Companies Act, 1956/2013’.
Partnership firm registered under “The Indian Partnership registration certificate issued by
Partnership Act,1932”. Registrar of Firms or duly
notarized/Registered Deed of Partnership
A limited liability partnership (under the Limited Copy of Certification of Incorporation
Liability Partnership Act, 2008)

Page 34 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Trust Deed registered under The Indian Trusts Act, Certified copy of the trust deed
1882
(ii) If the Bid submitted by a JV, JV shall include a copy of the Joint Venture Agreement
entered into by all members. Alternatively, a letter of intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed by all members and submitted
with the Bid, together with a copy of the proposed Agreement.
c) Bidder to submit copy of valid PAN card for Indian Bidder only.
d)Bidder to submit copy of GST certificate along with latest quarterly return so that it can be
verified that there is no overdue tax to be deposited to the Government.
e)Bidder Should be empanelled with Indian Highway Management Company Ltd. (IHMCL) and
submit documentary evidence for the same.
f) The Bidder should have TMS Software audit Certificate from STQC/CERT-in empanelled
vendors during the past 1 years as per clause 3.2 (PQ-8) of
HMCL/ETC/Empanelment/2021/01 released on 28.10.2021 from the date of NIT.
g)The Bidder should have a valid certificate of any TWO of the following
a. CMMi Level 3 or above
b. ISO 20000 for IT Service Management
c. ISO 27001:2013 for Information Security Management System
h)Bidder has submitted documents/literature/data to demonstrate that the offered product meets the
Techno commercial Requirement as per Specification & Standards mentioned in Section V -
Schedule of Supply.
i) Bidder has to submit copy of written Power of Attorney in favour of the signatory of the Bid
authorizing him/her to commit the Bidder, if applicable (TECH2 Power of Attorney).
j) If the Bidder is not a manufacturer, then Bidder should submit authorization from the
Manufacturer as per format given in TECH7 Manufacturer Authorization. In case there are
the more than one item than authorisation will have to be submitted for each item. If the
Bidder is a manufacturer, then the bidder should submit the following:
i. Copy of valid manufacturing license issued by a competent authority
ii. Product permission with reference to the subject matter of procurement
k) Copy of MSME (Udyog Aadhaar, Udyam registration, Entrepreneurs Memorandum-II/ Udyam
Registration Certificate etc.) Certification if any required.
1.4 Price Comparison
The Procuring Entity will compare the price bids, pursuant to ITB Clause 7.6 Comparison of Bids
to select lowest Evaluated Bid
2. Qualification Criteria
2.1 Qualification Criteria
To be considered for opening of their financial Bid, Bidder needs to submit documents given
below. The documents are divided into two (02) categories –
2.1.1 The documents are listed in Para 2.2. If Bidder fails to submit these documents, then
further examination of Bids shall not be done, and the Bid will be rejected.
Page 35 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2.1.2 After Bidder has submitted documents as required for Preliminary Examination, Bid will
be examined for Techno-commercial Qualification based on the documents submission
as listed in Para 2.3. and if required as listed in Para 2.4.
2.2 Preliminary Examination of Bids
i. Bidder must submit Letter of Bid as per Bidding Form (Form TECH 1)
ii. Bid is accompanied by proof of payment for Bid Document price and Processing Fees as
specified in ITB 2.1.2.
iii. Bid is accompanied by bid security (Form TECH 3) and if submitted via e-GRAS, cash,
bank demand draft, banker's cheque, of a scheduled bank. (Original copy should be
submitted prior to techno commercial bid submission date).
iv. For obtaining benefit of lower value of Bid security like for MSME/ SSI or Sick Industries,
Bidder(s) to submit relevant document, which will be examined before opening of technical
bid (Verification from documents to be submitted by the bidder).
2.3 Essential Documents for Techno-commercial Examination
a)Declaration by the Bidder under Section 7 (Qualification of Bidder), Section 11 (Code of
Integrity) of RTPP Act and under Section 46 (Debarment from Bidding). (Tech 5
Declaration by Bidder)
b)(i) Proof of registration of Indian bidder, by submission of any of the following-
Type of Company/Firm Certificate
Any company, registered/ incorporated under Valid certificate of incorporation
‘Companies Act, 2013’ or other applicable Laws of
India
Proprietorship firm registration under the Shop and Shop Establishment certificate
Commercial establishment Act, 1958
Type of Company/Firm Certificate
Partnership firm registered under “The Indian Partnership registration certificate issued by
Partnership Act,1932”. Registrar of Firms or duly
notarized/Registered Deed of Partnership
A limited liability partnership (under the Limited Copy of Certification of Incorporation
Liability Partnership Act, 2008)
Society registered under Societies Registration Act, Society registration certificate
1860/ Rajasthan Society Registration Act, 1958
Trust registered under The Indian Trusts Act, 1882 Certified copy of the trust deed
(ii) If the Bid submitted by a JV, JV shall include a copy of the Joint Venture Agreement
entered into by all members. Alternatively, a letter of intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed by all members and
submitted with the Bid, together with a copy of the proposed Agreement.
c) Bidder to submit copy of valid PAN card for Indian Bidder only.
d) Bidder to submit copy of GST certificate along with latest quarterly return so that it can be
verified that there is no overdue tax to be deposited to the Government.

Page 36 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

e) Bidder has submitted documents/literature/data to demonstrate that the offered product meets the
Techno commercial Requirement as per Specification & Standards mentioned in Section V -
Schedule of Supply
f) Bidder has submitted copy of written Power of Attorney in favour of the signatory of the Bid
authorizing him/her to commit the Bidder, if applicable (TECH2 Power of Attorney)
g) In case sample is also submitted then Sample will also be examined whether it conforms to the
requirements specified in Specification & Standards in ITB 2.8.7, prior to opening of Financial
Bids.
h) If the Bidder is not a manufacturer, then Bidder should submit authorization from the
Manufacturer as per format given in TECH form 7. In case there are the more than one item
than authorisation will have to be submitted for each item. If the Bidder is a manufacturer, then
the bidder should submit the following:
i) Copy of valid manufacturing license issued by a competent authority
ii) Product permission with reference to the subject matter of procurement
i) Copy of MSME (Udyog Aadhaar, Udyam registration, Entrepreneurs Memorandum-II/ Udyam
Registration Certificate etc.) certification if required.
2.4 Additional Techno-commercial Evaluation
Besides, Preliminary Examination mentioned in clause 2.2 and Techno-commercial Examination
mentioned in 2.3 following additional documents/declaration needs to be submitted:
2.4.2 Contractual Experience and Techno-commercial Capacity
2.4.2.1 Contractual Experience:
The applicant should be involved in the Design, Engineering, Supply, Installation, System
Integration, Testing, Commissioning, and Maintenance of ETC Toll Management System
for at least the last 5 years (prior to the date of bid submission). Copy of relevant and valid
Completion Certificate and LOA/Contract during 5 years before the date of bid submission
should be submitted in the technical bid.
The applicant should have successfully completed during last 5 years three
worksofsupply,installation,commission&maintenanceofTollManagement System for
Electronic Toll Collection (ETC)Lanes with RFID transceivers at National Highways of
India costing not less than amount to 40 % of cost of Estimated cost put to this Tender
Or Two Works of Similar Nature each costing not less than amount equal to 60% of cost of
Estimated cost put to this Tender
Or one work costing not less than 80 % of cost of Estimated cost put to this Tender.
The Bidder has to submit certificate from Clients of National Highways with Month Wise,
Plaza wise Average AVC & ETC reading Accuracy & Count for last 6months for minimum
20 lanes and which should be minimum98%.
The Sole Bidder/Applicant should have successfully implemented HQMS (Head Quarter
Monitoring System / Dashboard)/Centralized Monitoring Software for accessing Toll
Data/MIS remotely via VPN/Internet Port. The Applicant should submit the relevant
completion certificate in this regard.
The Sole Bidder /Applicant must have fully integrated and automated MS WIM (for all
Page 37 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

major and NHAI approved WIM OEM, both Load Cell & Vending Plate) in their TMS
Software.
The Bidder/Applicant must have successfully implemented Pre-integrated MS WIM as
above in at least 5 Toll plazas having min 6Lanesat each Toll plazas.
The applicant must submit completion certificate in this regard.
The Sole Bidder /Applicant should have executed and successfully implemented ETC /
TMS at minimum 5 toll plazas having min 10
lanesateachtollplazameetingthecriteriaandspecificationofSupplementaryAgreement/ICD2.5.
The Bidder must submit completion certificate of projects.

2.4.3 Financial Performance


2.4.3.1 Audited Financial Statement: Submission of audited financial statements or, if not
required by the law of the Bidder’s country, other financial statements acceptable to
the Procuring Entity, for the last 5 years to demonstrate the current soundness of the
Bidder’s financial position. As a minimum, the Bidder’s net worth for the last year
calculated as the difference between total assets and total liabilities should be
positive. (TECH13)

2.4.3.2 Size of Operation (Average Annual Turnover): Minimum average annual turnover
of Rs 16.41 Cr + GST calculated as total payments received by the Bidder for
contracts completed or under execution over the last 5 years. (TECH14), The last
financial year being taken as financial year ended on 31st March 2022.
The present price level for turnover and cost of completed work of similar nature,
the previous years value shall be given weight age of 10% per year.
(a) for last year (2021-22). – 1.0
(b) for One year before (2020-21). – 1.10
(c) for Two year before (2019-20). – 1.21
(d) for Three year before (2018-19). – 1.33
(e) for Four year before (2017-18). – 1.46
For this criterion, Turn-over of only the bidding entity will be considered. Turnover
of any parent, subsidiary, associated or other related entity will not be considered
2.4.3.3 Procuring Entity reserves the right to inspect the manufacturing premises for
available capacity, infrastructure, machinery, manpower etc
2.4.3.4 Bid Capacity
Bid Capacity Bidders who meet the minimum qualification criteria will be
qualified only if their acceptable bid capacity is more than the total
bid value. The available bid capacity will be calculated as under:
Assessed available bid capacity = (A* N * 2 - B) where
A = Maximum value of civil engineering works executed in any one
year during the last five years (updated to present price level)
taking into account the completed as well as works in progress.
Page 38 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

However, the bidder may opt. the current year in the f ive years
assessment period.
N = Number of years prescribed for completion of the works for
which bids are invited.
B = Value, at present price level, of existing commitments and
ongoing works to be completed during the next years (period
or completion of works for which bids are invited).

2.4.4 Contract Information


2.4.4.1 Contract in Hand: Contract in hand as on 1stApril 2023 to be provided in format
given in TECH 15.
2.5 Techno-commercial Evaluation Criteria
If, in addition to the cost factors, the Procuring Entity has chosen to give weight to important
Techno-commercial factors ITB 6.4.2 [Evaluation of Techno-commercial Bids] (i.e., the price
weight, X, is less than 1 in the evaluation), the total Techno-commercial score assigned to each Bid
in the Evaluated Bid Formula will be determined by adding and weighting the scores assigned by
an evaluation committee to Techno-commercial features of the bid, in accordance with the criteria
set forth below.
(i)The Techno-commercial features to be evaluated are generally Performance, capacity, or
functionality features that either exceed levels specified as mandatory in Section V (Schedule
of Supply), and/or influence the life cycle cost and effectiveness of the Supplies.
(ii) The quality of the Bidder’s proposed arrangements for management and coordination,
training, quality assurance, Techno-commercial support, logistics, problem resolution, and
transfer of knowledge, and other such activities as specified by the Procuring Entity in
Section V (Schedule of Supply).
(iii) Any sustainable procurement requirement (For example: 5-star rating in Air Conditioners
etc.) if specified in Section V (Schedule of Supply).
(a) The Techno-commercial/functional features that reflects how well these features meet or
exceeds the general Techno-commercial/functional performance standards of the Supply
and Installation. Each feature is also given a weight. Each Techno-commercial/functional
feature score and its weight will be specifically identified in the BDS.
2.6 Price Comparison
The Procuring Entity will compare the price bids, pursuant to ITB Clause 7.6 Comparison of
Bids to select lowest Evaluated Bid to select the most advantageous bid.
Discounts of any kind shall not be considered for proposal evaluation.

Page 39 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section IV: Bidding Forms

Page 40 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Checklist for Techno-commercial and Financial Bid


[With reference to Section III]
The Bid must necessarily contain scanned copies of all the filled-up forms of Bid along with attested
copies of the relevant referred documents as proof:
Whether Remarks,
Sl. Form Page
Activity submitted, if any
No. Number number
Yes / No
Checklist for Techno-commercial Bid
Letter of Techno-commercial Bid, as per Bidding
1 -
Forms
(a) Letter of Techno-commercial Bid duly digitally signed TECH-1
Written Power of Attorney in favour of the signatory of
the Bid authorizing him/her to commit the Bidder, if
applicable. or
(b) Alternative- An organizational document, board TECH-2
resolution or its equivalent specifying the
representative’s authority to sign the Bid is also
acceptable and should be uploaded along with the Bid.
2 Proof of Payment of cost of Bid Document and Bid Processing Fee
Cost of Bidding Document and Processing Fee
submitted through single challan on e-GRAS.
3 Bid Security or Bid Securing Declaration
Bid Security for required amount submitted through e-
(a) -
GRAS; or
Bid Security submitted through manual mode in the
(b) TECH-3
form of Bank Guarantee as per format in Bidding
document; or

Bid Securing Declaration Submitted as per Section IV


(c) TECH-4 Not Applicable
(Bidding Forms) if applicable; or
Validity Date of Bid Security or Bid Securing TECH-3
(d) Declaration (Valid up to 30 days beyond the bids & TECH-
validity as specified in ITB clause 2.10.1); or 4
-
(e) Amendment in Bid Security (if any); or
Contact details of the issuing bank for the purpose of
(f) -
verifying the authenticity of the bid security; or
Declaration by the Bidder under Section 7
(Qualification of Bidder), Section 11 (Code of
4 Integrity) of the RTPP Act and under Section 46 TECH-5
(Debarment from Bidding). If debarred than details
provided.
5 Profile of Bidder’s Organization

Page 41 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Whether Remarks,
Sl. Form Page
Activity submitted, if any
No. Number number
Yes / No
Documents defining the constitution or legal status,
place of registration, and principal place of business;
Any company, registered/incorporated under
(a) ‘Companies Act, 1956/2013’ (to submit valid -
certificate of incorporation)
Bidder may be a proprietorship firm – Shop
(b) -
Establishment Certificate
Partnership firm (to submit Partnership registration
(c) certificate issued by Registrar of Firms or duly -
notarized/Registered Deed of Partnership)
A limited liability partnership (under the Limited
(d) Liability Partnership Act, 2008) in India, to submit -
copy of Certification of Incorporation)
Any Society registered under Societies Registration
Act, 1860; or Trust registered under The Indian Trusts
(e) -
Act, 1882 (Society registration certificate or trust deed
issued by the office of the Registrar of Cooperatives)
(f) Copy of valid PAN card -
Copy of GST certificate along with latest quarterly
(g)
return
Copy of empanelment with Indian Highway
(h)
Management Company Ltd. (IHMCL)
TMS Software audit Certificate
valid certificate of any TWO of the following:
(i)
a. CMMi Level 3 or above
b. ISO 20000 for IT Service Management
c. ISO 27001:2013 for Information Security
Management System
Documents/literature/data to demonstrate that the
(j) offered product meets the Technical Requirement as
per Specification & Standards
In case sample is required to be submitted, whether
(k)
samples submitted or not
Copy of MSME (Udyog Adhaar, Entrepreneurs
Memorandum-II/Udyam registration, Any other
(l)
registration etc.) certification [Applicable / Not
Applicable]
Any other certificate(s) required to be submitted. (For
example, International Organisation for Standards,
(m) Environment Management, Bureau of Indian Standard,
Central Drugs Standard Control Organisation, Indian
Pharmacopoeia etc.)
If permitted and if the Bid is submitted by a joint
6
venture firm, then following is required
(i) Letter of intent or a copy of an existing legally valid TECH-9
Page 42 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Whether Remarks,
Sl. Form Page
Activity submitted, if any
No. Number number
Yes / No
joint venture agreement complying with the provisions
of Annexure General Provisions of Joint Venture and
Provisions Required to be Included in the
Memorandum of Understanding /Joint Venture
Agreement
Power of Attorney for the authorized representative of
(ii) -
each JV member; and
Power of attorney for the representative of the lead
(iii) -
member to represent all JV members are required
Country of Origin Declaration is submitted as the form
included in Section IV- Bidding Forms declaring that
7 country of origin is either India or a country which has TECH-6 Not Applicable
not been declared ineligible by Govt of India and
Declaration for Land Border Countries
8 Manufacturer’s Authorization
Manufacturer’s Authorisation in case Bid is submitted
by a dealer as per Form given in Section IV: Bidding TECH-7
Forms if applicable
9 Bidder’s Information Sheet TECH-8
10 Contractual Experience TECH-10
11 Techno-commercial Experience TECH-11
12 Production Capacity TECH-12
13 Historical Financial Performance TECH-13
14 Size of Operation TECH-14
15 Pending Contract Information TECH-15
Any other documents specified in Section IV
17 TECH-16
(Bidding Forms)
A
B
Any other documents submitted by the
18
Bidder to strengthen the Bid
a
b
Checklist for Financial Bid
1 Letter of Financial Bid FIN-1
2 Financial Bid Schedules
a Price Schedule for Supply to be Supplied from within Schedule -
India 1
Price Schedule for Supply to be Supplied from outside Schedule -
b
of India (Optional) 2
Schedule -
c Price Schedule for Design Services (Optional)
3
d Price Schedule for the Installation Services to be Schedule -

Page 43 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Whether Remarks,
Sl. Form Page
Activity submitted, if any
No. Number number
Yes / No
offered from within and Outside of India 4
Schedule -
e Price Schedule for Recurrent Costs (Optional)
5
Grand Summary (Schedule Nos. Schedule-1 to Schedule -
f Schedule-5) 6
Schedule -
g Form for spare part list
7

Page 44 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Part A: Techno-commercial Forms


Form TECH-1 Letter of Techno-commercial Bid
(To be executed on company/firm letter head)

[NOTE: The Bidder must accomplish the letter of Techno-commercial Bid on its Letterhead clearly
showing the Bidder’s Complete name and address]

Date: _________________________
NCB/ICB No.: ______________________________
Alternative No. if permitted: ____________________
To: [insert complete name of the Purchaser]
I/We, the undersigned, declare that:
(a) I/ We have examined and have no reservations to the Bidding Document, including the Addenda
issued in accordance with Instructions to Bidders Clause 1.5.1 [Sections of bidding document]
and I/we will abide by all the terms and conditions mentioned in the bid document.
(b) I/We have examined and have no reservations to the Bidding Document, including the Addenda
issued in accordance with Instructions to Bidders ITB 1.7 [Changes to Bidding Document].
(c) I/ We have submitted bid document cost of INR ……, processing fees/ user fees INR ……. and
bid security amount INR ……. If I/ We have availed benefit of concessional bid security amount,
then I/ We have submitted the relevant document along with my bid which is digitally signed.
(d) I/We offer to supply in conformity with the Bidding Document and in accordance with the delivery
schedule specified in Section V (Schedule of Supply), the following Supply and Installations:
[insert a brief description of the Supply and Installations].
(e) Our Bid consisting of the Techno-commercial Bid and the Price Bid shall be valid for a period of
[insert validity period as specified in ITB 2.10 [Period of Validity of Bids] of the BDS days
from the date fixed for the bid submission deadline in accordance with the Bidding Document, and
it shall remain binding upon us and may be accepted at any time before the expiration of that
period.
(f) Our Techno-commercial Bid is in conformity with all the Requirement(s) as per Section V
Schedule of Supply/ Our Techno-commercial Bid is not in conformity with all the Requirement(s)
as per Section V Schedule of Supply and we are attaching a separate letter detailing the deviations
from the requirement given in Section V Schedule of Supply [select one]
(g) I/We undertake, if our bid is accepted, to commence work on the Supply and Installation and to
achieve installation and acceptance within the respective times stated in the Bidding Documents.
(h) Our firm, including joint venture partners, fulfil all the eligibility criteria (Nationality, Submission
of only one Bid, Debarment and Conflict of Interest) mentioned in ITB 1.3 [Eligible Bidder] and
1.4 [Eligible Supply and Installation Services].

Page 45 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

(i) If our Bid is accepted, I/we commit to obtain a Performance Security in the amount of__________
percent of the Contract Price or shall submit the Performance Security Declaration for the due
performance of the Contract. In case additional quantity is to be supplied than I agree to submit
additional performance security.
(j) I/We hereby certify that we have fulfilled our obligations to pay all such taxes as payable to the
Central Government or the State Government or any local authority as may be specified in the
Bidding Document.
(k) I/We agree to permit procuring entity or its representative to inspect our accounts and records and
other documents relating to the bid submission.
(l) I/We understand that any misrepresentation that knowingly or recklessly misleads, or attempts to
mislead may lead to the automatic rejection of the Bid or cancellation of the contract, if awarded,
(m) I/We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed.
(n) I/ We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive as per Rule 72 of RTPP Rules.

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 46 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-2 Power of Attorney for signing of Bid


(To be executed on a non-judicial stamp paper duly notarised)

Know all men by these presents, We…………………………………………….. [name of the firm and
Address of the registered office] do hereby irrevocably constitute, nominate, appoint and authorise
Mr./Ms. [name], …………………… son/daughter/wife of ……………………………… and presently
residing at …………………., who is presently employed with us and holding the position of
……………………………. , as our true and lawful attorney (hereinafter referred to as the “Attorney”)
to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in
connection with or incidental to submission of our Bid for qualification and submission of our Bid for
the Supply of “__________________________________________” required by [Name of the
Procuring Authority] (the “Authority”) including but not limited to signing and submission of all bids,
Bids and other documents and writings, participate in Pre-bids and other conferences and providing
information/responses to the Authority, representing us in all matters before the Authority, signing and
execution of contracts consequent to acceptance of our bid, and generally dealing with the Authority in
all matters in connection with or relating to or arising out of our Bid for the said Contract.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by
this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the
powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, …………………………., THE ABOVE-NAMED PRINCIPAL


HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 20…..

For …………………………..
[Signature, name, designation and Address]
Witnesses:
1.
(Notarised)

2.
Accepted
……………………………
(Signature)

[Name, Title and Address of the Attorney]

Page 47 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-3 Bid Security


Bank Guarantee Unconditional
(To be executed on a non-judicial stamp paper)

Form of Bid Security


(To be issued by a Scheduled Bank in India or other Issuer acceptable to the Procuring Entity)

[insert Bank’s Name, and Address of Issuing Branch or Office]


Beneficiary: [insert name and address of the Purchaser]
Date: [insert date]
Bid Security No.: [insert number]

We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") has submitted
to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of [insert name of
contract] under Notice Inviting Bids No. [insert NIB number] (“the NIB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of ----------- [insert amount in figures] [insert amount in
words] upon receipt by us of your first demand in writing accompanied by a written statement stating
that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) Has withdrawn or modified its Bid after deadline for submission of bids, during the period of bid
validity specified by you in the Bid Data Sheet (hereinafter “the BDS”); or
(b) Having been notified during the period of bid validity specified in the BDS, about the acceptance of
its Bid by you,
(i) Failed or refused to execute the Contract Agreement within the time period specified in the BDS,
or
(ii) Failed or refused to furnish the performance security, in accordance with the Instructions to
Bidders (hereinafter “the ITB”) within the time period specified in the BDS, or
(c) Has breached a provision of the Code of Integrity specified in the RTPP Act, RTPP Rules and the
ITB.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the
contract signed by the Bidder and the performance security issued to you upon the instruction of the
Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of
your notification to the Bidder of the name of the successful Bidder; or (ii) thirty days after the
expiration of the validity of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or
before that date.

Signed: ____________________________________________________
[insert signature of person whose name and capacity are shown]
Name: _____________________________________________________

Page 48 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

[insert complete name of person signing the Bid Security]


In the capacity of: ___________________________________________
[insert legal capacity of person signing the Bid Security]
Duly authorized to sign the Bid Security for and on behalf of
[insert name of the Bank]
Dated on day of ,
[insert date of signing]
Bank’s Seal
__________________________________________________ [affix seal
of the Bank]

[Note: In case of a Joint Venture, the Bid-Security must be in the name of all partners to the Joint
Venture that submits the bid.]

Page 49 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-4 Bid-Securing Declaration Form of Bid Securing Declaration


(To be executed on a non-judicial stamp paper)
Date: [insert date (as day, month and year)]
Bid No.: [insert number of bidding process]
Alternative No, if permitted: [insert identification No if this is a Bid for an
alternative] To: [insert complete name and address of Procuring Entity]
We, the undersigned, declare that that we are a (Strike out which is not applicable. Please enclose an
authentic certificate issued by the Administrative Department of respective government under which the
bidder entity is constituted.):
(i) Departments/Boards of the State Government or Central Government; or
(ii) Government Companies as defined in clause (45) of section 2 of the Companies Act, 2013; or
(iii) Company owned or controlled, directly or indirectly, by the Central Government, or by any State
Government or Governments, or partly by the Central Government and partly by one or more State
Governments which is subject to audit by the Auditor appointed by the Comptroller and Auditor-
General of India under sub-section (5) or (7) of section 139 of the Companies Act, 2013; or
(iv) Autonomous bodies, Registered Societies, Cooperative Societies which are owned or controlled or
managed by the State Government or Central Government.
We understand that we are eligible for submission of a Bid Securing Declaration In lieu of Bid Security
under Rule 42 (3) of RTPP Rules, 2013:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any contract with
you, [insert designation of the Procuring Entity], for the period of time of [insert number of months or
years, as required by the Procuring Entity] starting on [insert date], if we are in breach of our
obligation(s) under the bid conditions, more specifically, if we:
(a) withdraw or modify our Bid after deadline for submission of bids, during the period of bid validity
specified in the Bid Data Sheet (hereinafter “the BDS”); or
(b) having been notified during the period of bid validity specified in the BDS, about the acceptance of
our Bid by you,
(i) fail or refuse to execute the Contract Agreement within the time period specified in the BDS,
(ii) failor refuse to furnish the performance security, in accordance with the Instructions to Bidders
(hereinafter “the ITB”) within the time period specified in the BDS, or
(c) Breach a provision of the Code of Integrity specified in the RTPP Act, RTPP Rules and the ITB.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the
earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) thirty days
after the expiration of our Bid.

Signed: ____________________________________________________
[insert signature of person whose name and capacity are shown]

Page 50 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Name: _____________________________________________________
[insert complete name of person signing the Bid-Securing Declaration]
In the capacity of: ___________________________________________
[insert legal capacity of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of: __________________
[insert complete name and address of the Bidder]
Dated on day of ,
[insert date of signing]
Corporate Seal _______________________________
[affix corporate seal of the bidder]

[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to
the Joint Venture that submits the bid.]

Page 51 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-5 Form of Declaration by the Bidder


(To be executed on a non-judicial stamp paper duly notarized)

In relation to our Bid submitted to ……………………….[enter designation and address of the


procuring entity] for procurement of ………………………… [insert name of the Goods] in response
to their Notice Inviting Bids No…………… Dated …………. we hereby declare under Section 7 and 11
of the Rajasthan Transparency in Public Procurement Act that:
1. I/We are eligible and possess the necessary professional, Techno-commercial, financial and
managerial resources and competence required by the Bidding Document issued by the Procuring
Entity.
2. I/We have fulfilled our obligation to pay such of the taxes payable to the Central Government or the
State Government or any local authority, as specified in the Bidding Document.
3. We are not insolvent, in receivership, bankrupt or being wound up, not have our affairs
administered by a court or a judicial officer, not have our business activities suspended and are not
the subject of legal proceedings for any of the foregoing reasons.
4. I/We and our directors and officers have not been convicted of any criminal offence related to their
professional conduct or the making of false statements or misrepresentations as to their
qualifications to enter into a procurement contract within a period of three years preceding the
commencement of the procurement process, or not have been otherwise disqualified pursuant to
debarment proceedings.
5. I/We have not been/have been debarred under Section 46 of RTPP Act. In case the Bidder is
debarred by any other Procuring Entity of State/Central Government or any other country then
following details to be provided for each Procuring Entity:
(i) Name of Entity State/Centre or any other country:
(ii) Period of debarment [start and end date]:
(iii) Reason for the debarment:
6. I/We do not have a conflict of interest as specified in the Rajasthan Transparency in Public
Procurement Act, the Rajasthan Transparency in Public Procurement Rules and this Bidding
Document, which materially affects fair competition.
(i) A Bidder may be considered to be in Conflict of Interest with one or more parties in a bidding
process if, including but not limited to:
a. have controlling partners/ shareholders in common; or
b. receive or have received any direct or indirect subsidy from any of them; or
c. have the same legal representative for purposes of the Bid; or
d. have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of another
Bidder, or influence the decisions of the Procuring Entity regarding the bidding process;
or
e. the Bidder participates in more than one Bid in a bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which the
Bidder is involved. or
Page 52 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

f. the Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the Goods, Works or Services that are the subject of
the Bid;
7. I/We have complied and shall continue to comply with the Code of Integrity as specified in the
Rajasthan Transparency in Public Procurement Act, the Rajasthan Transparency in Public
Procurement Rules and
This Bidding Document, till completion of all our obligations under the Contract. This means that
any person participating in a procurement process shall –
a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange
for an unfair advantage in procurement process or to otherwise influence the procurement
process;
b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other
benefit or avoid an obligation;
c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
d) not misuse any information shared between the procuring Entity and the Bidders with an intent
to gain unfair advantage in the procurement process;
e) not indulge in any coercion including impairing or harming or threatening to do the same,
directly or indirectly, to any party or to its property to influence the procurement process;
f) not obstruct any investigation or audit of a procurement process;
g) disclose conflict of interest, if any; and
h) disclose any previous transgressions with any Entity in India or any other country during the last
three years or any debarment by any other procuring entity.

Date: Signature of Bidder Place:


Name:
Designation:
Address:

Page 53 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-6 Land Border Country Declaration


(To be executed on company/firm letter head)
Name of Bidder _____________________ NCB/ICB Number ______________ Page ___ of ___
Item Description of Supply, Related Services, Installation Services etc. Country of Origin

I/We have read the Rule 13 of RTPP Rules and Government of Rajasthan Notification No.
F.2(1)/FD/G&TSPFC/2017 dated 01.01.2021, 15.01.2021 and 30.03.2021 regarding Provisions for
Procurement from a Bidder which shares a land border with India, we certify that, bidder
M/s____________ (Name of Bidder) is
(i) not from such a country
or
(ii) if from such a country or supply of finished goods from such a country has been registered with
the Competent Authority as specified in Rule 13 and Government of Rajasthan Notification No.
F.2(1)FD/G&T-SPFC/2017 dated 01.01.2021, 15.01.2021 and 30.03.2021 of RTPP Rules.
(Evidence of valid registration by the Competent Authority shall be attached).

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 54 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-7 Manufacturer’s Authorization


(To be executed on company/firm letter head)
Date: [insert date]
NCB/ICB No.: ______[insert number]________
Alternative No., if applicable: _______________
To: [insert complete name and address of Procuring Entity]

WHEREAS
We, who are official manufacturers of ________________ having factories at ____________ do hereby
authorize _____________ to submit a Bid in relation to the Invitation for Bids indicated above, the
purpose of which is to provide the following Goods, manufactured by us and to subsequently negotiate
and sign the Contract:
__________________________________________________________________

We hereby extend our full guarantee / warranty in accordance with Clause 7.4 [Functional Guarantee] of
the General Conditions of Contract, with respect to the Goods offered by the above firm in reply to this
Invitation for Bids.

Name: [insert complete name of person signing the bid]


In the capacity of: [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown]
Duly authorized to sign the Authorization for and on behalf of (Manufacturer): [insert complete name of
the bidder] Manufacturer’ seal: [Affix Seal]

Tel: _______________ Fax: ___________________ e-mail: ____________________

Page 55 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH 8- Bidder’s Information Sheet


(To be executed on company/firm letter head)
Bidder’s Information

Bidder’s legal name

In case of a Joint Venture, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative


(Name, address, telephone number(s), fax number(s) and e-mail address)

Attached are copies of the following documents whenever applicable:


 Documents defining the constitution or legal status, place of registration, and principal place of business
 Registrar of Companies along with Memorandum of Association (MOA)) be submitted. or in case of another
statutory or registered body, certificate of incorporation or registration issued by concerned authority. Power
of attorney in favour of the person signing the Bid.
 In case of a partnership firm, Partnership Deed and valid Registration Certificate issued by Registrar of
Firms along with Power of Attorney in favour of one partner duly signed by all the partners of the firm
authorizing him to represent all partners of the firm in case of Sole Proprietorship, Registration Certificate
and complete residential and office address for communication, telephone numbers, emails, etc
 Self-attested copy of Income Tax Registration Certificate / Permanent Account Number (PAN) Card issued
by Income-Tax Department.
 Self-attested copy of Goods and Services Tax (GSTIN) registration certificate along with copy of last GSTIN
return filed and declaration of no default.
 Valid Registration Certificate issued by District Industries & Commerce Centre (DI&CC), Govt. of
Rajasthan, or National Small Industries Corporation (NSIC), New Delhi etc. in case bidder seeks to avail
benefit of submission of reduced bid security (ITB 3.1.3) and/or purchase preferences (ITB 7.9) for the
goods required under Section V.
 In case of a single entity, articles of incorporation or constitution of the legal entity named above

Page 56 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-9 Proforma for Joint Venture Agreement


(To be executed on a non-judicial stamp paper)

PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ..................... ……………………….


AND
………………………………FOR BID No. ………………………… OF ……………………………….

This joint venture agreement executed on this ………………… day of ………………………. two
thousand ………………. between M/s ……………. a company incorporated under the laws of
………………….and having its registered office at ………………… (hereinafter called the “lead
Partner” which expression shall include its successors, executors and permitted assigns), M/s
………………………. a company incorporated under the laws of ……………………and having its
registered office at ………………… (hereinafter called the “Partner” which expression shall include its
successors, executors and permitted assigns) and M/s …………………. a company incorporated under
the laws of …………………………………. and having its registered office at
………………………… (hereinafter called the “Partner” which expression shall include its successors,
executors and permitted assigns) for the purpose of making a bid and entering a contract (in case of
award) against the Bid
No. …………………. for ………………………………………………………………… [Brief
Description of Supply and (or) Installation/related services] with …………………………………….
[Procuring Entity]. (Hereinafter called the “purchaser’.
WHEREAS the purchaser invited bids as per the above-mentioned Bid for the Supply and (or)
installation/related services stipulated in the bidding documents.
AND WHEREAS (Qualifying requirements for bidders) forming part of the bidding documents, inter-
alia stipulates that a Joint venture of two or more qualified manufacturers/Contractors/Parties as
partners, meeting the Qualifying requirements as applicable may bid, provided the Joint Venture fulfils
all other requirements (Qualifying requirements for bidders) and in such a case, the Bid Proposal Form
shall be signed by all the partners so as to legally bind all the partners of the joint venture, who will be
jointly and severally liable to perform the contract and all obligations hereunder.
The above clause further states that the Joint Venture agreement shall be attached to the bid and the
contract performance guarantee will be as per the format enclosed with the bidding document without
any restrictions or liability for either party.
AND WHEREAS the bid has been submitted to the Purchaser vide proposal No. ………………….
dated ……………. by Lead partner based on the Joint Venture agreement between all the partners under
these presents and the bid in accordance with the requirements of (Qualifying requirements for bidders)
has been signed by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the partners to this Joint Venture do hereby
now agree as follows:
1. In consideration of the award of the contract by the purchaser to the Joint Venture partners, we,
the partners to the Joint Venture agreement do hereby agree that M/s ……………………. shall
act as Lead Partner and further declare and confirm that we shall jointly and severally be bound
unto the Purchaser for the successful performance of the contract and shall be fully, responsible
Page 57 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

for the design, manufacture, supply, and successful performance of the material/equipment and
commissioning of the Project in accordance with the contract.
2. In case of any breach of the said contract by the Lead Partner or other partner(s) of the Joint
Venture agreement, the partner(s) do hereby agree to be fully responsible for the successful
performance of the contract and to carry out all the obligations and responsibilities under the
contract in accordance with the requirement of the contract.
3. Further, if the purchaser suffers any loss or damage on account of any breach in the contract or
any shortfall in the performance of the Equipment/material in meeting the performances
guaranteed as per the specification in terms of the Contract, the partner(s) of these presents
undertake to promptly make good such loss or damages caused to the Purchaser, on its demand
without any demur. It shall not be necessary or obligatory for the Purchaser to proceed against
Lead Partner to these presents before proceeding against or dealing with another Partner(s).
4. The financial liability of the Partners of this Joint Venture agreement to the Purchaser, with
respect to any of the claims arising out of the performance or non-performance of the obligations
set forth in the said Joint Venture agreement, read in conjunction with the relevant conditions of
the contract shall, however, not be limited in any way to restrict or limit the liabilities of any of
the partners of the joint venture agreement.
5. It is expressly understood and agreed between the partners to this joint venture agreement that
the responsibilities and obligations of each of the partners shall be as delineated in separate
Appendix ("To be incorporated suitably by the Partners) to this agreement. It is further agreed by
the Partners that the above sharing of responsibilities and obligations shall not in any way be a
limitation of joint and several responsibilities of the partners under this contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of
India and the courts of Jaipur shall have the exclusive jurisdiction in all matters arising
thereunder.
7. In case of an award of a contract, we the partners to the Joint Venture agreement do hereby agree
that we shall be jointly and severally responsible for furnishing a contract performance security
from a bank in favour of the purchaser in the currency of the contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an
integral part of the contract and shall continue to be enforceable till the purchaser discharges the
same. It shall be effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF, the partners to the Joint Venture agreement have through their authorised
representatives executed these presents and affixed common seals of their companies, on the day, month
and year first mentioned above.

1. Common seal of …………. For Lead Partner


has been affixed in my/our presence pursuant to the (Signature of
Board of Director's authorised representative)
Resolution dated ...........
Signature ………………………………. Name ……………………………
Name ………………………………. Designation…………………….
Designation ………………………. Common Seal of the Company
2. Common seal of …………. For Lead Partner
Page 58 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

has been affixed in my/our presence pursuant to the Board of (Signature of


Director's authorised representative)
Resolution dated .................
Name ………………………………
Designation…………………….
Common Seal of the Company
Signature ………………………………. Name
……………………………….
Designation ……………………….

WITNESSES
1. …………………………………… 2. …………………………………
(Signature) (Signature)

Name …………………………. Name …………………………….


……………………………………. ……………………………………

Official address Official address

Page 59 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-10 Contractual Experience


(To be executed on company/firm letter head)
Fill out one (1) form per contract.
Contractual Experience
Contract No . . . . . .of .. Contract Identification
....

Award Date
Completion Date

Role in Contract
❑Manufacturer Supplier

Total Contract Amount Rs

Percent of Total Amount


If partner in a joint
venture or, specify
participation of total
contract amount

Purchaser’s name
Address Telephone/Fax
Number E-mail

Description of the Similarity in Accordance with 1.4.2.1 & 2.4.2.1 of Section 3


(Evaluation and Qualification Criteria for both Lowest Priced Bid and Most Advantageous Bid)

[Note: This form shall only be introduced if Criterion 1.4.2.1 & 2.4.2.1 of Section 3 (Evaluation and
Qualification Criteria) is applicable as per BDS]. The Procuring Entity reserves the right to verify
authenticity of Bidder submissions.

Page 60 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH- 11 Techno-commercial Experience


(To be executed on company/firm letter head)
Fill out one (1) form per contract.
Techno-commercial Experience
Name of Product

Manufacturer: Address and


Nationality:

Requirements in Accordance with Criterion 1.4.2.2 & 2.4.2.2 of Section 3


(Evaluation and Qualification Criteria for both Lowest Priced Bid and Most Advantageous Bid)

(i) Product has been in


production for at
least . . . . . ..years.

(ii) Product (or


equipment) has
been sold a
minimum of . . . . .
..units of similar
type and
specification over
the last three (3)
years.

(iii) Product has been in


operation for a
minimum of . . . . .
..years.

[Note: This form shall only be included if Criterion 1.4.2.2 & 2.4.2.2 of Section 3 (Evaluation and
Qualification Criteria) is applicable as per BDS. Add pages as necessary. The Procuring Entity
reserves the right to verify authenticity of Bidder submissions

Page 61 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH- 12 Production Capacity


(To be executed on company/firm letter head)
Fill out one (1) form per product and manufacturer.
Production Capacity
Name of Product

Manufacturer: Address and


Nationality:

Requirements in Accordance with Criterion 1.4.2.3 and 2.4.2.3 of Section 3


(Evaluation and Qualification Criteria for both Lowest Priced Bid and Most Advantageous Bid)
Production facility 1
(include location):

Production facility 2
(include location):

Production facility 3
(include location):

[Note: This form shall only be included if Criterion 1.4.2.3 and 2.4.2.3 of Section 3 (Evaluation and
Qualification Criteria) is applicable as per BDS. The Procuring Entity reserves the right to verify
authenticity of Bidder submissions.]

Page 62 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-13 Historical Financial Performance


(To be executed on company/firm letter head)
Each Bidder must fill out this form.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:
Joint Venture Partner: ___________________

Financial Data for Previous ___ Years [Rs Equivalent]

Year 1: Year 2: Year __:

Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Net Worth = TA-TL
Current Assets (CA)
Current Liabilities (CL)
Working Capital = CA - CL
Most Recent Working Capital To be obtained for most recent year

Information from Income Statement


Total Revenues
Profits Before Taxes
Profits After Taxes
❑ Attached are copies of financial statements (balance sheets including all related notes, and income statements)
for the last _____ years, as indicated above, complying with the following conditions:
• Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflect the
financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s parent
companies, subsidiaries, or affiliates.
• Historical financial statements must be audited by a certified accountant.
• Historical financial statements must be complete, including all notes to the financial statements.
• Historical financial statements must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).

[Note: This form shall only be included if Criterion 1.4.3.1 and 2.4.3.1 of Section 3 (Evaluation and
Qualification Criteria) is applicable as per BDS]

Page 63 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH- 14 Size of Operation (Average Annual Turnover)


(To be executed on company letter head)
Each Bidder must fill out this form.
The information supplied should be the Annual Turnover of the Bidder or each member of a Joint
Venture in terms of the amounts billed to clients for each year for work in preceding ………… (3 to 5
years).
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name:
Joint Venture Partner: ___________________

Annual Turnover Data for the preceding _____ Years

Year Exchange Rs Equivalent


Amount Currency
Rate

Average Annual Turnover

[Note: This form shall only be included if Criterion 1.4.3.2 and 2.4.3.2 of Section 3 (Evaluation and
Qualification Criteria) is applicable as per BDS]

Page 64 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH- 15 Contract in Hand (Supply & Installation Contracts under execution)
(To be executed on company letter head)
Each Bidder must fill out this form in accordance with Criteria 1.4.4 of Section 3 (Evaluation and
Qualification Criteria) to describe any history of non-performing contracts.
In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
following:
Joint Venture Partner’s name: ___________________
Joint Venture Partner: ___________________
Supply & Installation Contracts under execution
Choose one of the following:
i. Below is a description of contracts the Bidder (or each JV member, if Bidder is a Joint Venture
Year Description Amount of Nonperformer Total Contract
Portion of Contract (INR) Amount (INR)
[Insert a. Contract Identification: [Insert Amount] [Insert Amount]
Year] [indicate complete contract name/
number, and any other identification]

b. Name of Procuring Entity:


[insert full name]

c. Address of Procuring Entity:


[insert street/ city/ country]

d. Stage of Execution:

Page 65 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Form TECH-16 Miscellaneous Forms


(To be executed on company letter head)
If desired by Procuring Entity following statement/form can be asked if required in Qualification and
Evaluation Methodology:
i. Statement on Methodology, proposed arrangement, logistics etc.
ii. Form for Proposed Personal
Bidders should provide the details of proposed personnel and their experience record in the
relevant Information Forms below for each of the candidate.
1. Title of position
Name
2. Title of position
Name

Resume of Proposed Personnel


The Bidder shall provide all the information requested below. Use one form for each position.
Position
Personnel Name Date of birth
information
Professional qualifications
Present Name of Procuring Entity
employment Address of Procuring Entity
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present Procuring Entity

Summarize professional experience in reverse chronological order. Indicate particular Techno-


commercial and managerial experience relevant to the project.

From To Company/Project/Position/Relevant Techno-commercial and


Management Experience

iii. Equipment Required for installation


The Bidder shall provide adequate information and details to demonstrate clearly that it has the
capability to meet the equipment requirements indicated in Section V (Schedule of Supply), using
the Forms below. A separate Form shall be prepared for each item of equipment listed, or for
alternative equipment proposed by the Bidder.
Item of Equipment
Equipment Name of manufacturer Model and power rating
Information
Capacity Year of manufacture

Page 66 of 194
SBD for Supply & Installation

Current Status Current location


Details of current commitments
Source Indicate source of the equipment.
Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner


Address of owner
Telephone Contact name and title
Fax Telex
Agreements Details of rental/lease/manufacture agreements specific to the project

iv. Manufacturers for Major Items of Supply and Installation


The Manufacturers are proposed for carrying out the item of the facilities indicated based on
Criterion 2 of Section 3 (Evaluation and Qualification Criteria). Bidders are free to propose more
than one for each item.
Major Items of Plant and Services Proposed Manufacturers Nationality

Page 67 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Part B: Financial Forms


Form FIN1- Letter of Price Bid
[Note: The bidder must accomplish the Letter of Price Bid on its Letter head clearly showing the
Bidder’s Complete name and address]
Date: _______________________
NCB/ICB No.: ___________________
Alternative No.: __________________

To: [insert complete name of the Purchaser]


We, the undersigned, declare that:
(a) I/We have examined and have no reservations to the Bidding Document, including Addenda issued
in accordance with Instructions to Bidders (ITB) 1.5.
(b) I/We offer to supply in conformity with the Bidding Document and in accordance with Section V
(Schedule of Supply), the following Supply and Installation: [insert a brief description of the
Supply and Installation]
(c) The total price of our Bid, is
[Note: Amount of Indian Rupees in words in case of NCB], [amount in figures], and, if
permitted, [amount of foreign currency in words in case of ICB], [amount in figures],
The total bid price from the price schedules should be entered by the bidder. Absence of the
total bid price in the Letter of Price Bid may result in the rejection of the bid.
(d) Our Bid shall be valid for a period of [insert validity period as specified in ITB 2.10 of the BDS.]
days from the date fixed for the bid submission deadline in accordance with the Bidding Document,
and it shall remain binding upon us and may be accepted at any time before the expiration of that
period.
(e) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding
Documents.
(f) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed.
(g) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you
may receive.
Name: [insert complete name of person signing the bid]
In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the
bidder] Date: [insert date of signing]

Page 68 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-1 Price Schedule for Supply


(To be offered from within – India)

Name of Bidder _____________________ NCB/ICB Number ______________ Page ___ of ___


Item Description Quantity and Unit Price Custom Duty Per Unit GST Total Price
Unit of EXW / Ex & other Inland and per Item
Measurement Showroom Charges on Transportation Other including
unit price if Charges Taxes Taxes
paid per
unit
1 2 3 4 5 6 7 8=3*
(4+5+6+7)
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document on E-
Procurement Portal
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document on E-
Procurement Portal
Total Amount

Notes:
Column 6: Incoterm in accordance with ITB 2.4.9
Price shall include all customs duties and sales and other taxes already paid or payable on the
components and raw materials used in the manufacture or assembly of the item or the customs
duties and sales and other taxes already paid on previously imported items.

Payable in India if Contract is awarded.


Column 8:

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 69 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-2 Price Schedule for Supply


(To be offered from Outside India)
Name of Bidder _____________________NCB/ICB Number ______________ Page ___ of ___

Item Description Quantity and Unit Price Customs Per Unit


Unit of CIF (...) Duty and Inland GST Total Price per
Measurement Port or other Transportation and Item including
CIP (...) charges on Charges Other Taxes
Border unit item Taxes
Point per
unit

1 2 3 4 5 6 7 8 = 3 * (4+5+6+7)
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document on E-
Procurement Portal
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document on E-
Procurement Portal
Total Amount

Notes:
Columns 5 and 6: Incoterm in accordance with ITB 2.4.9
Currency in accordance with ITB 2.5.2

Column 6: Only to be used if the Purchaser wishes to reserve transportation and insurance
to domestic companies or other designated sources. Identification of the lowest
evaluated bid must be on the basis of the CIF or CIP price, but the Purchaser
may sign the contract on FOB or FCA terms and make its own arrangement for
transportation and/or insurance.

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 70 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-3 Price Schedule for Design Services

Item Description Qty. Unit Price1 Total Price1

Local Currency Foreign Currency


Portion Portion

(1) (2) (optional) (1) x (2)

Not to be filled instead submit rates in Excel Sheet enclosed along


with Bid Document on E-Procurement Portal

Not to be filled instead submit rates in Excel Sheet enclosed along


with Bid Document on E-Procurement Portal

Not to be filled instead submit rates in Excel Sheet enclosed along


with Bid Document on E-Procurement Portal

TOTAL (to Schedule No. 6 Grand Summary)

1
Specify currency in accordance with specifications in ITB 2.5.2

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 71 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-4 Price Schedule for Installation Services


(To be offered from Outside and Within India)

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___

Item Description Country Quantity and Unit Price Total Price per item
no of Origin Unit of (a) (b) (C) (d)
Measurement Foreign Local Foreign Local
Currency Currency Currency Currency
1 2 3 4 5 (a) 5(b) 5(a)=4x5(a) 5(b)=4x5(b)
Not to be filled instead submit rates in Excel Sheet enclosed along with
Bid Document on E-Procurement Portal
Not to be filled instead submit rates in Excel Sheet enclosed along with
Bid Document on E-Procurement Portal
Not to be filled instead submit rates in Excel Sheet enclosed along with
Bid Document on E-Procurement Portal
Total
Notes:
Columns 5 and 6: Currencies in accordance with ITB 2.5.2 & 7.4.1Prices are to be quoted inclusive of all
customs duties, sales and other similar taxes applicable in India

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 72 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-5 Price Schedule for Recurrent Costs

Item Recurrent Maximum all-inclusive Costs


Item Warranty Period Post-Warranty Service Total Prices
Period
Y1 Y2 Y3 Y4 Y5 Yn Local Foreign
Currency Currency
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document
on E-Procurement Portal
Total Amount: Cumulative Recurrent (to be carried to Grand Summary
Costs)

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 73 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-6 Grand Summary

Total Price
Local Foreign
Price Component
Currency Currency
Price Schedule for Supplies to Be Offered from Within India
Price Schedule for Supplies to Be Offered from Outside India (Optional))
Price Schedule for Design Services to be offered from outside and within
India (Optional)
Price Schedule for Installation Services to Be Offered from Outside and
Within India
Price Schedule for Recurrent Costs to be offered from outside and within
India
Total Bid Price
(to be carried forward to the Letter of Price Bid)

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 74 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Schedule-7 Price Schedule for Spare Parts

Item Items Maximum all-inclusive Costs


Unit Prices Total Prices
Local Currency Foreign Currency
Not to be filled instead submit rates in Excel Sheet enclosed along with Bid Document on E-
Procurement Portal

Total Amount: Cumulative Recurrent (to be carried to


Grand Summary Costs)

Name: [insert complete name of person signing the bid]


In the capacity of [insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the Bid for and on behalf of [insert complete name of the bidder]
Date: [insert date of signing]

Page 75 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

VOLUME II – Schedule of Supply

Page 76 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section V: Schedule of Supply


PWD Rajasthan has Invited Bid for Onboarding of State Toll Plazas in Rajasthan UnderFASTag
programme of IHMCL on the roads in Package – I as Below toll Plaza:

Name of Road District No. of Location of Toll No. of Length of


Toll Plaza and name of Toll project
Plaza place Lane (Km)
3 4 5 6 7 8
Jodhpur- Sojat Road Jodhpur 2 17+400 6 75.700
Miyasani
Pali 67+400 6
Roopawas
Bidasar - Sri Dungargarh - Bikaner 2 13+500 4 82.200
Kalu Bikaner 58+000 4
Siwana - Samdari - Balesar Barmer 2 15+500 6 90.650
Deora
Barmer 66+400 6
Nagina
Banar-Bhopalgarh-Kuchera Jodhpur 3 7+700 6 126.5
JajiwalGehlota
Nagaur 49+100 4
Kudi
Nagaur 104+840 4
Gwaloo
Jodhpur-Marwar Junction- Jodhpur 3 20+000 6 118.36
Jojawar Khejrali
Pali 68+300 6
JadanKhalsa
Pali 102+800 6
Auwa
Bhavi-Pipad-Khinvsar Jodhpur 3 3+000 Ghanmagra 4 94.960
Jodhpur 48+000 Nadatora 4
Jodhpur 85+500 Mangeria 4
Khood- Dataramgarh- Dausa 1 12+000 Kharondi 4 51.040
Renwal
Manglana-Makrana-Borawad Nagaur 2 1+750 DheerDhani 4 38.000
including Makrana-Bidiyad- Nagaur 12+750 Kinsariya 4
Parbatsar
Hurda-Banera Bhilwara 2 6+000 Rampura 4 53.300
Bhilwara 41+800 Upreda 4

Page 77 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Work shall be executed under the supervision of Committee comprising of Superintending Engineer
PWD Electrical Circle -1 Jaipur, Executive Engineer (Electrical) QC P&M PWD Rajasthan, Jaipur
and Executive Engineer PWD Electrical Dn. 1 Jaipur. and payment shall be released based on the
certification ofwork by the Committee

1. Detailed Scope of Work:


The subsequent sections capture details regarding potential work that may be awarded to
shortlisted Applicants by PWD. and reserves the right to reduce/add details to the scope to better
satisfy the requirements.
The Scope of Works to be executed under this Bids includes Design, Supply, Installation
and Commissioning of Complete Toll System as per Specifications and Standards provided in
Supplementary Agreement (NHAI) / ICD 2.5 or latest notices / circulars and the
Specifications and Standards applicable to the Contract Agreement or any latest notification /
circular published by NHAI / IHMCL / Instructions by the client so as to meet the RFP
Specifications and the minimum quantities specified in the Bill of Quantities.
1.1 Qualified system integrator is bound to create and provide the TMS Data sharing
Protocol to our HQMS (Head Control Monitoring Server) located at Jaipur or any
location where we install HQMS server
1.2 Implementation of the above mentioned TMS data sharing mechanism is part of the
supply of the TMS and no extra cost shall be paid for it.
1.3 TMS shall provide all reports as required for end-to-end monitoring and control of all
Toll Collection / Management activities, inclusive of, but not limited to final traffic and
revenue reports after settlement of transactions at bank level and plaza level dashboards
for traffic, revenue, faults etc.
1.4 Reports shall be designed and provided as per the site/authority/management
requirements without any extra charges till the end of DLP.
1.5 The System integrator shall carry out the following works as part of the Scope of works
to be executed by the System integrator as per Bid.
1.6 Any machinery/Water/Electricity/DG Set/Welding/Fabrication required during the
installation shall be included in the scope of works of the system integrator.
1.7 Any item not considered in the BOQ but is required to make the system functional as per
the requirements of the Contract Agreement and also to attain the optimum levels shall be
deemed as the part of scope of works and supply by the System Integrator.
1.8 PWD invites Bids to commence work on the specified Toll Plazas as per
instructions/timelines received from Govt. for installation of ETC System and Toll
Management System.
1.9 Bidder shall complete the Installation, Integration, Commissioning of ETC system and
sub systems as specified in BOQ and attached specification at the toll plazas within Six
Months of the receipt of notification from PWD. The Bidder shall be responsible for
system integration so that the ETC System and Toll Management System including the
sub-system(s) work coherently and are able to exchange data/information electronically,
among themselves (if applicable), as well as with the acquirer bank and central clearing

Page 78 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

house for ETC program without any financial implication to Toll Operating Agency and
PWD.
1.10 Bidder shall ensure to complete all pre-requisite minor civil works i.e., pole foundation/
sensor foundation/ cabling chamber/lane to Lane Conduiting work, plaza to Lane
Conduiting work, etc. pertaining to ETC system and Toll Management System. Major
civil works i.e., PQC work, Median Extension, arrangement of Raw Power from
electricity board, Arrangement of DG set etc. are not in the scope of Bidder.
1.11 Bidder shall provide and install valid antivirus and operating System licenses, SSL
certificates, Firewall licenses, Database licenses at lanes as well as plaza level in the
system highlighted in BOQ items of this document throughout the Contract period. The
cost of the same shall be included in the cost of equipment, no additional cost shall be
paid by PWD.
1.12 Bidder shall provide requisite support for equipment integration in case ETC/TMS
system software is changed by PWD. The integration of equipment with new TMS
software shall be provided by Bidder Bidder shall be fully responsible in case of any
rejection of ETC transactions/non-uploading of ETC transactions to CCH at the toll plaza
due to issue in ETC system and internet services. All such losses to Toll Agency shall be
borne by Bidder, PWD shall deduct the amount from payment of Bidder throughout the
Contract Period for such loss to toll operating agency.
1.13 Bidder shall be responsible for repair/ replacement of the equipment which gets faulty
due to reasons like Short Circuit, Thundering/Lightening, Voltage Fluctuation and
equipment damaged by Pest for ensuring SLA parameters. Bidder shall take all
preventive measures to upkeep the equipment from these kinds of incidents Bidder shall
ensure to make all allocated toll plazas live with ICD 2.5 specification which includes
provision of all certificates like SSL, firewall, domain etc.
1.14 Bidder shall ensure to provide two broadband / lease line internet connection in the name
of PWD from different ISP’s with static IP and payment of one time connection charges
and will be reimbursed by PWD. Bidder shall also ensure to provide internet connectivity
through dongle device as a backup solution and recurring cost of Broadband / lease line
connection shall be the part of quarterly O&M charges
1.15 The Bidder shall provide 03 Site Engineers in three shifts at each fee plazas to ensure
24*7 onsite support. The site engineer shall be at least Graduate / Diploma with three
year experience in ETC system. The relevant documents shall be required to be shared
with Committee of SE (E) Circle -1, EE (Elect.) QC and EE PWD. Electrical Dn. 1
Jaipur
1.16 The scope of the Bidder will also include providing earthing to all HETC system,
minimum civil & electrical work, networking works required to complete
installation/commissioning of ETC and Toll Management System and associated
peripherals on the plaza
1.17 The Bidder shall adhere to the maintenance of ETC & TMS Equipment, Periodic
Preventive Maintenance of equipment, Timely Corrective Maintenance, Software
Maintenance, Remote Software support for the ETC & Toll System.

Page 79 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1.18 The Bidder shall take prior approval from Committee of SE (E) Circle -1, EE (Elect.) QC
and EE PWD. Electrical Dn. 1 Jaipur before updating any version of Lane / Plaza
application, for which, a software modification request shall be submitted to Committee.
1.19 The Bidder shall take adequate measures to protect ETC system from any
Malware/Ransomware attack at fee plazas.
1.20 The Bidder shall ensure to provide hardware firewall device to protect against Malware
entering the network
1.21 In case of descoping of plaza/termination of Contract/Expiry of Contract Agreement,
Service Provider shall handover all equipment and data (entire contract duration) with
concerned PD. Full and final shall not do unless handing over and taking over process is
not completed.
1.22 PWD may verify the attendance of site engineers on daily basis through mobile app or
any other software.
1.23 Bidder shall ensure to provide requisite support in sharing real time status of equipment
for all critical equipment like RFID reader, AVCC, TLCC, LPIC, ICS, ETC Server and
internet connectivity of all SH fee plazas with any authorized agency engaged by PWD.
1.24 Bidder shall provide data feed for all fee plazas to the central Toll Monitoring & Control
Centre (TMCC) at PWD HQ for monitoring and remote viewing of all fee plazas.
1.25 Provision of unbalance bid shall be applicable as per Notification of Finance (G&T)
Department Jaipur October 22, 2021
1.26 Contractor has to submit OEM Certificate and TDS of Server, RFID, AVCC Controller
and Automatic Boom Barrier.
1.27 A separate agreement for O&M part shall be executed after Site acceptance test (SAT) for
two years. Which can be extended up to 05 years during DLP period on approved rates of
part - B after depositing required EMD.
1.28 Bidder should have successfully implemented HQMS (Head Quarter Monitoring System
/ Dashboard) for accessing Toll Data /MIS remotely via VPN / Internet Port.
1.29 The Bidder /Applicant shall submit an ‘Undertaking’ for confirming Software Scalability
Support for 10 years from the date of Commissioning.
1.30 The Bidder must provide all supporting documents specified above in support of each
technical requirement on respective letter head with authorized Signature. (Online Mode
Only)
1.31 The Bidder shall also submit technical details of the proposed Toll Management system/
Equipment conforming to Supplementary Agreement and as per BOQ mentioned in the
bid documents along with its datasheets as a part of the technical submission. (Online
Mode Only)
1.32 All data, technical detail, datasheets, certificates etc. submitted by Bidders/ applicants
shall be verified by our Technical Team or by an external Agencies hired by us for this
purpose if necessary.
1.33 A separate agreement for Part ‘B’ shall be executed after successful complete of Part ‘A’.
The bidder is required to submit necessary EMD for Part ‘B’ at the time of execution of

Page 80 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

agreement. However, bidder will be bound to execute the Part ‘B’ for next 05 years
during DLP period, failing which security deducted for Part ‘A’ shall be forfeited.
1.34 There are few toll booths equipped with some infrastructure components like boom
barrier, overhead light or any other functional equipment. System Integrator is required to
utilize such functional Equipment of toll plaza.
1.35 Contractor shall provide one inspection vehicle (Toyota Innova or similar vehicle with
latest model 2021) up to 5000 Km per Month including POL, Driver and all other
applicable costs during the execution and O&M period of the work, no extra payment
shall be paid for it. In case of not providing such inspection vehicle recovery @ INR
1,00,000/- per month shall be made from the payments.
1.36 The Bidder will get Approved TDS and GAD from Nodal officer and EE (Electrical) of
All critical Items like RFID, AVCC, Software, CCTV, NVR TLC, Boom Barrier, ANPR,
Incident Capture Camera, Work Station etc. before Installation at Plaza without any cost
to PWD, whatsoever.
2. Other Conditions
2.1 In order to remove the bottlenecks associated with manual toll collection which includes non-
transparency in toll transaction data and ensure seamless movement of traffic and collection of
toll as per the notified rates, the Government of Rajasthan had decided to introduce Electronic
Toll Collection (ETC) across State Highways in Rajasthan.
2.2 To cater to the above requirement, PWD intends to undertake the supply, installation,
integration, testing, commissioning and configuration of all required hardware & software
systems & sub-systems for ETC System and Toll Management System at the toll plazas in a
time bound manner. Bidder is also expected to provide round the clock maintenance with
dedicated technical manpower for the same during the entire period of contract such that the
required services are available at the new toll plazas as per service level requirements.
2.3 The toll plaza shall have toll audit system and fraud protection measures. The operations for toll
collection, supervision, auditing and money handling shall be done through the Toll
Management System to handle the operations in an efficient manner. The TMS shall generate
the record of trail of events affecting the toll collection for future audit i.e. Log of each login/
logoff, lane / system shutdown, Maintenance Mode logins for performing preventive
maintenance, incident logs of all events including all key presses in the lane keyboard, record of
all TMS hardware status at each transaction or in idle mode. The TMS should keep track of all
transactions / vital tables upload and download from the lanes to the server (to and fro) and
display live on the dashboard application. The TMS should allow to generate all types of audit
trail reports including AVC performance, violations, TC performance reports etc. any report
which may not be listed above but is required to track each hardware (connected with TLC /
AVC) / transaction status from lane to the server (Application / Db / Video) / back-office etc.
2.4 Prior approval shall be taken from PWD, if the System integrator wishes to select any product
outside the BOQ which can provide value added services to the PWD.
2.5 The System Integrator has to get samples approved prior to fixing at site and submit samples
along with Technical data sheets to committee of Nodal officer SE (Electrical) Circle -1, EE
(Electrical) QC and EE (Elect.) Dn. 1 Jaipur. Work shall be executed strictly according to
approved samples and tender specifications.

Page 81 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2.6 After Execution system integrator will submit Bill and the same will be got checked and
verified through committee of Nodal officer SE (Electrical) Circle -1, EE (Electrical) QC and
EE (Elect.) Dn. 1 Jaipur.
2.7 Bid shall be Financially evaluated on the basis of rates offered by bidder for Part A & Part B
(O&M) in totality, Completion period of Part A shall be 6 Months and Separate Work order for
O&M part for two years will be Issued by concerned PD for Particular road immediately After
successful installation and commissioning of complete ETC system and integration with
Central Clearing House (CCH) including Go Live and complete Integration with TMCC
application and On successful acceptance of Site Acceptance Test (SAT).
2.8 Work Order for O&M part can be extended up to 5 years DLP on approved rates of part B after
depositing required EMD.
2.9 The hardware selected from the BoQ shall be the state of the art equipment and shall have the
support period for the entire life cycle of the project from the date of installation along with the
spare availability till that period.
2.10 In any circumstance, if the said hardware becomes obsolete before the agreed lifecycle, the
System integrator shall integrate the next available upgrade to the existing solution without
compromising the stability of the system as per the agreed standards but not limited to the URS
or any addendum issued on the later date. Hardware cost shall be chargeable after DLP.
Software shall be free of cost including all its upgrades until the project lifecycle i.e., 10 years
from the date of commissioning.
2.11 The System integrator shall engage the PWD technical team along with their experts for the
installation of the Toll equipment.
2.12 The System integrator shall impart the full training to the Toll Collecting Agency staff available
at site during installation for installation, configuration, troubleshooting and maintenance
aspects for the entire Tolling Solution along with Hardware and Software during the defect
liability period.
2.13 The training shall not be rendered complete till the time the PWD technical team is fully
confident to handle all the aspects of Hardware and Software installation, configuration,
troubleshooting and maintenance till the Lane, Application and Database levels. There shall be
few aspects which shall not be under the training scope from the System integrator’s side as
they would be confidential in nature.
2.14 The System integrator shall continue providing the software support for the entire lifecycle of
the project provided AMC contract is given to them.
2.15 The software support can be done through remote maintenance by the System integrator’s
designated competent personal only after taking due approval from the PWD’s designated
representative on-site on case to case basis.
2.16 During the complete support cycle, the System integrator shall provide support with the agreed
timelines as per the defined SLA, which shall become the part of this contract and signed.
2.17 The System integrator is liable to provide all the software and hardware upgrades for the entire
lifecycle of the project for enhancing the performance of the Hardware and Software and also
liable to prevent the Server / Application and lanes from any possible internal or external threats
like viruses, malwares, Trojan horses, hacking attempts etc. Hardware upgrades shall be only
for existing equipment and no new equipment has been considered under this scope.

Page 82 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2.18 The System integrator shall certify that the computer used for performing the remote
maintenance tasks is not connected to their internal network and free from all viruses, malwares,
Trojan horses etc.
2.19 The System integrator shall establish the secured VPN tunnel to perform any maintenance tasks
on our network with due permission from our designated representative on-site.
2.20 System integrator shall provide necessary software licenses including those for operating Toll
systems for effective system operations.
2.21 System integrator shall provide required Accessories for connectivity of equipments in the Toll
Control room, which includes related cables, Cable Trays and there installation as stated in
BOQ and agree.
2.22 For installation and operations of Toll equipments, PWD shall be responsible for the following:
inter alias Toll Control Rooms, Ventilation, Air Conditioning, High mast lighting, Plaza general
lighting, Diesel Generator etc.
2.23 Toll Management System should be able to support all kind of Fare structures & Payment
methods including, but not limited to, Daily Pass, Return Pass, Monthly Pass, Discounted
tariffs, Exemptions, Open / Closed fare schemes etc. and shall meet the Tolling System
requirements of the respective Concession Agreement, including subsequent regulation/
notification there on by PWD
2.24 Qty. in BOQ by PWD may increase/decrease according to the further requirement at sites.
2.25 Supply, Installation & Integration
a. The service provider shall supply, install, integrate, test, commission and configure all
required hardware & software systems & sub-systems for Hybrid ETC and Toll
Management System at the designated Toll Plazas upon instructions from PWD
b. Technical Specification” shall meet the relevant technical specifications applicable to the
Supplementary Agreement (NHAI) with respect to the design, supply, and installation and
commissioning of the Toll Plazas and Toll Management/ Toll Collection System.
c. The System integrator undertakes and shall ensure that all the systems and processes of
the system are comprehensively and fully auditable. In case any process/operation is found
to be not auditable or inadequately auditable, the same shall be notified to the System
integrator, who shall carryout all that is necessary to ensure compliance with the audit
ability requirement.
d. Service provider shall ensure to supply items as per BOQ items at toll plazas as per
direction from PWD and get them verified by authorized representative of PWD during
Site Acceptance Test. Prior to site acceptance test, the responsibility of providing storage
and security for supplied material shall be in the scope of service provider which includes
Loading & unloading from Store to installation site.
e. Service Provider shall be fully responsible for the safety of equipment which shall be
delivered or installed at site before commencing SAT by respective Project Site. Prior to
SAT, if any equipment/sub-equipment/consumable gets non-functional/damaged due to
any reason whatsoever, excluding scenarios covered under force majeure, then service
provider will be liable for replacing of damaged item without imposing any extra charges
to PWD

Page 83 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

f. Service provider shall complete the Installation, Integration, Commissioning of Hybrid


ETC system and sub systems as specified in BOQ at specified toll plazas within Specified
period of completion after receipt of Notice to Proceed. The service provider shall be
responsible for system integration so that the Hybrid ETC System and Toll Management
System including the sub- system(s) work coherently and are able to exchange
data/information electronically, among themselves (if applicable), as well as with the
acquirer bank and central clearing house for ETC program without any financial
implication to Toll Operating Agency and/or PWD.
g. Service provider shall ensure to complete all pre-requisite minor civil works i.e. pole
foundation/ sensor foundation/ cabling chamber/lane ducting, plaza to Lane connectivity,
etc. pertaining to hybrid ETC system and Toll Management System.
h. Service provider shall provide and install valid antivirus and operating System licenses at
lanes as well as plaza level in the system highlighted in BOQ items of this document
throughout the period of contract Agreement.
i. Service Provider shall implement online equipment performance monitoring tool for
calculating uptime of equipment and provide necessary access to PWD for each toll plaza.
j. Service Provider shall provide requisite support for equipment integration in case
ETC/TMS system software is changed by PWD. The integration of equipment with new
TMS software shall be provided by Service Provider without any cost to PWD,
whatsoever.
k. Service Provider shall be fully responsible in case of any rejection of ETC transactions
due to any issue in HETC system and internet service and all such losses of ETC
Transactions to Toll Agency shall be borne by Service Provider.
l. Service Provider shall ensure to install UPS at each toll plaza to protect equipment from
unstable voltage and post installation of Servo Stabilizer, the safety of equipment from
unstable voltage shall be under the liability of Service Provider.
m. ETC Transaction reconciliation should be provided by TMS-System and final figure of
Traffic & revenue should be matched with Portal as well as bank settlement. Each and
every transaction history should be captured and display in report as well as settlement
against AVC/ SVC/Mapper Class, in case of violation Class, Blacklist, Duplicate & Mal-
tag. Auto process of violation transaction mechanism should be available.
2.26 Operation and Maintenance
a. Bidder shall adhere to the maintenance of ETC & TMS Equipment, Periodic Preventive
Maintenance of equipment, Timely Corrective Maintenance, Software Maintenance,
Remote Software support for the ETC & Toll System.
b. In order to adhere the SLA parameters, Bidder shall ensure for repair and replacement of
hardware, software, peripherals and subcomponents during the O&M period part of
Contract Agreement.
c. Bidder shall intimate PD/Toll operating agency for any corrective action to be taken on
ground to resolve any major issue which takes more than 2 hours of lane closure.
d. Bidder shall take prior approval from respective PD before updating any version of Lane /
Plaza application, for which, a software modification request shall be submitted to PD for
seeking approval.

Page 84 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

e. PWD holds the right to ask Bidder to replace any staff if found and proved unsuitable/
indulged in unwanted activities.
f. Any damage cause due to mishandling of equipment by the Bidder employees shall be
borne by Bidder.
2.27 Defect Liability Period (DLP)-Services to be rendered during DLP.
The Defect Liability Period (DLP) for the complete tolling solution shall be Five Years
starting from the date of issuance of Completion Certificate after successful commission of the
work, the confirmation for which shall be given to the System integrator in writing by the
PWD. For avoidance of doubt, the date of DLP shall start from the date all lanes are made
operational and are ready for handover, partial handover is not allowed for any Toll Plaza.
This bid is being made with the understanding that the Defect Liability Period for all
Hardware and Software is 5 Years and lifecycle of the system is Ten (10) years. The System
integrator will design, integrate, supply, install, commission, and impart training to the
designated personnel of the PWD in such a manner that the PWD shall be capable of carrying
out any hardware and software installations and maintenance till the end of the project
lifecycle. However, training shall be given initially when the system gets installed and
commissioned and thereafter during DLP as and when required.
The System integrator after the DLP, will support the PWD with anything related to software
design, integration, maintenance, troubleshooting etc. and all the hardware support will be
undertaken directly by PWD technical staff.
The System integrator shall provide all kinds of software support for the entire project
lifecycle, provided the AMC contract has been given to the System integrator.
The System integrator shall provide the necessary upgrades of the software to rectify any kind
of known bugs / defects in the Toll Management Software including the base software like
operating systems etc. and data protection software like anti-virus.
The System integrator shall integrate the latest hardware available in the local market in India
or abroad on the PWD instruction without compromising on the specifications & standards,
quality of works and functionality of the software.
Whenever found necessary by the PWD, the System integrator shall re-train the PWD technical
staff on the existing or the newly added hardware on all installation, maintenance and
troubleshooting aspects through the available System integrator’s technical staff at site.
2.28 Revision of Quality Control Plan
The PWD shall instruct the System integrator to revise and/or resubmit his Quality Control
Plan, if required before giving approval. The System integrator shall implement any required
changes to improve the Quality Control Plan. The approval of the PWD shall not absolve the
Contract from his responsibilities as per contract.
2.29 Measuring / Monitoring Equipment
The System integrator shall ensure properly calibrated and functional measuring/ monitoring
equipment, to the satisfaction of the PWD
2.30 System Uptime

Page 85 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

During the Defect Liability Period, the System integrator has to maintain more than 99%
uptime overall and for each toll lane every month for the entire Toll Systems.
2.31 Document & Training
The System integrator shall supply the following sets of documents. All documents shall be
inEnglish language. An index of all hand books, drawing etc. shall be available with each set:
a. Equipment layout drawings
b. Cabling and wiring diagrams
c. Overall system specification and description of hardware, software, explaining
facilities,functions and principles
d. Installation instructions and testing procedures
e. Fault location/troubleshooting/Maintenance instructions
f. Operation Manual
g. As Built Drawings of the complete system in detail
h. Hardware and Software Installation Manuals
i. Hardware and Software Configuration Manuals
j. Hardware and Software Troubleshooting Manuals
k. Maintenance Manuals with defined frequencies for each Hardware and Software
component
l. Disaster Recovery Process
m. Backup Process
n. Data Archiving and deletion Process
o. Recovery of Archived and Deleted Data
2.32 Documents to be Submitted
All drawings and documents to be submitted by the System integrator shall be in THREE sets
duly placed in plastic folders/laminated and in Pen Drive/hard disk. The quantity of the
documentation shall be assessed on the type and variety of the systems used and not on the
number of such modules used. Approval of the PWD shall be obtained for the same
2.33 Other Specifications
a. System integrator shall be responsible for the Quality of the material used for the
throughout the defect liability period.
b. System integrator shall provide necessary brochures and technical description and
methodology of the proposed system in support of their technical Specifications.
c. System integrator shall have to submit the relevant Manufacturer Certificate for the
material incorporated in the work as per relevant Codal Provisions.
d. The System integrator shall submit original invoices for all the equipment which is bought
for our project with complete serial nos. and warranty certificates provided by OEM for
each equipment. The material delivery inspection shall not be rendered complete without
the submission of these invoices.
e. All software should be licensed in the client’s name and no workstation / system / server
shall be installed with trial / un-licensed copies of the software. All licenses shall be
handed over to the client before raising the invoice.

Page 86 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2.34 Other activities


a) Toll Management System should be able to support all kind of Fare structures & Payment
methods including, but not limited to, Daily Pass, Return Pass, Monthly Pass, Discounted
tariffs, Exemptions, Open / Closed fare schemes etc. and shall meet the Tolling System
requirements of the respective Concession Agreement, including subsequent regulation/
notification there on by PWD
b) Qty. in BOQ by PWD may increase/decrease according to the further requirement at site
f. Bidder shall take prior approval from respective PD before updating any version of Lane
/ Plaza application, for which, a software modification request shall be submitted to PD
for seeking approval.
g. PWD holds the right to ask Bidder to replace any staff if found and proved unsuitable/
indulged in unwanted activities.
h. Any damage cause due to mishandling of equipment by the Bidder employees shall be
borne by Bidder.
3. Service Level Requirements (SLA)
3.1 Plaza Building Equipment
a) The uptime availability of all Critical equipment of Plaza Building shall be 99% per lane per
month. The permissible downtime for all critical Equipment shall be 7 hours per critical plaza
equipment per month.
b) The downtime shall be calculated at a cumulative level when any of the critical plaza equipment
as mentioned below is non-operational for that specific lane:
i. ETC Server including software
ii. Network Video Recorder
iii. Master Intercom
iv. 24 Port Network Switch
v. Plaza UPS
vi. All Lanes communication down with ETC server
c) Scheduled downtime is defined as a period of time when system will remain unavailable for
conducting necessary preventive maintenance, urgent repairs etc. The maximum scheduled
downtime for any Site shall be 4 hours per lane per month.
d) For all other equipment of plaza building, the uptime availability shall be 98% per lane per
month.
e) The formula for calculation of plaza building system availability shall be as follows: System
Uptime = [1 – {A/(B – C)}*100], where
A = Time for which system is down per month basis scenarios in Hrs
B = Total time in a month
C = Scheduled downtime and Permissible downtime basis section 7(a) & 7
f) The Bidder shall maintain adequate inventory/spares to ensure the service levels prescribed in
clause 7(a) & 7 (d) are adhered.

Page 87 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

g) In case of non-adherence to service levels as defined in clause 7(a) & 7(d), the penalty for
deficiency of services beyond permissible downtime and scheduled downtime shall be imposed
as follows: -
• Upto 1 hrs -1% of the monthly O&M charges per plaza
• Upto 1 to 2 hrs -2% of the monthly O&M charges per plaza
• Upto 2 hrs to 3 hrs- 3% of the monthly O&M charges per plaza
• Upto 3 hrs to 5 hrs- 5% of the monthly O&M charges per plaza
• Upto 5 hrs to 10 hrs- 10% of the monthly O&M charges per plaza
• Greater than 10 hrs- 25% of the monthly O&M charges per plaza
3.2 Lane Equipment
a) The uptime availability of all Critical equipment of ETC system shall be 99% per lane per
month. The permissible downtime for all critical Equipment shall be 7 hours per lane per
month.
b) The downtime for a toll lane shall be calculated at a cumulative level when any of the critical
equipment as mentioned below is non-operational for that specific lane: Toll Lane Controller
System
• Automatic Vehicles Classification Controller and Sensor
• RFID Reader
• Automatic Barrier Gate
• License Plate Image Capture Camera
• Incident Capture Camera
• Lane Application
c) For all other lane equipment, the uptime availability shall be 98% per lane per month.
d) Scheduled downtime is defined as a period of time when system will remain unavailable for
conducting necessary preventive maintenance, urgent repairs etc. The maximum scheduled
downtime for any Site shall be 4 hours per lane per month.
e) The formula for calculation of ETC System availability shall be as follows: System Uptime = [1
– {A/(B – C)}*100], where
A = Time for which system is down per month basis scenarios
B = Total time in a month
C = Scheduled downtime and Permissible downtime basis section 5(a) & 5 (d)
f) The Bidder shall maintain adequate inventory/spares to ensure the service levels prescribed in
clause 5(a) & 5 (c) are adhered.
g) In case of non-adherence to service levels as defined in clause 5.7.2(a) & (c), the penalty for
deficiency of services beyond permissible downtime and scheduled downtime shall be imposed
as follows: -
• Upto 1 hrs -1% of the monthly O&M charges per plaza
• Upto 1 to 2 hrs -2% of the monthly O&M charges per plaza
• Upto 2 hrs to 3 hrs- 3% of the monthly O&M charges per plaza

Page 88 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

• Upto 3 hrs to 5 hrs- 5% of the monthly O&M charges per plaza


• Upto 5 hrs to 10 hrs- 10% of the monthly O&M charges per plaza
• Greater than 10 hrs- 25% of the monthly O&M charges per plaza
In case the Service level Requirements are violated repeatedly, PWD reserves the right to
terminate the whole Contract or descope a particular toll plaza by giving a written notice of 30
days to the Bidder.

3.3 AVC Accuracy


The Bidder shall ensure to provide minimum 98% AVC accuracy for each lane and if any non-
conformity beyond the specified accuracy level is observed, following penalties will be imposed
on the Bidder:
• 98% and above each lane – Nil
• Below 98% upto 96 % -1% of the monthly O&M charges for that Lane
• Below 96% upto 94 % -2% of the monthly O&M charges for that Lane
• Below 94% upto 92 % -5% of the monthly O&M charges for that Lane
• Below 92% upto 90 % -10% of the monthly O&M charges for that Lane
• Below 90% - No monthly O&M charge will be paid for that lane
3.4 Manpower
a. The Bidder shall ensure availability of manpower at the toll plazas 24*7. In case of
unavailability of manpower or shortfall in attendance (in shift) at site is brought to the
notice of PWD, penalty shall be imposed as under:
b. Absence of shortfall in attendance - Rs 1000/- per shift per fee plaza (Day shall have 3
shifts of 8 hours each)
c. Day wise attendance sheet shall be submitted with PWD with a copy torespective PD and Toll
Operating agency.
3.5 Double deduction/Overcharging in FASTag
The Bidder shall ensure for efficient functionality of RFID readers in lanes, a single FASTag
should not have two successful transactions within time difference (as latest specified by PWD).
There should not be any case of double/multiplededuction of FASTag account owing to multiple
processing of transaction through RFID reader/ ETC application to Acquirer Bank.
In case of any deviance, penalty shall be imposed as below –
• Up to 100 cases of double deduction/over-charging reported in a calendar month – Rs 500 per
case
• More than 100 cases of double deduction/over-charging reported in a calendarmonth – Rs
1000 per case
In addition to above, Bidder shall also be liable to pay for all the losses incurred by the
concessionaire/toll plaza operators.

Page 89 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

3.6 Non-reading FASTag – Free Passage


Gazette GSR 427(E), dated 7 May 2018 provisions –
“Provided also that if a vehicle user with a valid, functional FASTag or any such device with
sufficient balance in the linked account crossing a fee plaza installed with Electronic Toll
Collection infrastructure, is not able to pay user fee through FASTag or any such device owing
to malfunctioning of Electronic Toll Collection infrastructure, the vehicle user shall be
permitted to pass the fee plaza without payment of any user fee. An appropriate zero transaction
receipt shall be issued mandatorily for all such transactions”.
The Bidder shall ensure for proper functionality and alignment of Fixed RFID readers in
lanes, no case shall be found where a valid FASTag is not read by fixed RFID reader.
In case of any deviance, penalty shall be imposed as below –
In cases where vehicle user has been permitted to pass the fee plazas without payment of any
user fee, the Bidder shall be liable to pay for all the losses incurred by the concessionaire/toll
plaza operators on account of free passage of vehicle without payment of any user fee.
The Service Provide shall ensure that all ETC transactions shall be uploaded and downloaded as
per ICD document (2.4, 2.5 or latest) and PG Guidelines. In case of any deficiency in adherence
of ICD document and PG Guidelines, the Bidder shall be fully responsible to provide settlement
to the toll agencies for any rejection or non-uploading of ETC transaction. In case, settlement is
not provided to toll agencies, PWD shall recover the same amount from Quarterly O&M Charges.
The Bidder along with the Toll Operating Agency shall ensure that all transaction files of the
ETC systems are uploaded as per the service levels defined in the NETC program.
3.7 Type of maintenance work
The various classifications of maintenance and repair work and related services to beperformed
by the equipment Bidder shall include the following:
a) Preventive Maintenance
i. The work to be done consists of monthly inspection/cleaning and quarterly or bi-
annual checking, cleaning, and servicing of various system components and related
equipment. Minor deficiencies uncovered during the performance of preventive
maintenance shall be corrected immediately. Any problems which require further
attention or use of spare part(s)shall be recorded on the Fault Report Form.
ii. The objective of electronic equipment maintenance shall be to ensure reliability, to
purpling/enhancing its economic life and to improve its efficiency.
iii. Scheduled downtime / Routine maintenance is defined as a period of time when system
will remain unavailable for conducting necessary preventive maintenance, urgent
repairs etc. The maximum scheduled downtime for any site shall be 4 hours per lane
per month. The objective of electronic equipment maintenance shall be to ensure
reliability, to enhance its economic life and to improve its efficiency.
iv. Routine maintenance consists of a fixed set of checks, measurements, cleaning and
calibration. These activities shall be based on Equipment Bidder’s specifications and
general maintenance practices that include but not limited to:
v. Checking the condition of components, e.g., check connections for signs of
deterioration.

Page 90 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

vi. Check voltage levels: Power supply levels are crucial to the effective operation of
electronicequipment. Borderline levels could lead to intermittent faults and damage to
components. Voltage level changes are caused by the deterioration of capacitors,
transformers and semiconductor components.
vii. Certain measurements can also be performed to check the status of elements of the
system,i.e., impedance and isolation tests.
viii. Mechanical components need routine cleaning and lubrication to ensure their effective
operations.
ix. The equipment supplier shall ensure that software maintenance and upgrades are
possible during the maintenance period. Software test report of all service packs to be
applied on the live plaza system shall be submitted to the Concessionaire well in
advance. The service pack must be tested over the test rig in presence of the
Concessionaire before its applicationto the live plaza system.
x. The equipment supplier shall perform preventive maintenance of the software to be
provided under the Contract as part of the maintenance work. The Contract shall exert
the utmost care not to inadvertently damage the software and database and cause
erroneous or abnormal operation of the toll management system.
xi. The items for software maintenance shall include but not be limited to the following:
• Monitoring of CPU, Memory and disk utilization
• Monitoring of system availability over TCP/IP
• Monitoring of antivirus and system security software operation
• Backup of system and restoration of the system when necessary
• Monitoring and review of system and event logs.
• Applying upgrade and patch of the software provided by third party including
operating system and database management.
b) Corrective Maintenance
i. The work to be done consists of correcting malfunctions resulting from any cause
including but not limited to defective design, defective manufacturing process,
equipment deterioration and failure under normal operating conditions, improper
handling and inadequate operation by the Employer’s staff, the equipment supplier’s
staff, or third party.
ii. The work to be done consists of repairing damages to the equipment due to accidents,
vandalism, act of God, and pavement failures and includes clean-up of debris,
erecting necessary warning and safety devices, and hook-up of temporary equipment
if required to ensure the safety of the public.
iii. The equipment supplier shall maintain a comprehensive record of all maintenance and
repair activities and spare parts consumptions. The records shall include minimum
maintenance check list, fault reports, spare parts receiving and consumption records,
and work orders. The Bidder share ensure to keep all requisite equipment
maintenance tool at the toll plaza to carry out the maintenance activity.
3.8 Data Retention, Back-up and Restore Operations:

Page 91 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

a) Data Retention:
i. Data for each plaza shall be retained for entire Agreement period in the Toll Plaza
Server. The backup devices and media as per current industry practice shall also be
provided.
ii. The Bidder shall ensure adequate security measure for safeguarding of Toll
Transaction data, by providing, off site Disaster recovery or Data Storage mechanism.
iii. The Bidder shall also be responsible to extract and provide data /information basedon
requirement of law Enforcement Agencies of Govt. of India/ State based on specific
approvals on case-to-case basis.
i. However, it will be limited to the data captured in ETC and Toll Management Systems
as per standard operations and the data being retained as per retention schedule.
b) Data Back-up & Restore:
i. Bidder shall also demonstrate the backup & restore procedure successfully. The Bidder
shall prepare and implement a proper Data Backup & Restore policy with PWD's
approval, to ensure data safety and avoid data loss, in case of any untoward incidents.
ii. Such policy shall ensure Back-up & Restore of Toll Transaction data at least once in a
week.
iii. Bidder shall ensure to maintain the Data backup till Contract Expiry and ensure to submit
the data backup with PWD and concerned PD after expiry of Contract Agreement.
iv. Data shall be backed up onto a removable medium on a regular basis start from plaza
live date to end of Contract period.
v. PWD as per requirement shall intimate Bidder to restore the data for a specific period.
vi. The data generated in the system shall be handed over to PWD in readable form at after
the expiry of Contract Agreement. Following reports shall be submitted with PWD
after expiry of Contract Agreement: -
• Raw data for transactions
• Month wise transaction History report
• Month wise Traffic and Revenue report
• Class wise monthly traffic and Revenue report
• AVCC data for all lanes
c) Data Redundancy
i. All transaction and incident data shall be retained duplicated and stored within the
various levels of the toll collection system such that should any level or component of
that level suffer a partial or total failure, the data is not irretrievably lost to the system. In
addition, it shall be possible to reconstruct and restore the data for the failed level form
the stored data into its original format.
ii. Data retention times within the various levels shall be at least:
• Vehicle Processing at Lane Level in TLC: 6 months
• Plaza Level

Page 92 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

• Detailed Data: For entire Contract period


• Summarized Data: For entire Contract period
• Archived Data on USB external HDD Storage: Entire Contract period to be
handed over to the PWD/NHAI after expiry of Contract period
3.9 Statutory and Others
a.PWD shall reserve the right to get the security / compliance audit of the ETC and Toll
Management Systems done at any time through any agency appointed for the purpose and
the service provide shall extend all support & cooperation for smooth conduct of said
Audit.
b.The Bidder shall abide by all statutory guidelines and comply with rules/
regulations/guidelines framed by PWD and/or Ministry of Road Transport & Highways
from time to time; It shall be responsibility of the Bidder to incorporate such changes
within the stipulated time frame into the Toll Management System.
c. The Bidder shall comply with the guidelines and/ or Specifications and Standards including
the revisions thereof issued from time to time by Ministry of Road Transport &
Highways Govt. of India / IRC. In absence of which, the system and equipment provided
by the Bidder shall meet relevant American or European/ British standards &
specifications.
d.If bidder is found not using their proprietory TMS Software at allocated toll plazas, PWD may
suspend his work order with immediate effect.
3.10 Acceptance Test and Approvals
After installation of ETC and Toll Management System at the toll plazas in the current scope of
work, a Site Acceptance Test (SAT) shall be carried out at these plazas to test the system
functionality and performance as per the format finalized by PWD. Failure by the Bidder to
complete the Works and to have remedied all reported defects in Site Acceptance Test (SAT),
PWD shall not release the O&M services amount to the Bidder till all issues reported issues are
resolved.
System Development Progress Reporting:
The Bidder shall provide Hardware & Structure, work program and Progress report in English
for project Management Purpose on monthly basis.
3.11 Other Works
(1) Design and Drawing Responsibility
The Bidder shall be required to produce engineering design drawings of all Toll
Management Systems components / system, electrical installation and computer & data
transmission network systems. It shall be the Bidder’s responsibility to adhere to the
designs submitted during the implementation of ETC systems and Toll management
systems at the plazas. In case of any changes in the systems the Bidder shall modify and
resubmit the designs. The design should be submitted by the Bidder within 7 days of
receipt of notification of commencement of work.
(2) Electricity Requirements
The Bidder shall be required to submit the design of the electricity load requirement for
the Toll Management Systems / ETC Equipment, which shall include the cabling,

Page 93 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

distribution boards, and clean earthing system, in regard to its suitability for the Toll
Management Systems and ETC components. Toll Management Systems equipment
earthing shall be separated from the toll plaza utility power earthing. Earthing for all
equipment shall be the responsibility of the Bidder.
(3) Cabling to UPS Loads
The Bidder shall supply, install, terminate and connect all cabling from the power DB to
the entire field and control room equipment. The cable shall be suitably sized and earth
PVC insulated and steel wire armored copper cables. Wire armoring may be omitted, if
the cables are drawn through a conduit.

3.12 Payment Terms


i. Payment of Fastag equipments for each toll plaza will be done After successful installation
and commissioning of complete ETC system and integration with Central Clearing
House (CCH) including Go Live and completion of Integration with TMCC application
and On successful acceptance of Site Acceptance Test (SAT).
ii. Site Acceptance Test has to be conducted and certified by Committee of SE(E) Circle -1 ,
EE ( Elect.) QC and EE PWD. Electrical Dn. 1 Jaipur
iii. O&M Payment shall be paid for the toll plaza in equal quarterly instalment of Total O&M
Price from date of date of Go-Live of the plaza and after completion of SAT
iv. Service Provider will submit following reports to PWD for claiming O&M Payments.
S. Report type Duration To be shared with Report
No. Format
Preventive Maintenance report along Monthly Executive Engineer PDF
with photographs ( Electrical) / PD
Equipment Status Report Daily Executive Engineer PDF and
( Electrical) / PD Excel
Equipment repair/replacement report Daily Executive Engineer PDF and
for the claimed quarter ( Electrical) / PD Excel
Lane Wise Equipment Downtime Monthly Executive Engineer PDF and
Report (System Generated) ( Electrical) / PD Excel
Lane wise AVC Accuracy Report Monthly Executive Engineer PDF
(System Generated) ( Electrical) / PD
Attendance Record of Site Engineers Monthly Executive Engineer PDF
(Duly verified by respective Toll ( Electrical) / PD
Operating Agency)
Fault summary report Daily Executive Engineer PDF /
( Electrical) / PD Excel

*In absence of above-mentioned reports, Quarterly O&M Services payment shall not be
released by PWD. Monthly reports shall be shared by 5 th date of every month for previous
month and Daily report shall be shared before 14:00 Hrs. of previous day.

Page 94 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

PWD shall verify the Equipment downtime reports as per TMCC software and Plaza ETC
system and basis the same, Quarterly O&M services payment shall be released to the Service
Provider.
3.13 ASSIGNMENT MILESTONE & TIMELINES
The following table captures the key events and their associated timelines
Sl.
Milestone Description Timelines
No.
Submission of detailed
1. report based on site Within 10 days from the date of Agreement
assessment survey
Submit schedule for
2. work execution plan for Within 5 days of submission of Site Survey Report
each toll plaza
Supply, install and • In case Site is FIT for Implementation: -
commission all the Within 180 days* (inclusive of Sl. no. 1 & 2) from the of
items including Go- date of Agreement, System Integrator shall have to carry out
Live with CCH
3. site survey and report site- readiness status to PWD.
• In case Site is not FIT for Implementation: -
Within 180 days* (inclusive of Sl. no. 1 & 2) from date of
intimation for site readiness by PWD/concerned PIU

Penalty for delay in commissioning including Go-Live with CCH shall be imposed @ 0.l % per
day up to 10% of project cost.

4. Technical Specification
4.1 ETC Transceiver Mounted on Canopy:
Methodology Activity:
S. No Description of equipment

4.1.1 ETC RFID Reader


Specifications Unit Minimum Specifications
Frequency range [MHz] 865–868
Impedance antenna port [Ohm] 50
Max. TX power,
dBm] 33
conducted
[dBm ERP]
Max. TX power, radiated 33
[dBm EIRP]

Page 95 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Specifications Unit Minimum Specifications


RX sensitivity [dBm] typ. –80
Number of antenna ports [R-TNC] 4
EN302208-2 V2.1.1, EN301489-3, EN50364,
Standards EN62368-1, EN60529, EPC Gen2 V2, UCODE
DNA
Voltage
Local supply [VDC] +10 to +30
Connector M12, A-coded, 4-pole
Remote feed [VDC] PoE+ according to 802.3at (35–57)
Connector M12, X-coded, 8-pole, port 1 only
Power consumption
Local supply [W] 25.4
Remote feed [W] 25.4
Embedded Pc
Processor ARMv7-A based processor, 2 cores @ 800 MHz
Flash memory (eMMC) [Gbyte] 8
RAM DDR3 [Gbyte] 1
Operating system Linux
Ethernet
Number of Ethernet ports 2
Datarate Mbit/s] 10/100
Connector M12, X-coded, 8-pole
©KRAI
TX Frequency [kHz] 22
Supply voltage (output) [V] 5
Max. current per port [mA] 100
LED visualisation
Freely programmable 12
Fixed 1 (power LED)
GPIO
Type 4 inputs, 4 outputs (double insulation possible)
Max. input voltage [V] 30
Max. output voltage [V] 30
Max. current per output
[mA] 500
port
Max. current over all
[mA] 1500
outputs
Connector M12, A-coded, 12-pole
RFID controller

Page 96 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Specifications Unit Minimum Specifications


Processor ARMv7-A based processor with 600 MHz
Flash memory eMMC Gbyte 4
RAM DDR2 Gbyte 128
Operating system Linux
Mechanical properties
Degree of protection IP67
Operating temperature
[°C] –20 to +65
range
Storage temperature range [°C] –40 to +85

4.1.2 ETC RFID Antenna


Specifications Unit Minimum Specifications
Frequency range [MHz] 865–868
Impedance antenna port [Ohm] 50
Max. TX power,
dBm] 33
conducted
[dBm ERP]
Max. TX power, radiated 33
[dBm EIRP]
RX sensitivity [dBm] typ. –80
Number of antenna ports [R-TNC] 4
EN302208-2 V2.1.1, EN301489-3, EN50364,
Standards EN62368-1, EN60529, EPC Gen2 V2, UCODE
DNA
Voltage
Local supply [VDC] +10 to +30
Connector M12, A-coded, 4-pole
Remote feed [VDC] PoE+ according to 802.3at (35–57)
Connector M12, X-coded, 8-pole, port 1 only
Power consumption
Local supply [W] 25.4
Remote feed [W] 25.4
Embedded Pc
Processor ARMv7-A based processor, 2 cores @ 800 MHz
Flash memory (eMMC) [Gbyte] 8
RAM DDR3 [Gbyte] 1
Operating system Linux
Ethernet
Number of Ethernet ports 2

Page 97 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Specifications Unit Minimum Specifications


Datarate Mbit/s] 10/100
Connector M12, X-coded, 8-pole
©KRAI
TX Frequency [kHz] 22
Supply voltage (output) [V] 5
Max. current per port [mA] 100
LED visualisation
Freely programmable 12
Fixed 1 (power LED)
GPIO
Type 4 inputs, 4 outputs (double insulation possible)
Max. input voltage [V] 30
Max. output voltage [V] 30
Max. current per output
[mA] 500
port
Max. current over all
[mA] 1500
outputs
Connector M12, A-coded, 12-pole
RFID controller
Processor ARMv7-A based processor with 600 MHz
Flash memory eMMC Gbyte 4
RAM DDR2 Gbyte 128
Operating system Linux
Mechanical properties
Degree of protection IP67
Operating temperature
[°C] –20 to +65
range
Storage temperature range [°C] –40 to +85

4.2 Electronics Enclosure:


S.
Parameter Minimum Specifications
No.
1 Locking System Enclosure shall have a unique key allowing access to the electronic.
The cabinet door shall be monitored utilizing proximity switch. Door
open/ Close events shall be recorded as incidents identified by time
2 Door monitoring
and Lane. The incidents are to be displayed on the plaza software
subsystem.
All external cables shall be protected against the effects of lightning
3 Cabling Layout and shall comply with all requirements for the control of inteBidrence
from EMI. All data cables shall be screened and shall be properly

Page 98 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

separated and shielded from all power cables.


Ventilation and
All equipment endorsed by the cabinet shall be kept at a temperature
4 internal
consistent with manufacturer’s recommendations.
temperature

4.3 Toll Lane Controller


Descriptions Specifications
TYPE Industrial Grade Fan less Compact Embedded Computer
Installation DIN-rail mounting inside the Electronic Enclosure
Cables Power Cable, UTP cable
Material and finishes Aluminium housing, As per manufacturer’s specifications
Colour Manufacturer’s Original Colour
Operating: 12V/24V, 50 Hz. With power adaptor,
Power Supply
15W max. Power consumption
Access for
maintenance,
Minimal maintenance, off-the-shelf product
modularity of
construction
• Processor i7 or higher
• RAM 08 GB or higher
• Storage: SSD, 1 TB or higher
• Supports Compact Flash socket for type I/II Compact Flash disk
• Mini PCIe expansion for communication module, i.e. HSDPA,
WLAN

• Ports: RS-232/422/485 x 3, USB Type A x 2 for USB 3.0, USB


Design Criteria
Type A x 2 for USB 2.0, Mini PCIe expansion for communication
module i.e. HSDPA, WLAN, 1*DB-44 for Digital I/O(5V) 32-bit,
RJ-45 x 2 for GbE LAN
• PLC Interface
• Operating System: with latest Windows Pro operating
system/Linux
• Application Software: Lane Software and AVC Software
• Software (Client) link to Server CALS, as required
PLC 32 bits microprocessor
Number of I/O 20 nos. (16 digital input and 12 relay Output)
Communication Ethernet
Maximum program
400 blocks
memory
Induction Power Status LED

Page 99 of 194
Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Operating Voltage 24VDC


Short-circuit
External fuse required
protection
Cycle time < 0.1 ms /function

4.3.1 Features of Toll Lane Controller


S. No. Features Required.
The Toll Lane Controller (TLC) is situated in the tunnel underneath the toll lane or
in the booth and has the principal task of controlling the toll collection function and
1 all the peripheral equipment, transmitting information and data on all lane activities
to a local ETC Server and receiving other control information and data from the
ETC server. It also has the function of controlling all the peripherals connected to it.
All hardware, software, TLC interfaces to peripherals and local ETC Server shall be
2
supplied by the equipment supplier.
All lane operating data shall be stored in the local Solid-State drive in the lane.
Adequate RAM shall be provided to prevent “Thrashing” of the Solid-State drive.
The Solid-State Drive shall have enough memory to load and maintain all necessary
program tables (like ETC blacklist, whitelist, discount list etc.) and data in memory,
to optimize the toll collection functionality. Each transaction data collected from the
3
lane peripherals shall be stored in the Solid-State Drive of the TLC in a separate
start of each month, before being transmitted to the master database in the local ETC
server. This data shall remain in the Solid-State Drive irrespective of transmission to
the local ETC server until a period of 1 month. At the start of the 7th month, the 1 st
week’s data shall be deleted from the Solid-State Drive on the basis of FIFO logic.
There should be a mechanism for auditing the real time data transmission (including
4 incidents) over a predetermined time period (say 30 minutes) and automatic data
retrieval from the lane in case of data mismatch.
The TLC must be capable of storing the following minimum information:
6 months of transaction data and at least 1 month of images associated with
5
transaction. 500000 Blacklist and discount files of FASTag 5 Tariff Table (active and
pending)
A transaction record shall contain all the necessary information to enable complete
6
control and auditing of the system.
The minimum required fields are as follows: -
Ø Transaction Sequence Number
Ø Date
Ø Time
7
Ø Plaza
Ø Lane
Ø Shift
Ø Collector Id

Page 100 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S. No. Features Required.


Ø Manual Vehicle Class
Ø Tag Vehicle Class (TVC)
Ø Automatic Vehicle Class (AVC)
Ø Supervisor Class
Ø Mapper Vehicle Class
Ø Method of Payment
Ø Image ID (in case of a violation transaction)
Ø Tag Id
Ø VRN no. (XXXXXXX in case of FASTag)
Ø Transaction Amount
The transaction time shall be the time when a Tag is detected at transaction area or
8
when the toll collector validates the MOP for manual transaction.
The TLC shall be capable of interfacing with at least the following peripheral
equipment:
Ø RFID Reader
Ø Toll Collector Display
Ø User Fare Display
Ø Vehicle guidance signals (Traffic Lights)
Ø Overhead Lane Sign
9 Ø Automatic Exit Barrier
Ø Exit Barrier Loop
Ø AVC system including AVC loop
Ø Electronic Toll Collection Equipment
Ø Incident Recording (CCTV) System
Ø License Plate Image Capture Camera
Ø Thermal Receipt Printer
Ø Barcode Reader
The TLC shall further allow for interfacing via three additional (spare) high-speed
serial devices. All components of toll lane controller (TLC) should be available in
10
open market including Digital I/O board of industrial grade, there should not be any
customize panel/card inside TLC.
The TLC shall be capable of communicating with the local ETC server.
Communication shall consist of data necessary to build a complete database in the
local ETC server, from which the required financial and operating reports and
statistics can be generated. The local ETC server shall also receive and log any
11 reportable incidents occurring in the lane, which shall be transmitted real-time to the
Incidents Computer (IC) for action by the toll supervision staff. In terms of
incidents, real-time shall mean the time from the occurrence of the incident to the
storage of the incident and the subsequent display of the incident on the IC; shall not
be greater than 2 seconds.

Page 101 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S. No. Features Required.


As described above, all data entries shall be sequentially numbered and referenced
to other related entities. The incidents that occur during a transaction shall refer to
12
that transaction. Transactions and incidents shall refer to the applicable financial
entity in which they occur.
An automatic / manual data validation process is required to check for data
continuity and missing/duplicate data. An audit trail of manual corrections is
13 required. The data validation process shall be linked to a “data not complete
message that will be indicated on reports if data is missing / pending validation /
consolidation.
The TLC (via the AVC) shall monitor the lane at all times for any traffic violation or
incident; and for failure of any of the toll equipment. The level of incident reported
14
to plaza via the peripherals in the toll lane or reported to the LOCAL ETC SERVER
shall be a parameter setting in the software available at a definable level.
The TLC shall also be capable of receiving messages from the local ETC Server.
These messages will contain data on the Tariff tables, classification table, whitelist,
15 tag blacklists, ETC account balance, etc. Should the link between the TLC and the
LOCAL ETC SERVER fail, a system to download such information locally into
either end (TLC & LOCAL ETC SERVER) is to be made available.
The CCH maintains a vehicle class description that is generic to all toll plazas.
However, as the vehicle class description at each toll plaza for the same vehicle may
16 be different, the TLC shall maintain a mapping of the CCH Vehicle class to the
Plaza Vehicle class. The TLC generated transaction shall always refer to the Plaza
vehicle class.
Extended operation of the TLC in the Local Mode must be possible. The system
shall manage its data storage capacity to ensure adequate free space for the
operating system, application and data. The system shall provide warnings regarding
free space when the storage capacity reduces to predefined critical limits. If the data
17
storage on the TLC reaches this critical limit, it shall immediately instruct the plaza
to stop processing of transactions any further and inform the supervisory staff to
initiate a data extraction procedure. The data extraction shall be carried out via a
thumb drive or portable computer and restored in the LOCAL ETC SERVER.
The Equipment Supplier shall provide the details on the TLC data management
18
strategy.
The TLC shall be capable of producing a printed report in the lane (mini shift) for
each period worked (each login to logout period). The system shall allow generation
19 of such reports only for certain predefined privilege levels. Time throughout the
entire toll collection system shall be synchronized with reference to the LOCAL
ETC SERVER.

4.3.2 TLC and PC Enclosure:

Page 102 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
1 Locking System Enclosure shall have a unique key allowing access to the TLC.
The cabinet door shall be monitored utilizing proximity switch. Door
Door open/ Close events shall be recorded as incidents identified by time
2
monitoring and Lane. The incidents are to be displayed on the plaza software
subsystem.
All external cables shall be protected against the effects of lightning
and shall comply with all requirements for the control of interference
3 Cabling Layout
from EMI. All data cables shall be screened and shall be properly
separated and shielded from all power cables.
Ventilation and
All equipment endorsed by the cabinet shall be kept at a temperature
4 internal
consistent with manufacturers recommendations.
temperature
All cables (power & signal) shall be properly routed and dressed with
5 Cable dressing
suitable railings inside the enclosure and ties.
The signal & power cable terminations shall be identified by proper
numbering. In addition to the termination at the controller end, this
Cable numbering shall also be maintained at locations where the cables are
6
numbering exposed (like manholes, junctions) and at the peripheral end. Further,
all the individual component boards shall be properly identified by
labeling.
The signal & power cable (from the peripherals) terminations shall be
Cable kept separated inside the cabinet. The cable routing inside the
7
terminations enclosures shall be done in a proper manner, so that, aesthetics apart,
the cable faults can be traced, and faulty cables replaced easily.
The TLC shall receive UPS power from the UPS distribution panel.
Any special electrical protection / interface unit shall be provided by
8 Power Supply the Bidder, if required, based on the needs of the device. The power
distribution to the lane peripherals from the TLC shall be adequately
protected with the help of surge arresters, lightning protection, etc.
The TLC panel should have short circuit, overload, line filter & surge
protection devices for power & data. Each equipment which to be
9 Protection
connected with TLC should have separate circuit breaker & fuse.
Beside this, TLC enclosure should be IP 55 rated.

4.4 Automatic Vehicle Classification System:


S.
Parameter Minimum Specifications
No.
The system shall be profiler based and 100% auditable, accuracy of
Accuracy
1 vehicle counting should be 100% and classification shall not be less than
Level
98%. AVC sensors range between Rx and Tx or transceiver must work at

Page 103 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
least 7.5 m.
Ø Each transaction recorded by the system shall be uniquely and
sequentially numbered.
Ø The AVC shall be able to provide information to a laptop or to a
computer connected to the same network as on AVC computer that shall
be used for auditing the classification of the AVC as well as the
classification of the lane operator.
Ø The audit function shall be done in the following manner.
o The auditor shall connect to the AVC computer through network or RS-
232 port of the AVC computer.
o Start audit application/data extraction application.
o Enter Plaza name, AVC number, User id and Password
o Enter the date and duration for the audit.
o Press enters to start data extraction (any time the auditor shall be able
to cancel current command to start with other specific duration).
Audit Ø Obtain output of the audit report in XLS format and it shall contain at
2
Features least the following:
o Transaction sequence number
o Date & time of the transaction
o Lane ID
o Shift ID
o TLC class
o AVC class
o MOP
o Incident type and details associated with the
transaction, if any
The Bidder shall provide a data extraction tool which can extract the
AVC/TLC data for a user defined period in XLS format using that tool.
For audit purposes, it shall be possible to enable all transactions as
incidents in order to grab LPIC images and ICS image for Supervisor /
Auditor review per lane / direction / all lanes.

4.4.1 Automatic Vehicle Classifier Specs.


S.
Parameter Specification
N
Max. 65 m (213’) / 10 m (30’) @ 2% remission factor / 30
1 Working Distance
m (98’) @ 10% remission factor
2 Coverage 1 lane per unit

Page 104 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Accuracy For vehicle


3 99.99%
counting
4 For vehicle classification 95.9% (For Standard Brackets)
5 Technology LASER scanner, Time-of-Flight measurement
6 Number of Points / Plane 274
7 Angular Resolution Max. 0.3516°
8 Angular Coverage Max. 96°
9 Rotating Speed 900 turns / min
10 Scanning Frequency 60 Hz
11 Degree of Protection IP67
12 Interface RS485, TCP
13 Expected Lifetime 20 years
14 Humidity 0 – 95% non-condensing
15 Power Supply 10 – 35 VDC, < 5W
16 Peak Current at Power-on 1.8 A (max. 80 ms @ 35 V)
17 Operating Temperature 14 – 140 °F (-10 – 60 °C) if powered;
1 Blue LED: Power-on Status
18 LED-Signal 1 Orange LED: Error Status
2 Bi-coloured LEDs: Function Status

Page 105 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4.4.2 Independent AVC Controller Specification


S. No Parameter Specification
Industrial grade motherboard with intel Core i7
1 CPU
minimum 7th Gen
2 Clock Speed 2.1 GHz
3 RAM 8 GB DDR4
4 SDD 1 TB
5 Operating System Latest windows Pro/ Linux operating system
6 Communication Ports Intel® Industrial-grade GbE LAN (3 No)
4X USB3.0 HDMI x 2 Triple Display, 4K HDMI
7 I/O Ports
32-BIT DIO Socket 6X RS-232/422/845
8 Size 264.2 x 124.5 x 156.2 mm
9 Voltage Range 9~36 V DC
10 Temperature Range -20°C ~ 55°C

4.4.3 IR Sensor Specifications


S. No Parameter Specification
1 Sensing Beam Mode Infrared LED
2 Power Supply 10-30 V dc
3 Operating Temperature -20 – 70 °C
4 Output response time (ms) 0.6
6 IP Rating IP67
7 Max Op. Relative Humidity [%] 95% @ 50°C
8 Lens Material Acrylic
9 Power Sup Input/Output Discrete
10 Max Sensing Distance (m) 15

4.4.4 Automatic Vehicle Classification System Enclosure:


S.
Parameter Minimum Specifications
No.
1 Locking System Enclosure shall have a unique key allowing access to the TLC.
The cabinet door shall be monitored utilizing proximity switch. Door
Door open/ Close events shall be recorded as incidents identified by time
2
monitoring and Lane. The incidents are to be displayed on the plaza software
subsystem.
All external cables shall be protected against the effects of lightning
and shall comply with all requirements for the control of interference
3 Cabling Layout
from EMI. All data cables shall be screened and shall be properly
separated and shielded from all power cables.

Page 106 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ventilation and
All equipment endorsed by the cabinet shall be kept at a temperature
4 internal
consistent with manufacturers recommendations.
temperature
All cables (power & signal) shall be properly routed and dressed with
5 Cable dressing
suitable railings inside the enclosure and ties.
The signal & power cable terminations shall be identified by proper
numbering. In addition to the termination at the controller end, this
Cable numbering shall also be maintained at locations where the cables are
6
numbering exposed (like manholes, junctions) and at the peripheral end. Further,
all the individual component boards shall be properly identified by
labeling.
The signal & power cable (from the peripherals) terminations shall be
Cable kept separated inside the cabinet. The cable routing inside the
7
terminations enclosures shall be done in a proper manner, so that, aesthetics apart,
the cable faults can be traced, and faulty cables replaced easily.
The TLC shall receive UPS power from the UPS distribution panel.
Any special electrical protection / interface unit shall be provided by
8 Power Supply the Bidder, if required, based on the needs of the device. The power
distribution to the lane peripherals from the TLC shall be adequately
protected with the help of surge arresters, lightning protection, etc.
The TLC panel should have short circuit, overload, line filter & surge
protection devices for power & data. Each equipment which to be
9 Protection
connected with TLC should have separate circuit breaker & fuse.
Beside this, TLC enclosure should be IP 55 rated.

4.5 User Fare Display with mounting pole:


S.
Parameter Minimum Specifications
No.
Ø The User Fare Display (UFD) shall be located in the toll lane in a
position where it is readily visible to and readable by Users from the
pay point. The display has the primary purpose of informing the User
of the vehicle. It shall convey ETC balance information & low balance
warnings, public relations and seasonal messages. or Technical
Description and specifications as per supplementary agreement (Pole - GI pipe, OD -
1
Function 88 mm dia, ID- 80mm, 3000 Height)
Ø The UFD shall be of variable message type and shall have high
intensity LED or similar Operator approved display of 16 characters
per line in three lines with the option of scrolling for displaying
seasonal messages.
Ø The UFD shall send status information to the TLC for interface with

Page 107 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
plaza subsystem.
Ø Size: 750 X 450 mm
Ø Character per Line: At least 16 per line
Ø Luminous Intensity: >2000 mcd
Ø Display: Red LED
2 Specifications
Ø Visibility Range: 10 m
Ø Enclosure: MS
Ø MTBF: 50,000 hours
Ø MTTR: less than 30 minutes
The UFD shall receive UPS power from the TLC. Any special
3 Power Source electrical protection / interface unit shall be provided by the
Contractor, if required based on the needs of the device.
4 Protection The UFD shall be IP 65 rated or better.

4.6 Automatic Barrier Gate:


S.
No Parameter Minimum Specifications
.
Ø The lane exit barrier shall be suitable for high- speed ETC
transactions. One full open- close cycle shall not take more
than 1.2 seconds. The barriers are being used in the ETC
express lane; the barriers shall be capable of full lane open
from a close state in less than 0.6 seconds.
Ø The housing and any mounting frame shall be fabricated
from corrosion-resistant materials. They shall be IP 54 rated.
The barrier shall be driven electrically. The motor shall not be
damaged when the barrier is blocked in any position. Exit
barriers shall have presence detectors independent to the AVC
Description and
1 system to prevent barrier arms coming down on vehicles while
Function
passing. This shall be in the form of infrared units and
dedicated embedded loops. Apart from the barrier arm, the
mechanism may not have any moving protrusions that pose a
risk to persons standing in close proximity to the barrier.
Ø The barrier arm shall be fabricated from a light, corrosion
resistant material readily and inexpensively available in India.
The barrier arm shall further have a protective mechanism
whereby controlled fracture of the barrier arm occurs without
damage to the housing or motor in the event of frontal
collision. Preference will be given to non- destructive break-

Page 108 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
No Parameter Minimum Specifications
.
away mechanisms. Further, there shall be a protection
Ø mechanism to detect the presence of vehicles to avoid
accidental hitting on the vehicles, whenever the boom is
triggered for closing.
Ø Suitable power supply scheme shall be implemented by the
Contractor to feed the Exit barrier to protect the source from
being damaged due to electrical surges / spikes injected by the
dynamic (inductive) load. Further, the drive shall be so
designed as to the damping factor is just sufficient for the
drive to operate the booms without any jerks during open /
close to avoid freak hitting by the exiting vehicles.
Ø Barrier arms shall have retro-reflective red stripes in
accordance with the local traffic sign standards.
Ø Boom Length: 3 m or 3.5 m
2 Specifications
Ø Boom Material: Aluminium
Ø The Automatic Barrier Gate shall receive power directly
from dedicated online UPS. Suitable protection shall be
3 Power Source provided by the Contractor at the load end to protect the Boom
Barrier. The Contractor shall fulfil any specific earthing
requirement.
4 Protection Ø The Automatic Barrier Gate shall be IP 54 rated.

4.6.1 Specifications of Boom Barrier Gate


Gate arm Length 3.0 Meter/3.5 Meter
Speed in one direction 0.6 Sec
Duty Cycle 100%
Housing L/W/H 14”/12”/43” (360mmx300mmx1100mm)
Traffic arm position Left or right with swing away flange
Operating Temperature -22°F – 158°F (-30°C – 70°C)
Supply Voltage 88VAC-264VAC, 47Hz-63Hz
Power consumption Max.
Speed 0.6 sec.210W
(W)
Weight Approx. 128lbs (57kg)
Gate arm weight Approx. 5lbs (2.4kg) round gate arm
Standard:
RAL5010 white base and door with RAL5012 blue top
Color
RAL5010 white base and door with RAL5010 white top
Optional: Custom colors

Page 109 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4.7 Overhead Lane Status Sign (OHLS):


S.
No Parameter Minimum Specifications
.
Ø The Overhead Lane Sign (OHLS) is located above the centre of
the lane at the lane entrance. The purpose of the OHLS is to indicate
to the User whether the toll lane is open for the processing of vehicle
or closed. A red cross is used to signal that the lane is closed, whilst a
green arrow is used to indicate that the lane is open to traffic.
Ø Signs must be sufficiently bright and directed to indicate to a
Description
1 motorist, approaching the toll plaza, at a distance of 300 m on a
and Function
bright cloud free day that the lane is available for use. The OHLS
status shall also be visible up to a peripheral view of 45 degrees from
the travel axis.
Ø At any situation, both RED and GREEN part shall not glow
simultaneously. Under failure conditions, only Red Cross shall be
displayed until rectification.
Ø Size: 480 mm X 480 mm
Ø Display (Cross): Red LED
Ø Display (Arrow): Green LED
Ø LED: 5mm in diameter, 8000 mCd
2 Specifications
Ø Visibility Range: 150 m (under extreme weather conditions) and
300 m under normal ambient conditions
Ø Enclosure: MS with powder coating
Ø Environmental Protection : IP 65 or better grade

3 Power Source Ø The OHLS shall receive UPS power from the TLC.

4.8 Traffic lights with mounting pole:


S.
Parameter Minimum Specifications
No.
Ø The Traffic Light (TL) shall be located in the toll lanes in a position
where it is readily visible to users of the toll road, usually on the side
of the lane beyond the toll booth. The traffic light shall consist of two
traffic light heads mounted on a suitable pole. A red signal is used to
Description and
1 indicate that the user should stop whilst the green signal is used to
Function
indicate that the user should proceed.
Ø At any situation, both RED and GREEN part shall not glow
simultaneously. Under failure conditions, only RED arrow shall be
displayed until rectification.

Page 110 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø Size : 200 mm with sun visor
Ø Display (Stop) : Red LED
Ø Display (Start) : Green LED
2 Specifications
Ø Visibility Range : 20 m (under normal visibility conditions)
Ø Enclosure : MS Housing
Ø Mounting : On Pole
Ø The TL shall receive UPS power from the TLC. Any special
3 Power Source electrical protection / interface unit shall be provided by the
Contractor, if required based on the needs of the device.

4.9 Loops with Detector


Function - Loop Detector is used for detecting presence of the vehicle over the Loop Sensor.
The detector is connected to an inductive loop mounted in the road surface. When vehicles pass
over the loop the detector switches on an output
4.9.1 Technical Specification
Special
S.N. Specification Value Unit
Remarks
Approx. 23 – Approximately: 0.02% = 22 +/-2ms,
1 130KHz 0.05% & 0.1% = 15 +/-1ms, 0.5% =
(Multiplexing) 8 +/-1ms after vehicle enters loop.
Dual Chanel
2 Channels 2
Detectors
3 Frequency levels 4 adjustable
LED indicators show: Power, Detect
4 Led Induction
state and Loop Fault.
Operating Degree
5 -40°C to +80°C
Temperature Celsius
6 Loop Frequency Approx. 23 – 130KHz (Multiplexing)
7 Operating Voltage 12 V

4.10 Incident Capture Camera with mounting Poles:


Type 2MP MOTORIZED BULLET CAMERA
Image Sensor 1/2.8" CMOS Progressive 2.0 Megapixel
Day / Night IR Cut Filter with Auto Switch
Lens Type Motorized
Focal Length 2.7-13.5 mm
Focus Auto / Manual
Iris DC Auto Iris

Page 111 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Lens Mount Φ14


Angle of View
102.8° ~ 31.3°
(H)
Angle of View
57.3° ~ 17.6°
(V)
Angle
Bracket; Pan: 0~360°, Tilt: 0~75°, Rotate: 0~360°
Adjustment
Aperture Range F1.6 ~ F3.3
Shutter 1s to 1/100,000s
Min.
Color: 0.001 lux @ F1.6, B/W: 0 lux with IR
Illumination
AGC Auto / Manual
Digital Noise
3D DNR
Reduction
S/N Ratio 55 dB
Defog Smart Defog
WDR 120 dB
Smart IR Up to 80 m
Wavelength 850 nm
White LEDs N/A
Max.
1920x1080
Resolution
Video
H.265+, H.265, H.264, MJPEG
Compression
Main Stream: (1920×1080, 1280×720, 704×480, 640×480) @ 30fps,
(1920×1080, 1280×720, 704×576, 640×480) @ 25fps Sub Stream: (704×480,
Frame Rate 704×240, 640×360, 352×240) @ 30fps, (704×576, 704×288, 640×360,
352×288) @ 25fps Third Stream: (704×480, 704×240, 352×240) @ 30fps,
(704×576, 704×288, 352×288) @ 25fps
Stream Settings i-Frame, PAL/NTSC, Frame Rate (1~30FPS), EIS, SVC
Video Bit Rate 32 kbps ~ 8 Mbps
Bitrate Type CBR, VBR
Brightness, Contrast, Saturation, Hue, Sharpness, Rotation/Mirror, Gain,
Image Settings
Exposure, Day/Night
Auto, Semi Auto, Sunshine, Daylight, Warm Light, Filament, Nature Light,
White Balance
Lock WB, Manual
Corridor Mode Supported
HLC Supported
BLC Supported
OSD Total 8 regions
OSD Type Title, Week, Date, Time, Text with different colors and adaptable sizes

Page 112 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

(16×16, 32×32, 48×48, 64×64), Image overlay


ROI Up to 8 regions
Privacy Mask Up to 8 regions
Heatmap Supported
AUDIO
Audio
G.711A, G.711U, ADPCM_D, AAC_LC
Compression
Audio Bit Rate 8 kbps ~ 48 kbps
Input: Level 5V, Input Impedance 1500 ohms Output: Level 3V, Output
Audio Voltage
Impedance 100 ohms
Built-in Mic Supported with noise cancellation
SMART
Behavior Intrusion (Perimeter), Crossline (Tripwire), Double Crossline (Double
Detection Tripwire)
Intelligent Loitering, Running, Abandoned Object (Object Left), Missing Object (Object
Identification Lost), Parking
Face Detection (Capture), People Counting, Crowd Detection, On Duty
Statistical
Detection, Helmet Detection, Human & Vehicle
Analysis
Classification, Abnormal Video & Audio Detection
Motion Detection, Tampering (Masking), Input & Output Event, IP & MAC
Alarm Address Conflict, Disk Alarm (Full & R/W Error),
Management FTP Server Exception, Abnormal Voltage, Pre/Post Alarm Recording, Alarm
Recording/Snapshot
INTERFACE
TCP/IP, UDP, IPv4 ,IPv6, ICMP, HTTP, HTTPS, FTP, NFS, DHCP, DNS,
DDNS, RTP, RTSP, RTCP, RTMP, PPPoE, NTP, UPnP, SMTP (SSL/TLS),
Protocols
IGMP, 802.1X, QoS (DSCP), Unicast, Multicast, ARP, SNMP, SSL, Telnet,
SFTP (SSH), P2P
AES Video Encryption, IP Filter, User Authentication (Multiple Privilege
Security Level), 802.1X Authentication (EAP-MD5), HTTPS Authentication, Digest
Authentication, User Access Log
Compatibility ONVIF Profile (S, G, T), SDK/API/CGI
Network 1 x RJ45 10M/100M Self Adaptive Ethernet Port
Alarm Interface 2 Input / 1 Output
Alarm Voltage Input (switch type) , Output (3.3V-12V, 10 ohm)
RS485 Supported
USB N/A
Edge Storage Built-in MicroSD card slot, up to 512 GB
ANR Supported
Cable Interface Pig Tail
Remote ≤8

Page 113 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Connection
Web Language 15
GENERAL
Power Supply 12V DC, PoE (IEEE 802.3af)
Max. Power 8.5 W (12V DC), 10 W (PoE)
Consumption
Working -35 °C ~ 65 °C
Temperature
Working
0-95% RH (non-condensing)
Humidity
Ingress
IP67
Protection
Vandal
IK10 (Housing)
Resistant
Surge
Supported
Protection
Reset Button Supported

4.11 Automatic Number Plate Recognition Camera


Type 2MP MOTORIZED BULLET CAMERA
Image Sensor 1/2.8" CMOS Progressive 2.0 Megapixel
Day / Night IR Cut Filter with Auto Switch
Lens Type Motorized
Focal Length 2.7-13.5 mm
Focus Auto / Manual
Iris DC Auto Iris
Lens Mount Φ14
Angle of View (H) 102.8° ~ 31.3°
Angle of View (V) 57.3° ~ 17.6°
Angle Adjustment Bracket; Pan: 0~360°, Tilt: 0~75°, Rotate: 0~360°
Aperture Range F1.6 ~ F3.3
Shutter 1s to 1/100,000s
Min. Illumination Color: 0.001 lux @ F1.6, B/W: 0 lux with IR
AGC Auto / Manual
Digital Noise
3D DNR
Reduction
S/N Ratio 55 dB
Defog Smart Defog
WDR 120 dB
Smart IR Up to 80 m
Wavelength 850 nm

Page 114 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

White LEDs N/A


Max. Resolution 1920x1080
Video Compression H.265+, H.265, H.264, MJPEG
Main Stream: (1920×1080, 1280×720, 704×480, 640×480) @ 30fps,
(1920×1080, 1280×720, 704×576, 640×480) @ 25fps Sub Stream:
Frame Rate (704×480, 704×240, 640×360, 352×240) @ 30fps, (704×576,
704×288, 640×360, 352×288) @ 25fps Third Stream: (704×480,
704×240, 352×240) @ 30fps, (704×576, 704×288, 352×288) @ 25fps
Stream Settings i-Frame, PAL/NTSC, Frame Rate (1~30FPS), EIS, SVC
Video Bit Rate 32 kbps ~ 8 Mbps
Bitrate Type CBR, VBR
Brightness, Contrast, Saturation, Hue, Sharpness, Rotation/Mirror,
Image Settings
Gain, Exposure, Day/Night
Auto, Semi Auto, Sunshine, Daylight, Warm Light, Filament, Nature
White Balance
Light, Lock WB, Manual
Corridor Mode Supported
HLC Supported
BLC Supported
OSD Total 8 regions
Title, Week, Date, Time, Text with different colors and adaptable sizes
OSD Type
(16×16, 32×32, 48×48, 64×64), Image overlay
ROI Up to 8 regions
Privacy Mask Up to 8 regions
Heatmap Supported
AUDIO
Audio Compression G.711A, G.711U, ADPCM_D, AAC_LC
Audio Bit Rate 8 kbps ~ 48 kbps
Input: Level 5V, Input Impedance 1500 ohms Output: Level 3V,
Audio Voltage
Output Impedance 100 ohms
Built-in Mic Supported with noise cancellation
SMART
Intrusion (Perimeter), Crossline (Tripwire), Double Crossline (Double
Behavior Detection
Tripwire)
Intelligent Loitering, Running, Abandoned Object (Object Left), Missing Object
Identification (Object Lost), Parking
Face Detection (Capture), People Counting, Crowd Detection, On
Statistical Analysis Duty Detection, Helmet Detection, Human & Vehicle
Classification, Abnormal Video & Audio Detection
Motion Detection, Tampering (Masking), Input & Output Event, IP &
Alarm Management MAC Address Conflict, Disk Alarm (Full & R/W Error),
FTP Server Exception, Abnormal Voltage, Pre/Post Alarm Recording,

Page 115 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Alarm Recording/Snapshot
INTERFACE
TCP/IP, UDP, IPv4 ,IPv6, ICMP, HTTP, HTTPS, FTP, NFS, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, RTMP, PPPoE, NTP, UPnP, SMTP
Protocols
(SSL/TLS), IGMP, 802.1X, QoS (DSCP), Unicast, Multicast, ARP,
SNMP, SSL, Telnet, SFTP (SSH), P2P
AES Video Encryption, IP Filter, User Authentication (Multiple
Security Privilege Level), 802.1X Authentication (EAP-MD5), HTTPS
Authentication, Digest Authentication, User Access Log
Compatibility ONVIF Profile (S, G, T), SDK/API/CGI
Network 1 x RJ45 10M/100M Self Adaptive Ethernet Port
Alarm Interface 2 Input / 1 Output
Alarm Voltage Input (switch type) , Output (3.3V-12V, 10 ohm)
RS485 Supported
USB N/A
Edge Storage Built-in MicroSD card slot, up to 512 GB
ANR Supported
Cable Interface Pig Tail
Remote Connection ≤8
Web Language 15
GENERAL
Power Supply 12V DC, PoE (IEEE 802.3af)
Max. Power 8.5 W (12V DC), 10 W (PoE)
Consumption
Working -35 °C ~ 65 °C
Temperature
Working Humidity 0-95% RH (non-condensing)
Ingress Protection IP67
Vandal Resistant IK10 (Housing)
Surge Protection Supported
Reset Button Supported

4.12 TFT Display


S.
Parameter Minimum Specifications
No.
Ø The TFT display/Fee Collector Display (FCD) shall be located on
the fee collector’s desktop and shall be screwed or bolted through the
Description and countertop, the position of the TFT shall be finalized with the
1
Function employer’s engineer at time of installation, suitable mounting brackets
manufactured from stainless steel shall be provided to fix the screen to
the desktop. All nuts and bolts are used to secure the TFT to the booth

Page 116 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
countertop shall be stainless steel. It shall be the system’s interface to
the fee collector, to display the status of transactions and status of the
lane peripherals.
Ø Display Type: TFT with Diagonal Size of 21” Minimum
Ø Cables: Power Cable 1 x VGA/HDMI Cable (15- pin HD D –Sub)
Ø Cable routes: Power cable is terminated to the Lane Controller
power distribution block via booth ducting. VGA/HDMI Cable is
terminated to the SVGA/HDMI Port at the Lane Controller via booth
2 Specifications ducting.
Ø Voltage Requirement AC 230 V (50 / 60 Hz)
Ø Operating Temperature: 0 degree C to 50 degree C
Ø Relative Humidity: 20 % to 80 %
Ø Design Criteria: Min. Resolution: 1920 x 1080 @ 60 Hz
Ø Aspect Ratio: 4:3

4.13 Customized Industrial Grade Keyboard:


S.
Parameter Minimum Specifications
No.
Ø All keys (push buttons) used on the TCT shall be of positive
displacement (click) type, of rugged industrial grade construction and
capable of lasting for at least 2 million cycles before failure. The
keyboard on the Fee Collector terminal for
Ø Registration of toll operations shall be a programmable Industrial
Grade keyboard. The TCT shall receive power from the TLC. Any
special electrical protection / interface unit shall be provided by the
Supplier, if required, based on the needs of the device. The TCT shall
be IP 54 rated.
Ø The industrial grade keyboard shall be fully programmable; this
Description and however must be approved by the engineer before supply. These keys
1
Function will be used to enter data of:
Ø Staff Id number
Ø Vehicle Classification
Ø Type of Transaction
Ø Accept/Cancel Transaction
Ø Method of payments Selection
Ø Operate OHLS
Ø Numeric Keypad with backspace button for numeric corrections
Ø Class Cancel
Ø Bleed-off button

Page 117 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Ø Violation Cancel/Accept Button


Ø Simulation Button (Only for use during Maintenance Mode)
Ø Alpha Numeric Keys in QWERTY format
Ø Powerful programming capability
Ø Programming under DOS and Windows, multiple pages, multiple
level, whole range key content, time delay, position sense answer back
code, etc.
Ø True spill-resistant design
2 Specifications
Ø Optional blank key, double key for alternative key group layout
Ø Optional MSR
Ø 70 programming keys + 6 position control key
Ø Key top size: 18 mm x 22 mm for single key
Ø Interface: PS/2 or USB

4.14 Violation Light & Alarm:


S.
Parameter Minimum Specifications
No.
Ø The siren operates in conjunction with a “violation” and acts as a
Description and
1 warning device, The purpose of the siren is to alert the plaza staff of a
Function
‘run-through’ through the lane. Visual indication is via a strobe light.
Ø Technology: Motor driven
Ø Operating Voltage:230 VACS
Ø Colour: Amber
2 Specifications
Ø Dimension: 142mm x 118mm
Ø Violation Alarm Volume: 112 db at 1 meter
Ø Hearing distance: 500 meters
Ø The TL shall receive UPS power from the TLC. Any special
3 Power Source electrical protection / interface unit shall be provided by the
Contractor, if required based on the needs of the device.

4.15 Cabling & Networking


All cables and wires shall be of Armoured type and of good quality, conforming to normally
accepted industry standards, and shall be of the proper type and have sufficient ratings for the
particular application.
a) All exposed ends of unconnected cables and wires shall be coated with watertight sealing
compound or sealing tape to avoid damage to conductors. All communication cables used
shall have a clearly marked label securely fixed near each end in accordance with the
cable network diagram.
b) All cables and wires shall be adequately protected from the edges of equipment housing or
other surrounding objects. All the cables and wires shall be neatly arranged and securely
placed in such a way that all terminals are relieved of the weight of the cables. Terminals

Page 118 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

shall be coded, identified, and labelled according to wiring diagrams. Live metal shall be
recessed or protected to avoid accidental contact.
c) All electrical cabling shall be provided in accordance with relevant BIS standards. In case
there no relevant BIS standard exists the BS 7671 standard shall be applicable.
4.16 Software Lane Level
The bidder shall provide a set of software to operate on the servers, workstations, and
computers of lanes, ETC System, and other computers to be provided under the scope.
A high-level language for all programming shall be used in developing the software for the
system. The copyright of the software specifically developed for the project shall remain with
the Bidder.
The set of the software to be provided shall consist of those provided by third party and those
specifically developed for the project. All third-party software shall be legally licensed and there
shall be no restriction on the use in the ETC. Update and revision shall be available to the ETC.
The software to be specifically developed for the Project shall be fully tested and shall be free
from bugs.
The bidder shall state in the design document, the software quality assurance program that he
intends to adopt in developing the software. The programming of the applications shall be
arranged in such a way that maximum flexibility is afforded by the design to allow to
implement modifications or additional facilities which may become available or desirable
during the working life of the system which shall be no less than five years.
i. The ETC (Electronics Toll Collection) System shall be responsible for capturing & processing
toll transaction into information, that will be used to verify toll collections via ETC Fastag
System/manual cash collection, provide toll collector control, cash-up and shall include a
host of management tools and reports for the effective administration of the toll
operations.
ii. The ETC shall also assist in auditing the toll collection operation. It shall be a modular
system with the capability for various modules and functions to perform independently at
different levels of the toll collections operations.
iii. The ETC system shall have various customizable reports.
iv. The ETC system shall have financial management and traffic analysis tools to assist the
concessionaire in planning operations.
v. The bidder shall ensure that security update and latest service packs, “Patches” are loaded
on the Lane/AVC controllers as well as ETC servers. Industry standard operating systems
shall be utilized and all user licenses shall be provided.
vi. The database shall be an industry standard relational database management system and
shall be supplied with all the latest service packs and patches, including required user
license.
vii. The ETC system should be able to support all kind of fare structures & payment methods
including, but not limited to, daily pass, return pass, monthly pass, discounted tariffs,
exemptions, open/close fare schemes etc. and shall meet the Tolling system requirements.
viii. Fully integrated with all other peripherals and systems such as RFID, Barrier, Traffic Light
etc.

Page 119 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

ix. Shall be able to send data to central data center designated by the Authority in real time.
4.17 Intercom Slave Unit
S.
Parameter Minimum Specifications
No.
Ø This specification lays down the general, functional and technical
requirements of intercom slave communication unit to be used as a
sub-system in the Booth at the Plaza.
Ø ISCU shall be used for communication between the Toll Collector at
the lane and the auditor/ supervisor at the Plaza building.
Ø ISCU shall have the following functions:
Ø Voice communication installed in the booths shall provide hands
free two-way verbal communication between the supervision staff in
the control room and the Collectors. The Collector shall be able to
attract the attention of the auditor in the control room by pressing a
single button on the intercom slave unit in the booth.
Description and
1 Ø The equipment shall also have the facility to allow the supervision
Function
staff to monitor communication in the booth between the Collector and
the user or between any booth without alerting the Collector.
Ø The voice communication system shall operate independently of the
Plaza Toll management system.
Ø Voice communication shall also be implemented in various rooms of
the plaza building and at building access points.
Ø Two-way communications shall be possible as soon as the auditor
responds by selecting the appropriate lane button on the Master
Communication unit
Ø One-way communication shall be possible from the Control Room
intercom to all lanes simultaneously (broadcast)
Ø Installation and Fixing Details: Fixed in the booth. (wall/desktop
mount)
Ø Speech Method: Hands-free
Ø Wiring distance: 120 meters with 0.202 mm diameter (33 AWG)
cable, 300 meters with 1.024 mm diameter (18AWG) cable
Ø Speaker: 20 ohms
2 Specifications
Ø Power Consumption: 6 W (max.)
Ø Power Supply Requirement: Power supply from Master System
Ø Wiring: 2 wires, non-twisted
Ø Environmental Considerations: Operating Temperature of 10OC to
50OC
Ø Reliability: 30,000 hrs
4.18 Thermal Receipt Printer
S. Parameter Minimum Specifications

Page 120 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

No.
Description and
1 Ø To print Receipts at Toll Counter.
Function
Ø Dimension: Maximum up to 145mm (W) x 195mm (D) x 148
(H)
Ø Weight: Shall be less than 2 kg
Ø Installation and Fixing Details: Installed and fixed on the Fee
Collector desk
Ø Cables: Power cable
Ø Serial: RS232C/ Parallel /USB
Ø Cable routes: Power cable is terminated to the TLC
Termination Block via booth ducting. Data cable is connected to
the TLC
Ø Color Cool: White/Dark Grey
Ø Power Supply Requirement: 24 VDC + 7%
Ø Access for maintenance, modularity of construction The cover
2 Specifications can be opened for maintenance. It also has paper sensors. Off-
the-shelf product
Ø Operating Temperature 5 C to 50 C
Ø Relative Humidity 5 % to 90 %
Ø Design Criteria Print Speed: 47 LPS Print font: 9x17/12x24
Ø Print column capacity: 56/42 columns
Ø Character size (mm): 0.99(W) x 2.4 (H) / 1.41 (W) x3.4 (H)
Ø Paper dimension (mm): 79.5 + 0.5 (W) x 83 (diameter) Paper
thickness: 0.06-0.07 mm
Ø Auto cutter life: 2 million cuts
Ø Real-time printer status: Auto status back (ASB) messages
MCBF: 52 million lines
Ø MTBF: 360,000 hours, Overall MTTR: 0.25 hrs
Ø Speed Min. 60 receipts/ minutes.

4.19 ETC Server (Plaza Server) In Hot-Standby Configuration


S.
Parameter Minimum Specifications
No.
Ø The local ETC server is responsible for the control, data
storage, processing and administration of the toll operation. It
Description and shall be the responsibility of toll management server to
1
Function synchronize all activities of toll collection process, data and time
of all workstations.
Ø There shall be a separate partition for Operating System. All

Page 121 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Data files shall be stored in a separate partition. Image files shall
have a separate 3rd partition. This scheme is applicable not only
for the LOCAL ETC SERVER but in all levels of Toll System.
Ø The manufacturer of the server and workstations shall:
o Be a well-known and established company worldwide in the
field of Information Technology.
o Have an established and appointed representative or authorized
agency in project location.
Ø The Bidder shall ensure that the OEM of the server and
General
2 workstations shall: -
Requirement
o Be a well-known and established IT hardware supply company
in project location.
o Be a registered representative of the original equipment
manufacturer in project location.
o Be capable of supplying adequate after-sales service and
support on 24X7 basis.
Ø The server shall make use of minimum 64-bit platform.
Configuration
Ø Processor board: shall have the capacity to accept up to 4, 64-
bit central processor units.
Ø Central Processor Unit/s: shall be 64-bit, Xenon 3 GHz or
superior latest available speed at the time of delivery to the site.
Ø Number of Processors: 2, 42 U Server Rack
Ø RAM: 128 GB DDR4 8SFF (2.5inch) Hot Plug SAS/SATA
SAS/SATA H240 Smart HBA RAID 0/1/5
Ø RAID (Redundant Array of Inexpensive Disks): shall use
RAID5 with hardware RAID controller.
3 Platform Ø SCSI Controller: shall have a minimum of two channels
Ø HDD: hot swap disks of latest available speed; capacity shall
be based on data retention of all data for a period of 5 years but
not less than 10 x 1.8TB 12G SAS 15K 2.5 in SC ENT HDD or
latest available RMP
Ø Network Devices: 3X10G (Gigabit) LAN NIC (Network
Interface Card)
Ø Power Supply: shall have a dual hot swap power supply to
provide redundancy
Ø Connectivity: Two (2) standard communications ports (D sub 9
pin), Four USB (Universal Serial Bus) ports (High Speed USB
2.0), SVGA Screen port, PS2 Mouse port, PS2 keyboard port

Page 122 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø Light path diagnostic with external visible panel
Ø LCD display for server operational log (events)
Ø Integrated system management processor on board
Ø Redundant hot swap fans
Ø Optical scroll Mouse
Ø 21.5” TFT monitor
Ø Operating System:
o Window s UNIX
o LINUX (64bit platform) or compatible
Ø Database:
Software o Oracle
4
Compatibility o SQL
Ø The Bidder shall provide undertaking for extensive support &
maintenance actions on a 24-hour, 7-days-a-week basis and also
shall ensure that a four (4) hour response time and a two (2) hour
repair time can be achieved.
Ø External HDD 4TB
Ø This device shall be connected with the server through a USB
port. This device shall contain all the archived data for the entire
Contract Agreement. It shall be possible to restore a COPY of the
archived data for selected period to the live database as and when
Archive Storage
5 required and can be removed immediately after it serves its
Device
purpose. Since, this data is to be utilized only for reporting
purposes, all the transaction and related data shall be retained in
the Archive until the end of Concession period. The cost of the
device shall be included in the cost of ETC server. No extra cost
shall be paid for this device.
Ø License for each server, workstation operating system,
Database management system software, database maintenance
software (like TOAD, etc.) or any other software (MS- OFFICE
6 Licensing
package, Adobe, GHOST etc.) used in toll system, which requires
a license, shall be provided by the Contractor in the name of the
Authority No Extra Cost will be Paid.
Ø Database shall be a relational database management system.
Database
Ø Lane system shall not have any direct database access. Data
7 Management
from the lane going to the database shall be through dedicated
System
software that runs on database server.
Ø The data network shall be Ethernet format. The network shall
8 Data Network
use TCP/IP protocol and the cabling shall be STP / MM OFC and

Page 123 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
it shall be compatible with all network system and equipment.
Ø Care shall be taken to ensure that the cable and the network
switches used between two equipment shall be able to cater to the
speed of the higher NIC.
Ø Remote access shall be through a safety system as a remote
connection server or firewall system. The Toll system network
9 Remote Access shall be compliant with the majority remote access equipment and
remote access system, and it shall be configured with any remote
system available at site.
Hardware and Ø Hardware and Software fault logging system. This shall
10 Software Control include all information regarding faults, downtime and repair
System time, imported from the ETC Server.
Ø An intuitive and interactive help system that can be activated
11 Help Menu
from anywhere in the ETC server.
Ø A facility to allow for managing the users and their access
levels.
Ø The plaza ETC system shall at its highest level determine
access to the separate modules by any employee. It shall have the
facility to define the employee according to an associated level or
duty, and provide a mechanism, whereby access is restricted.
Ø Pen Drive of workstation shall be disabled and except
Administrator no one shall have any right assigned to add, remove
12 Security System
or modify any program on any of the workstations.
Ø Nothing other than toll collection and operations function shall
be accessible to any level of toll operation function. If need arises,
then the user shall logout, exit the application using administrator
rights.
Ø After this Logoff from the system the user shall login into
Windows with Administrator rights and perform any required
action. This is applicable for all levels of the Toll System.
Ø Adding additional workstations and its peripheral hardware
Workstations
13 from the system, shall be able to do so without any additional
Management
cost.
Ø The basic need for data integrity is the account closing at the
administrative level. The closing process assumes that all data
Data
from the lanes has been introduced into the database.
14 Management and
Ø This can be resumed to:
Integrity
o Guarantee the data in database is complete
o Guarantee the data in database is correct

Page 124 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø This is accomplished with:
o Checksum: let detect errors in data
o Data type sequencing: let detect missing sequence
o Communication sequence: this is a periodic messaging to
allow detection of communication failure
Ø Since, the whole Toll Collection system is designed to detect
and subsequently prevent misuse in any manner and collect all
collectible revenues, any transaction/ operation performed in any
level of the Plaza ETC system shall be recorded in the system on
detecting a definitive positive / negative confirmation only. Usage
of any other irrelevant keys under such conditions shall display a
warning message to use the correct keys.
Ø Each message / transaction shall have its own sequential
15 Data Sequence
number.
Ø The conditions to be sure all data is in the database in a given
moment are:
Ø All message sequences received were correct (no checksum
errors)
Ø There were no jumps in message sequential number
Ø There were no jumps in message type sequential number
Ø The Communication sequence is being received with no gaps
and small permissible delays.
Ø The message sequence type counters into Communication
sequence are in accordance with the counters received in actual
messages.
Missing Data Ø The program used to insert lane messages into the database
16 Detection and keeps making the above checks. If any problem is detected, it is
Resolution signalized to plaza level.
Ø If any of the conditions above fail, the system signals a
problem with the data on a connected workstation in graphical
form i.e., for each lane by hour. The resolution of the problem is:
Ø If there is a data error (message received with bad checksum or
bad data fields) the system automatically tries to read the TLC /
AVC message again.
Ø If data is missing, the normal way to solve this will be to make
an export from TLC and import in Administrative System using
lane data import function. If the problem persists,
Ø The specific situation will have to be analysed by going in
details like which kind of data sequence is missing - revenue or

Page 125 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
non-revenue, the missing sequence details shall be made available
just by clicking on the failure block of the lane data as represented
by the lane data failure graphics.
Ø Reports Information
Data Import /
17 Ø To a Microsoft Excel, comma separated and MS Access
Export System
compatible database file.
Ø No workstation / controller can be used as a router to send data
18 Data Transfer to the server database; all data shall be reported directly to the
server.

4.20 Workstation
4.20.1 Industrial PC (Workstation) for Cash up/Audit
Description Specifications
Intel Core i7 Processor (Quad Core, 6 MB Cache, upto 3.60 Ghz
CPU
w/Turbo Boost) or better
Chipset Intel Original Q170 PCH-H vPro or better
16 GB (2 X 8 GB) DDR4 Synchronous Dynamic Random Access
Memory
Memory
Hard Disk Drive 500 GB SSD
18.5inch/ EPEAT Silver/energy star/ 1366x768 resolution/LED
Display
Backlit/power consumption 15W
Video Card Intel vPro Technology/ Discrete Graphics Supported
Keyboard 104 Keys
Mouse Optical with USB interface
Sound Card DTS Studio Sound
Ports As per site requirement
Cabinet Tower architecture
Optical Drive NA
Graphic Card Should have 02GB dedicated Graphic Card
Networking facility Intel® I219LM Gigabit Network Connection LOM (standard)
Windows professional (latest version at the time of supply) preloaded
Operating System
with the media and documentation and Certificate of authenticity.
& Office S/W
Latest MS Office Pro License
High Efficiency Energy Power Supply/Energy Star Certified/ EPEAT
Power Management
Gold
Workstation should have 05 years 24 hours a day, seven days a week
Warranty for assistance on resolving issues. Hardware onsite response within
four hours if needed
Software requires Workstation should have 05 years Anti-virus

Page 126 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Server Access Workstation should be provided with Windows 2012 std server device
CALS CALS

4.20.2 Incident Management Workstation


S.
Parameter Minimum Specifications
No.
Ø This module provides facilities for the supervisor to acknowledge
incidents and to correct class discrepancies generated at lane level.
Description and
1 Incident capture camera, vehicle profile and License plate capture
Function
camera images shall help supervisor deciding the correct class of the
vehicle and other validation actions.
Ø The GUI shall be so designed that it shall be possible for the
Supervisor to view at least the following information corresponding to
each incident:
o Plaza ID
o Lane ID
o User ID (of the user who was logged in lane at the time of incident
generation)
o Username (corresponding to above User ID)
o Transaction Number
o Transaction Date & time
o TLC/TAG Class
o TLC / TAG VRN
o TLC MOP
o AVC Class
Incident o Axle Count
2
Management o Processed by (User ID of the Supervisor who processed the
incident)
o Supervisor Name (corresponding to Processed by User ID)
o Corrected Class
o Corrected VRN
o Supervisor Action
o TAG Media ID
o ICS image (with watermarked Date / Time stamp, transaction
number, incident type, etc.)
o LPIC image (with watermarked Date / Time stamp, transaction
number, lane VRN, etc.)
o AVC Output Graph
o Event details (events / anomalies associated with this transaction –
each transaction starts when Valid TAG Media is detected – for media-
based transactions / AVC Loop is triggered – for violations and ends

Page 127 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
when the vehicle liberates the AVC loop)
Ø For processing of incidents / review of processed incidents, the
Supervisor can filter the list of incidents based on the following:
o Plaza ID (Default – All) Drop down menu form
o Lane ID (Default – All) Drop down menu form
o User ID (Default – All) Drop down menu form
o Transaction Date & time duration – From & To (Default – Current
Date)
Ø User configurable
o TLC Class (Default – All) Drop down menu form
o TLC MOP (Default – All) Drop down menu form
o AVC Class (Default – All) Drop down menu form
o Axle Count (Default – All) Drop down menu form
o Processed by (Default – All) Drop down menu form including blank
which shall be the case until incident is processed.
o Corrected Class (Default – All) Drop down menu form including
blank which shall be the case until incident is processed.
o Supervisor Action (Default – All) Drop down menu form including
blank which shall be the case until incident is processed.
o Event details (Default – All) Drop down menu form
o Processed Incidents / Not Processed Incidents
Ø In addition to the above, it shall be possible for the Supervisor to
search for a particular record based on any / combination of the
following search criteria:
o User ID
o Transaction Number
o TLC Class
o TLC / Media VRN
o TLC MOP
o Processed by
o Corrected Class
o Corrected VRN
o Supervisor Action
o TAG Media ID
Ø Based on the MOPs defined in the system and the Incident
configuration, it shall be possible for the Supervisor to correct the class
of the vehicle, Vehicle Registration Number (VRN) and Confirm /
Reject the Lane MOP selected by TC.
Ø The incidents can normally be processed by Supervisor by

Page 128 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
performing selections / feeding information on one and / or all of the
below fields:
o Corrected Class
o Corrected VRN
o Comments (optional)
Ø It shall be possible for the Supervisor to perform these actions only
by double clicking on a particular incident to view all information in
detailed view before processing the incident.
Ø It shall be possible at Plaza ETC system level to configure following
on selection menu basis in order to activate and deactivate by
administrator level function:
Ø Capture of ICS image none, for selected type of incident, for all
types of incidents, for all transaction.
Ø Capture of LPIC image none, for selected type of incident, for all
types of incidents, for all transaction.
Ø Record and report incident transaction at incident management
system, none, for selected type of transaction, for all transaction.
Ø Other functions
Ø In addition to the above primary function of the Supervisor, the
following functions shall be performed by the Supervisor:
o Data Completeness
o Shift Consolidation
o Day Consolidation
o Month Closure
o Lists Transfer Status
The above functionalities are explained in detail below.
Data Completeness
Ø The Supervisor can verify the status of data transfer between the
lanes and workstations on an hourly basis. Wherever, the data transfer
status is not OK, a separate process shall be available through which
the Supervisor can re- request data transfer to correct the status.
Ø The Data completeness procedure shall check at least the following
minimum items:
o Transaction sequence jump
o Transaction sequence reset
Ø Gap in time (if regular data packets are not updated), etc.
Ø The Data completeness procedure needs to be defined and a separate
document shall be provided by the TCE Supplier on how this feature is
to be accomplished in the system.

Page 129 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø Day Closure
o The Day Closure option is used by the Supervisor to close each
Operational day. When the Supervisor selects this option, the system
shall display the current status of Operation in terms of data exchange.
o When, the supervisor closes the day, the following conditions shall
be verified by the system before generation of Day Closure Report:
o Data completeness
o Data transfer to CCH completeness
o If any of the above checks fail, the system shall display an alert
(POP-UP) to the Supervisor to perform these pending operations before
day closure.
o This procedure shall ensure that no data generated is left unattended
for review/reconciliation.
Ø Month Closure
o Month closure is performed on a monthly basis on a complete
calendar month. Once, this option is selected any day pending closure
shall be brought to the notice of the Supervisor. For ensuring that all
data and all corrections are complete and no deconsolidation
whatsoever shall be required
o any further, the month closure for a particular month shall be
performed on the 2nd day of the subsequent month (configurable).
o Once, this operation is performed, no changes whatsoever can be
made through the application to the transaction data of the
corresponding month whatsoever. Deconsolidation option shall not be
available and all manual overrides with respect to these transactions
shall not be possible.
o Whenever, this operation is confirmed, system shall ensure that this
operation is performed after debt recovery. A warning message to this
effect shall still appear for the Supervisor to ensure and confirm that
the debt recovery process for the month for which month closure is
being performed is already complete.
Ø Lists Transfer Status
o In addition to the transaction data, there can be various lists related
to users, media, classification, fare, configuration, parameters etc.
which shall be transferred between server and workstations / lanes.
o The status of all such lists shall be displayed on selection of this
option. The status shall include the following:
§ Name of the list
§ Version of current transfer

Page 130 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
§ Version of previous transfer
§ Date & time
§ Frequency of transfer (in HH:MM format)
§ Transfer Status
o It shall be possible for the supervisor to re-request / re-transfer any
failed list transfers.
o Also, all lists shall be retained in the system along with date of
activation and date of expiry in addition to the version details.
o All the above listed functionalities are the core responsibilities of the
Supervisor and only he / she can perform the above functions. Any user
of a higher user- group though can view the actions performed by the
Supervisor / current status but cannot modify anything unless explicitly
so mentioned.
Ø Fare table management
Ø The following functions shall be performed by the Toll Manager:
o Fare table management (updation / revision subject to Project
Manager authorization in the system through his login)
o Whenever a new version of fare table is generated, the old fares and
contracts shall be picked up by default. It shall be possible for the user
to further modify these fares and set the date / time of activation.
Ø Other Toll Manager Functions
Ø Incident Management
Ø The Plaza manager can view and access all features / options of this
function. However, he / she cannot perform any modifications /
corrections.
Ø Data Completeness
Ø On certain conditions when the Data completeness status cannot be
corrected due to false triggers, non-revenue data missing, revenue data
missing, etc., an option shall be available for the Plaza manager to
manually override such statuses in order to restore the operational flow.
Ø Users Management
Ø When the user is created for the first time, all the information below
is mandatory.
o Name
o Address
o Date Of Birth
o Contact Person
o Contact Number
o Email ID (optional)

Page 131 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
o User ID
o Activation date
o Valid upto
Ø The status of account and Date of creation shall be displayed against
all the existing users in the system. User account can never be deleted
from the system once created, as there can be operations / transactions
performed by the user that exists in the database and is required for
reporting purposes.
Ø Administrator Functions
Ø In addition to the normal functions listed above, administrator can
perform the following operation.
Ø Lists Transfer Management
Ø The administrator can manually copy the latest version of lists from
the local ETC Server and restore the same in all the lanes.
Ø Incident reporting levels
Ø The system will allow the assignment of a level of importance to
each incident and also define if the incident should be acknowledged
by the supervisor.
Ø The system has different levels of importance that can be assigned
to different types of incidents. They shall be colour coded to facilitate
easy visualization by the supervisor.
Ø Incident Recording
Ø ICS image capturing start from loop occupation to loop liberation
and an additional configurable time limit after loop liberation of that
transaction. Image capturing shall timeout after 30 seconds
(configurable) after loop occupation irrespective of the above
condition.
Ø System Configuration for Incident Management Workstation
Ø One number of Incident management workstation with following
configuration and peripherals shall be supplied by the Contractor.
Ø Business Desktop
Ø HDD: 1TB of latest RPM
Ø RAM: 32 GB
Ø RAM Slot: 4 DDR4 memory slots
Configuration
3 Ø Processor: Intel Core i7 (8th Gen) or Higher
of Desktop
Ø Processor speed: Intel Core i7(6600 3.3 2133 4C CPU) or latest
available in the market
Ø PCI Slot: 4 Nos. Spare
Ø USB Port: 6 nos. (high speed)

Page 132 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø NIC: 10/100/1000 Mbps and Intel 8260 802.11 a/b/g/n/ac PCIe
WLAN
Ø RS232 port: 2
Ø LPT port: 1
Ø PS2 port (mouse): 1
Ø PS2 port (Keyboard): 1
Ø ENERGY STAR: Yes
Ø Monitor: Colour 22''
Ø Mouse: Optical
Ø Keyboard: Standard

4.20.3 LSDU Workstation


S.
Parameter Minimum Specifications
No.
Ø The LSDU system shall provide a graphic display to the toll lane
status and allow individual and global control of toll lane peripherals
and toll collector functions. LSDU shall function independently even
when the TMS server is unavailable.
Ø LSDU has no menu. LSDU functions are accessed through clicking
on desired area for ease of operation.
Description and
1 Ø In the event of TMS server failure, the LSDU shall keep a copy of
Function
all records received from lanes, locally and as soon as the server goes
online, it shall transfer these records to TMS.
Ø In Addition to above, LSDU shall also have the status of FASTag
related required file synchronization status with Acquirer bank.
Ø One LSDU machine with following configuration and peripherals
shall be supplied by the Supplier.
Ø Business Desktop
Ø HDD: 1TB of latest RPM
Ø RAM: 32 GB
Ø RAM Slot: 4 DDR4 memory slots
Ø Processor: Intel Core i7 (8th Gen) or Higher
System
2 Ø Processor speed: Intel Core i7(6600 3.3 2133 4C CPU) or latest
Configuration
available in the market
Ø PCI Slot: 4 Nos. Spare
Ø USB Port: 6 nos. (high speed)
Ø NIC: 10/100/1000 Mbps and Intel 8260 802.11 a/b/g/n/ac PCIe
WLAN

Page 133 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø RS232 port: 2
Ø LPT port: 1
Ø PS2 port (mouse): 1
Ø PS2 port (Keyboard): 1
Ø ENERGY STAR: Yes
Ø Monitor: Colour 22''
Ø Mouse: Optical
Ø Keyboard: Standard
Ø Graphical status indications:
o Schematic of all lanes.
o Overhead lane sign: indicating the status of the lane.
o Direction that the lane is opened.
o Lane mode selection and status: Idle; Open; Fault; or Maintenance.
o Indication of whether lane is operating as FASTag lane
o Approximate traffic processed per hour shown for each lane and
also for the entire plaza
o Traffic count averages over user defined time spans per direction.
o Exit barrier mode: barriers in automatic or open mode.
o TLC & AVC network status: local mode or connected to the TMS.
o TLC & AVC power supply: UPS or mains power.
o Downloaded table status for most recently implemented tariff table.
o Server Database status
o All Other Lane peripheral status
o Total traffic processed per hour shown for each lane and also for the
entire plaza (Lane traffic per calendar day Vs Direction traffic per
calendar day Vs Plaza Traffic per calendar day for current as well as
previous calendar day)
Ø On selecting particular traffic information, it shall be possible to see
the class wise / MOP wise traffic processed
o Toll collector control functions:
§ Toll collector login and logout requests.
§ Permission to open and close lanes.
§ Open / Close lanes.
§ Perform Special transactions (manual capture key, SIM key, Convoy
key, exempt, LTO, etc.)
§ Reset lanes.
o LSDU operator functions:
§ Operator login.
§ Operator logout

Page 134 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
o Configuration
§ Incidents level configuration.
§ Incident Capture System parameters configuration per lane.
§ License plate image capture parameters configuration per lane.
§ Boom Gate operation per lane.
§ UFD messages per lane.
§ Transaction timeouts (timeout with AVC communication).
o Single Lane Status Display
o Shows the chosen lane onscreen with the following information:
§ Schematic of the lane
§ Overhead Lane Sign: Indicating Lane open / closed
§ Direction open
§ Lane mode selection and status: Idle; Open; Fault or Maintenance
§ Indication of whether lane is operating as FASTag lane, Hybrid Lane
§ Approximate traffic processed per hour shown for the lane, updated
continuously
§ Traffic count averages over user defined time spans per direction
§ Panic Alarm Status (also audio indication).
§ Exit barrier mode: Barriers in automatic or open mode
§ TLC & AVC network status: Local mode or connected to the CCS
§ TLC & AVC Power supply: UPS or mains power
§ Downloaded table status for most recently implemented tariff table
§ Access door detection to TLC
§ Access door detection to AVC
§ AVC UPS status
§ RFID reader health status
o Incident Display and Acknowledgement
§ This is a text window showing the last reported incidents. For each
incident, the information shown is:
§ Lane number
§ Date
§ Time
§ Message code
§ Text description
§ Associated data (in case of a transaction, vehicle information and
Tag information).
§ Level of the incident
§ Acknowledgement status

Page 135 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø Incidents that must be acknowledged by the Supervisor must be
acknowledged individually. Bulk acknowledgement of incidents shall
not be allowed.
Ø Equipment Fault Display and Reporting
Ø When a fault occurs in a lane, it shall be reflected on the LSDU
screen by:
Ø A message in the Incident Display
Ø A change in the lane graphical status display
Ø All the lane and booth equipment are subject to fault detection.
Ø Traffic Count Displays:
Ø The Traffic Count Display presents a window with traffic count. The
operator can choose
Ø The base-time for traffic count, from 1 minute to 60 minutes.
Ø The type of count: one lane, one direction of operation or the entire
plaza.
Ø UFD Message Handling:
Ø This function allows the modification of the welcome message and
the proceed message showed on UFD by TLC. It is possible to set a
message:
Ø for all lanes
Ø for lanes operating in one specific direction
Ø for one specific lane
Ø Each command affects only the lanes specified, so it is possible to
set
Ø one message for each lane and override it with the same message for
all lanes.
Ø Access Security and Logon Control:
Ø LSDU operates in two states: logged and not logged. Not logged
mode is the default mode after initialisation. In this state, only view
functions (basically the displays) are enabled. In logged mode, the
command functions (lane control functions and LSDU configuration
functions) are also enabled.
Ø The logon in operating system shall be automatic and gives the user
only enough access to run LSDU application. Only one LSDU shall be
allowed by the system to login at a time for one plaza.
Ø Information Timeliness and Screen Refresh Cycle:
Ø The information presented onscreen shall be updated as soon as
LSDU receives new information from the lanes. The screen refresh
cycle will change for each lane, depending directly on the rate of

Page 136 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
events generated by them.
Ø LSDU Incidents
Ø Date / hour change
Ø Manual lane open
Ø FASTag lane open
Ø Hybrid ETC lane open
Ø Lane closed
Ø Request to open lane
Ø Request to close lane
Ø Request to pause lane
Ø Confirmation to open lane
Ø Confirmation to close lane
Ø Confirmation to pause lane
Ø Time expiration for lane open after confirmation
Ø Time expiration for lane close after confirmation
Ø Time expiration for lane pause after confirmation
Ø Invalid toll collector
Ø Lane into maintenance mode
Ø Lane out of maintenance mode
Ø Vehicle detected without collector classification
Ø Vehicle discrepancy
Ø Time exceeded for vehicle exit from lane
Ø Classification cancelled [for toll collector, lane]
Ø Vehicle reclassified
Ø TLC enclosure opened [sound buzzer]
Ø TLC enclosure closed
Ø Low disk space warning on TLC
Ø Low disk space warning on TMS
Ø Low disk space warning on local drive
Ø Insufficient memory warning on TMS
Ø Communication with TMS server re-established
Ø TLC data removed by disk
Ø Change of TLC mode without permission
Ø Equipment failure: RFID Reader
Ø Equipment failure: TLC
Ø Equipment failure: Exit barrier
Ø Equipment failure: AVC
Ø Equipment failure: for all lane and booth equipment

Page 137 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
Ø Database corrupt [all database]
Ø Foot Switch initiated
Ø Shift opened
Ø Shift closed
Ø BLT file not updated in 20 min
Ø Toll collector login
Ø Toll collector logout
Ø Run through violation
Ø Class discrepancy – Over-classification
Ø Class discrepancy – Under- classification
Ø Loop failure/disconnected [sound buzzer]
Ø AVC about to shutdown [sound buzzer]
Ø AVC Main Power failure [sound buzzer]
Ø Application restart – Manual
Ø Application restart – Automatic
Ø OS restart – Manual
Ø OS restart – Automatic
Ø DB restart – Manual
Ø DB restart – Automatic
Ø The specification of other 02 workstations shall remain same as of
LSDU.

4.21 Network Printer


Print speed black: Up to 26 ppm letter (up to 25 ppm, A4)
First page out (ready) As fast as 8 sec
Black (best): Up to 600 x 600 x 2 dpi (1200 dpi effective output);
Print resolution
Black (normal): Up to 600 x 600 dpi
Print technology Laser
Print resolution
HP FastRes 1200, 600 dpi
technologies
Standard connectivity 1 Hi-Speed USB 2.0; 1 Ethernet 10/100
Network ready Standard (built-in Ethernet)
Network capabilities 10/100 Ethernet
Memory 128 MB
Processor speed 750 MHz
Paper handling output,
150-sheet output tray
standard
A4; A5; A6; B5; B6 (Letter, legal, executive, postcards, envelopes
Media sizes supported
(No. 10, Monarch))

Page 138 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Power Input voltage 110 to 127 VAC (+/- 10%), 60 Hz (+/- 2 Hz)
450 watts maximum (active/printing), 2.2 watts maximum
Power consumption:
(ready/sleep). 0.1 watts (Auto-Off), 0.1 watts (Manual-Off);
Operating temperature
15 to 32.5º C
range
4.22 Network Switch
S.
Parameter Minimum Specifications
No.
Description and Ø To Connect AVS, TLC and Surveillance System in System
1
Function require various type of Switches As per PWD BSR
Ø Supply , Installation, Testing and Commissioning of Managed
Layer-2 Intelligent PoE Giga Ethernet Switch providing 24 x
10/100/1000 MBPS PoE Giga Ethernet ports and with min 4
Specifications 24
SFP Giga Ports (provision for Fiber Giga connectivity) with
2 Port PoE Switch for
provision of minimum Stacking of 06 Switches with minimum
Surveillance System
370 Watt PoE Power Budget with related LAN Base Software
including making connections etc as required. All as per pre
approved by Engineer in charge

4.23 RFID Handheld Reader. (Configured with Hybrid ETC system, Inclusive WIFI router and
integrated with Automatic barrier operation functionality
S. N. Description Value or Range
1 Scan Pattern CPU Cortex-A8 800MHz
2 RAM 256MB
3 ROM 4GB
4 Expansion Supports up to 32GB Micro SD card
5 Operating System Windows Embedded CE 6.0
6 Tool Visual Studio 2005/2008
7 Operating Temp. 14°Fto 122°F / -10°C to 50°C
8 Storage Temp. -40°F to 158°F / -40°C to 70°C
9 Humidity 5%RH - 95%RH non condensing
10 Tumble Specification 1000 x 0.5m/1.64ft falls at room temperature
11 Sealing IP65
12 Touch Panel Rugged resistive touch panel
Main battery: Li-ion, 3200mAh
13 Power
Pistol battery: Li-ion, 5200mAh
1 PSAM, 1 SIM/PSAM
14 Expansion Slot
1 MicroSD(TF)
15 Interfaces MicroUSB(OTG)
16 Audio 0.5W speaker
17 Keypad Numeric / Qwerty

Page 139 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

RFID
18 Protocol EPC C1 GEN2 / ISO18000-6C
19 Frequency 865MHz-868MHz / 920-925MHz / 902-928MHz
Linear polarization (1.8dBi)
20 Antenna
Circular polarization (2.5dBi)

4.23.1 Wi-fi Router for RFID HH Reader


Physical Characteristics
Power Supply 12V/1.5A (18W) Power adapter or PoE+ Switch
Mounting options Ceiling or Wall mount
Network Interfaces
One (1) 10/100/1000Mbps Ethernet (RJ-45) PoE port with
Ethernet Ports
Auto Uplink™ (Auto MDI-X)
Buttons
Hardware Buttons Default Reset
LEDs 4 LEDs (Power, LAN, 2.4GHz, 5GHz)
Environmental
Specifications
Operating Temperature 0° to 40°C (32° to 104°F)
Storage Temperature -40° to 70°C
Operating Relative Humidity 5% to 95%
Storage Humidity 5% to 95%
@ 25°C > 1,896,453 hours
MTBF
@ 45°C > 378,702 hours
Safety Certification CB, EN60950, EN62368
RF Characteristics
IEEE 802.11ax
IEEE 802.11ac specification
IEEE 802.11n 2.0 specification
Standards
IEEE 802.11g
IEEE 802.11b
IEEE 802.11a
Frequency Band 2.4GHz and 5GHz concurrent operation
Maximum Theoretical
573.5Mbps (2.4GHz) 1201Mbps (5GHz)
Throughput
Maximum Number of Clients 128 (2.4GHz 64; 5GHz 64)
Network Management
Deployment options Standalone Web UI
Access Point Antenna: 3 dBi (2.4GHz) 4 dBi (5GHz)
WiFi Protected Access (WPA2/WPA3) MAC Address filtering
Security
4 SSID

Page 140 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Network Management
MAC ACL Yes
VPN Pass-through No
802.11e WMM Wireless multimedia mode for QoS
Simultaneous Bridge/Client
No
Association

4.24 Internet Router


Technical Specifications
• Simultaneous dual band WiFi—2.4 & 5GHz
• WiFi transmitters/receivers (Tx/Rx) - 2x2 (2.4GHz) + 4x4 (5GHz)
• Memory: 128MB NAND flash and 128MB DDR3 RAM
• Advanced Quality of Service (QoS)
• IPv6 support (Internet Protocol Version 6)
Standards
• One (1) USB 2.0 port
• IEEE® 802.11 b/g/n 2.4GHz
• IEEE® 802.11 a/n/ac 5GHz
• Five (5) 10/100/1000 (1 WAN and 4 LAN) Gigabit Ethernet ports with auto-sensing
technology
Security
• Customized free URL to set up personal FTP server
• Guest network access—Separate & secure
• Standards-based WiFi Security (802.11i,128-bit AES encryption with PSK)
• Double firewall protection (SPI and NAT firewall)
• Denial-of-service (DoS) attack prevention

4.25 Software Plaza Level


Same as software lane level.
i. The ETC (Electronics Toll Collection) System shall be responsible for capturing & processing
toll transaction into information, that will be used to verify toll collections via ETC Fastag
System/manual cash collection, provide toll collector control, cash-up and shall include a
host of management tools and reports for the effective administration of the toll
operations.
ii. The ETC shall also assist in auditing the toll collection operation. It shall be a modular
system with the capability for various modules and functions to perform independently at
different levels of the toll collections operations.
iii. The ETC system shall have various customizable reports.
iv. The ETC system shall have financial management and traffic analysis tools to assist the
concessionaire in planning operations.

Page 141 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

v. The bidder shall ensure that security update and latest service packs, “Patches” are loaded
on the Lane/AVC controllers as well as ETC servers. Industry standard operating systems
shall be utilized and all user licenses shall be provided.
vi. The database shall be an industry standard relational database management system and
shall be supplied with all the latest service packs and patches, including required user
license.
vii. The ETC system should be able to support all kind of fare structures & payment methods
including, but not limited to, daily pass, return pass, monthly pass, discounted tariffs,
exemptions, open/close fare schemes etc. and shall meet the Tolling system requirements.
viii. Fully integrated with all other peripherals and systems such as RFID, Barrier, Traffic Light
etc.
ix. Shall be able to send data to central data center designated by the Authority in real time.
4.26 UPS 1.5 KVA with 2 Hours Backup
Online UPS shall be capable of maintaining an uninterrupted power supply to the UPS loads for
a sustained period of at least 2 hours under full load conditions from a fully charged battery. It
shall also be capable of continuously supplying power to the system under an intermittent
interruption cycle. The UPS shall be capable of operating at input voltages of
210/380Volts±10% and 50 Hz.
Specification
➢ Online UPS
➢ Rating: 1.5 KVA
➢ Backup:2 Hours with Required rating SMF Battery
➢ Input Voltage:155-305 VAC
➢ Input Frequency:50Hz
➢ Output Voltage:230 VAC
➢ Output Waveform: Sine Wave
4.27 UPS 10 KVA with 4 Hours Backup
Specification
➢ Online UPS
➢ Rating: 6 KVA
➢ Backup:4 Hours with Required rating SMF Battery ( Battery Sizing Calculation to be get
approved)
➢ Input Voltage:155-305 VAC
➢ Input Frequency:50Hz
➢ Output Voltage:230 VAC
➢ Output Waveform: Sine Wave
4.28 Surveillance System
S.
Parameter Minimum Specifications
No.
a) This part of the BID covers the equipment and services to be supplied
Description
1 under CCTV equipment to be installed at the Plazas. The CCTV
and Function
equipment shall be categorized as two types, CCTV for lanes and

Page 142 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
CCTV for Plaza surveillance. Earthing of the Camera equipment must
be done with a resistance value of less than 3 Ohms. Earth spikes with
suitable cable shall be used for this purpose.
b) The CCTV system for lanes shall be:
1. Booth CCTV cameras
c) The CCTV for Plaza surveillance are:
1. Network Video Recorder (NVR)
2. Plaza Building Security CCTV cameras
3. Display (LED Monitor)
d) All the cameras shall be IP based and shall be connected to the Plaza
Network video recorder (NVR). The video management software
(VMS) installed on NVR shall provide the facility to control the
cameras at the Supervision Control room at the Plaza Buildings. The
video recording of each camera shall be stored at for a period of
minimum 30 days.
e) The functionality of the CCTV cameras provided by the Applicant
shall be described as follows:
i. Booth CCTV cameras
ii. Plaza Building Security CCTV cameras
iii. The design of the CCTV system for the plaza shall consider the
following: -
• Provide effective supervision and control
• Easy to use
• Self-contained system
• Increase span of management
• Reduce unnecessary travel
• View / evaluate situations quickly
• Motion detection
• Savings on time and manpower
• Easy access to video information and quick playback
• Minimize the use of security guards
• Eliminate unnecessary responses to false alarms
• Provision for future scalability
f) Booth Level CCTV:-
The booth CCTV camera shall be an IP based fixed dome type color
cameras installed inside the booth to capture the activities of the Fee
Collector while performing his operations. The camera also shall
capture the view of the paying vehicle while capturing the transaction
video.

Page 143 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

S.
Parameter Minimum Specifications
No.
These cameras shall have inbuilt voice/ Audio recording and SD
memory card of minimum 128GB for local storage of videos and
voice/audio recordings.
These cameras shall be connected to the NVR installed at the
control/server room at each Plaza building.
The camera and NVMS shall be capable of triggering alarms in case of
Video motion detection, manual trigger, digital input, periodical trigger,
system boot, recording notification, camera tampering detection and
audio detection. The triggering alerts can be controlled by the control
room operator.
Technical Specifications of the Booth Cameras shall be as follows:
The technical specifications mentioned hereunder are minimum
guidelines. The Applicant shall not deviate materially from the
specifications specified herein.

4.28.1 LED 55” Display


Diagonal Size 55" Commercial LED display, compatible to 24x7 running hours
Type 60Hz D-LED BLU
Resolution 1920*1080 (Full HD)
Pixel Pitch(mm) 0.21(H) x 0.63(V)
Active Display Area(mm) 1209.6(H) x 680.4(V)
Brightness (Typ.) 350 nit
Contrast Ratio 5000:01:00
Viewing Angle(H/V) 178:178
Response Time(G-to-G) 6ms
Display Colors 16.7 M
Color Gamut 72%
Operation Hour 16-Jul
Haze 2%
Dynamic C/R MEGA
V-Scanning Frequency 48 ~ 75HZ
Speaker Type Built in Speaker (10W + 10W)
RGB D-SUB, DVI-D
H-Scanning Frequency 30 ~ 81kHZ
Maximum Pixel Frequency 148.5MHz
Video HDMI1, HDMI2, Component (CVBS Common)
HDCP HDCP 1.4
Audio Stereo Mini Jack, RGB/DVI/HDMI/CVBS/Component

Page 144 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Audio(common)
Input USB 2.0 x 1
Audio Stereo Mini Jack
Power Supply AC 100 - 240 V~ (+/- 10 %), 50/60 Hz
Power Consumption
176
Max[W/h]

4.28.2 Network Video Recorder


Ø Main Processor: Industrial embedded micro-processor
Ø Operating System: Embedded Linux
Ø IP camera Input: 32 camera
Ø Face Detection By Camera performance: 24 channel
Ø Perimeter Protection performance: 24 channel
Ø SMD Plus By Camera performance: 24 channel
Ø ANPR By camera performance: 8 Channel
Ø Network Bandwidth: 384 Mbps for access, 384 Mbps for storage and 384
Mbps for forwarding
Ø Resolution: 12 MP/8 MP/6 MP/5 MP/4 MP/3 MP/
1080p/960p/720p/D1/CIF/QCIF
Network
Ø Raid Support: RAID 0/1/5/6/10
Video
Ø Intelligent Alarm Perimeter protection, face detection, face recognition, SMD,
Recorder
video metadata (human, motor-vehicle, non-motor vehicle), ANPR, people
counting, stereo analysis, crowd distribution, heat map, video quality diagnosis
Ø HDD: 8 SATA III ports, up to 10 TB for a single HDD
Ø eSATA 1
Ø Alarm I/O: 16 in/ 08 out
Ø USB: 2 front USB 2.0 ports, 2 rear USB 3.0 ports
Ø Network: 2 RJ-45 10/100/1000 Mbps self-adaptive Ethernet ports
Ø Operating Temperature:–10 °C to +55 °C
Ø Certification: CE, FCC, UL, BIS, Network Video Recorder 32 Channel with
10 Slot Option (Should be able to record & store a minimum of 90 days of video
on full load from all cameras)

4.28.3 Booth CCTV IP Camera (Dome Type)


S. No Specification
1 Image Sensor:1/2.8” CMOS or better
2 Resolution 2 MP (1920×1080) @25/30 fps or better
3 IR Distance 50 meter or better
4 Electronic Shutter Speed Auto/Manual 1 s–1/100,000 s

Page 145 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

5 Min. Illumination 0.001 lux@F1.6 (B/W: 0 lux with IR)


6 Focal Length 2.7 mm- 13.5 mm
7 Intrusion (Perimeter), Crossline (Tripwire), Double Crossline (Double Tripwire)
Loitering, Running, Abandoned Object (Object Left), Missing Object (Object Lost),
8
Parking
9 Video Compression H.265; H.264; H.264H; H.264B; MJPEG.
10 Streams 3 Streams
11 BLC, HLC, SSA, Defog yes
12 WDR 120db
13 Built In Mic yes
14 Audio I/O 01 in/ 01 out
15 Alarm I/O 01 in/ 01 out
16 Operating Temperature –35 °C to +65 °C
17 Protection IP67, IK10
18 Material: metal
19 Certification CE, FCC, UL, BIS
20 SD Card Support supports max. 512 GB Micro SD card

4.28.4 CCTV Camera for Plaza Building


Ø Image Sensor:1/2.8" CMOS or better
Ø Resolution:2 MP (1920×1080) or better
Ø IR Distance:80 meter or better
Ø Electronic Shutter Speed: Auto/Manual 1s to 1/100,000s
Ø Min. Illumination: Color: 0.001 lux @ F1.6, B/W: 0 lux with IR
Ø Focal Length:2.7-13.5 mm
Ø IVS: Intrusion, tripwire, fast moving (the three functions, support the
classification and accurate detection of vehicle and human); loitering detection,
people gathering, and parking detection, Face Detection, people counting, Heat
Plaza map,
CCTV Ø Video Compression: H.265; H.264; H.264H; H.264B; MJPEG
Camera Ø Streams: 3 Streams
Ø BLC, HLC, SSA, Defog: yes
Ø WDR: 120db
Ø Audio I/O: 01 in/ 01 out
Ø Alarm I/O:01 in/ 01 out
Ø Operating Temperature:–35 °C to +65 °C
Ø Protection:IP67, IK10
Ø Casing: Metal
Ø SD Card Support: supports max. 256 G Micro SD card.
Ø Certification: CE, FCC, UL, BIS

Page 146 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4.29 Master Intercom Unit


S.
Parameter Minimum Specifications
No.
Ø The master communication unit MCU is a master communication
Description and system to control communication between the Collector at the lane
1
Function and the auditor at the Plaza building. The unit will be located in the
Control room and controlled by auditor/ supervisor.
Ø Power Source: 24V/48V DC
Ø Communication: Push-to-talk at master station hands free at sub
Ø Calling: LED and intermittent ringing tone at master until
answered
2 Specifications
Ø Frequency Response: 770 – 6800Hz
Ø Total Harmonic Distortion: 3% @ 1000Hz at 20 ohms
Ø Mounting: Wall or desk mount
Ø Wiring: 2 wire per sub station

4.30 Firewall Hardware


Ø Physical Interfaces
o LAN ports: Four (4) 10/100/1000 Mbps auto-sensing, Auto Uplink RJ-
45 ports Page 41 of 62
o WAN ports: Two (2) 10/100/1000 Mbps auto-sensing, Auto Uplink RJ-
45 ports to connect to any broadband modem, such as DSL or cable
Ø Network Requirements
o Firewall should operate in Route mode and transparent mode.
o Traffic shaping/bandwidth management on a per policy basis for specific
network/IP/Interface/Zone (individual or shared) and should be able to
define guaranteed, burstable/maximum bandwidth per policy. Also, able to
set different level of priority.
FIREWALL
o Support DHCP server, DHCP client, DHCP relay, DNS client and NTP
HARDWARE
client. xix. Support NAT (SNAT and DNAT) with following modes Static,
Dynamic, PAT and IPv6 to IPv4 (vice a versa).
o Support both IPv4 and IPv6
o The appliance should support Link aggregation (IEEE 802.3ad)
technology to group multiple physical links into a single logical link of
higher bandwidth and link fail over capability
o Remote access VPN (client-to-site), site-to-site VPN
o IPsec NAT traversal (VPN pass-through) Data Leak Prevention
requirements: -
o Should have the ability to prevent data loss through SMTP, FTP, HTTP,
HTTPS & IM

Page 147 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

o Should have built in pattern database Support SSL VPN with following
requirements: -
o Should support at least 20 SSL VPN users with at least 10 users from
day 1.
o Should support two factor authentications with LDAP, Radius and using
tokens/email/SMS.
o Support for clientless or client-based VPN in Full Tunnel and Split
Tunnel mode.
o Should support HTTP/HTTPS proxy, FTP, RDP, SSH, VNC, SMB
service access provision through portal.
o Support on 32 bit and 64-bit OS.
o Certified by ICSA preferred.
o Support for all major browsers like Firefox/IE/Chrome etc. Java Script,
Basic and Advanced Network Extensions.
o Management over GUI using HTTPS or equivalent secure mechanism,
SSH and console access.
o Generate GUI based reports categorized on IP, user etc.
o The Firewall should support for TWO modes of SSL VPN
o Web-only mode: for thin remote clients equipped with a web browser
only and support web application such as: HTTP/HTTPS PROXY, FTP,
SMB/CIFS, SSH, VNC, RDP
o Tunnel mode, for remote computers that run a variety of client and server
applications
o The system shall provide SSL VPN tunnel mode that supports 32 and 64-
bit Windows operating systems
o The proposed solution shall allow administrators to create multiple
bookmarks to add to a group and make these bookmarks available for SSL-
VPN users.
Ø ICSA and NSS certified preferred.
Ø Anomaly detection and prevention up to layer 7 traffic including
application type, SSL/TLS and must be applicable on any firewall policy
Ø Should be able to respond to any unauthorized activity, Dos/Distributed
Support IPS with
Dos, network missuses, pre-attack probes like various types of TCP/UDP
following
scanners etc. that originate from both inside and outside network.
requirements
Ø Management over GUI using HTTPS or equivalent secure mechanism,
SSH and console access.
Ø Generate GUI based reports categorized by alerts, attackers, severity
wise, protocol etc.
Ø Support web content filtering up to layer 7 traffic like HTTP, HTTPS,
Web content
FTP, DNS, SMTP, IMAP, POP3 etc., with Application identification like
filtering
IM, torrent etc., Allow/Deny traffic based on Src / Dst IP / Networks, Web

Page 148 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

URLs, Regular expressions, Web plug-ins such as ActiveX , Java Applet &
Cookies, Regular file extensions, Spy wares, Ad wares, Time/Day.
Ø Should have URL database of 20 million or more for web content
filtering based on categories.
Ø Data leak prevention for up to layer 7 traffic.
Ø Should provide an option to send customized Access denied message to
the end user.
Ø The proposed solution must block HTTP or HTTPS based anonymous
proxy request available on the Internet.
Ø Support for geographical based filtering like country level TLD etc.
Ø Should provide protection against viruses, worms or any other malicious
content in traffic like SMTP, POP3, IMAP, HTTP/S, FTP etc. and must be
configurable/applicable on specific firewall Policy.
Ø Should be able to scan the file either on the basis of flow or buffering.
Ø Should have option to respond to virus detection in several ways like
delete/quarantine the file and send notification via e-mail/SMS.
Ø Antivirus signature updates must be done automatically/schedule and
should not require reboot of the appliance.
Ø Management over GUI using HTTPS or equivalent secures mechanism,
SSH and console access.
Ø Support at least 1 million or more signatures
Ø The antivirus signature database of proposed solution should comprise of
up-to- date list of signatures of virus, malwares, spyware etc.
Ø Support on quarantined facility on the appliance or on a remote system.
Ø Allow/Block/quarantine file type extensions
Gateway
Ø Generate GUI based reports categorized by virus signatures, host/user
Antivirus
infected etc. Logging and Reporting
Ø Have standard report templates
Ø Support scheduling of reports
Ø Support sending of reports by email at scheduled intervals
Ø Should provide standard dashboards
Ø Should be possible to offload logs from the logging and reporting
appliance to other external storage for long term retention.
Ø Logging up to layer 7 traffic details (firewall policy level, denied traffic
details etc.)
Ø Should provide log report in Web/GUI /dashboard-based format with
detailed information categorized by IP/Application/Port/Protocol etc., able
to forward logs to syslog server and sending schedule reports and send via
email.
Ø Log storing facility on a local disk or on to a remote system. Logs stored
on the local disk must be transferable over network(scheduled) to a remote

Page 149 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

system and must be in a generic format like CSV, HTML, PDF,


Excel(formats) or if proprietary, must provide appropriate
software/hardware to generate the report.
Ø Support configurable option for E-mail or SMS alerts (Via SMS
gateway) in case of any event trigger.
Ø Should provide information of real time data transfer/bandwidth
utilization of individual IP/Application/protocol/port/Interface/Zone.

Page 150 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

VOLUME III – Contracts

Page 151 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section VI A: General Conditions of Contract

Page 152 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1. Introduction
# Clause Sub-Clause
1.1. Definitions 1.1.1. The following words and expressions shall have the meanings hereby assigned to
them:
i. ‘Act.’ means the Rajasthan Transparency in Public Procurement Act., 2012.
ii. “Rules” means the Rajasthan Transparency in Public Procurement Rules,
2013 iii. “Completion” means the fulfilment of the Supply Services by the
Supplier in accordance with the terms and conditions set forth in the
Contract.
iv. “Contract” means the contract entered between the Procuring Entity and
the successful bidder (Supplier) concerning the subject matter of
procurement, together with the Contract Documents referred to therein,
including all attachments, appendices, specifications and codes and all
documents incorporated by reference therein.
v. “Contract Documents” means the documents listed in the Agreement,
including any amendments thereto.
vi. “Contract Price” means the price payable to the Supplier as specified in
the Agreement, subject to such additions and adjustments thereto or
deductions therefrom, as may be made pursuant to the Contract. vii. “Day”
means calendar day.
viii. “Delivery” means the transfer of the Supply from the Supplier to the
Procuring Entity in accordance with the terms and conditions set forth in
the Contract.
ix. “GCC” mean the General Conditions of Contract
x. “Supply” means “Goods” includes all articles, material, commodities,
electricity, livestock, furniture, fixtures, raw material, spares, instruments,
software, machinery, equipment, industrial plant, vehicles, aircraft, ships,
railway rolling stock and any other category of goods, whether in solid,
liquid or gaseous form, purchased or otherwise acquired for the use of a
procuring entity as well as services or works incidental to the supply of the
goods if the value of services or works or both does not exceed that of the
goods themselves
xi. “Procuring Entity” means an entity referred to in Section 3(2) of RTPP
Act.
xii. “Installation Services” means the services incidental to the supply of the
Supply, such as insurance, installation, training and initial maintenance,
commissioning of equipment or machinery and other similar obligations of
the Supplier under the Contract.
xiii. “SCC” means the Special Conditions of Contract.
xiv. "Supplier” means the natural person, private or government Entity, or a
combination of the above, whose Bid to perform the Contract has been
accepted by the Procuring Entity and is named as such in the Agreement and
includes the legal successors or permitted assigns of the Supplier.
xv. “The Site” where applicable, means the place of delivery, installation,
testing/commissioning of the Supply/equipment or machinery or any other
place named in the SCC.
1.2. Interpretation 1.1.2. In the Contract, except where the context requires otherwise. i.
words indicating one gender include all genders.
ii. words indicating the singular also include the plural and words indicating the
plural also include the singular.

Page 153 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
iii. provisions including the word “agree”, “agreed” or “agreement” require the
agreement to be recorded in writing;
iv. “written” or “in writing” means hand-written, type-written, printed or
electronically made, and resulting in a permanent record.
v. The word “tender” is synonymous with “bid” and “tenderer” with “bidder”
and the words “tender document” with “bidding document”. vi. The marginal
words and other headings shall not be taken into consideration in the
interpretation of these Conditions.

2. General

# Clause Sub-Clause
2.1. General 2.1.1. Incoterms
Terms In case of International Competitive Bidding:
i. The meaning of any trade term and the rights and obligations of parties
thereunder shall be as prescribed by Incoterms.
ii. EXW, CIF, CIP, and other similar terms, shall be governed by the rules
prescribed in the current edition of Incoterms, published by the
International Chamber of Commerce at the date of the Invitation for Bids or as
specified in the SCC.
2.1.2. Entire Agreement
The Contract constitutes the entire agreement between the Procuring Entity and
the Supplier and includes the GCC, SCC, bidding forms, schedules, appendices,
all attachments listed in the agreement.
2.1.3. Amendment
No amendment or other variation of the Contract shall be valid unless it is in
writing, is dated, expressly refers to the Contract, and is signed by a duly
authorized representative of each party thereto.
2.1.4. “Origin” means the place where the Plant/ Machinery & Equipment and
component parts thereof are mined, grown, produced or manufactured, and from
which the services are provided. Plant/ Machinery & Equipment components are
produced when, through manufacturing, processing, or substantial or major
assembling of components, a commercially recognized product results that is
substantially in its basic characteristics or in purpose or utility from its
components.
2.2. Contract 2.2.1. Subject to the order of precedence set forth in the Agreement, all documents
Documents forming the Contract (and all parts thereof) are intended to be correlative,
complementary, supplementary, and mutually explanatory.
2.3. Code of 2.3.1. The Supplier is required to comply with the Code of Integrity and its prevailing
Integrity sanctions policies and procedures as set forth in the Section 11 of RTPP Act and
Rule 80(2) of RTPP Rules.
Further, none of them shall indulge in corrupt, fraudulent, coercive and collusive
practices. For the purpose of this clause these practices are defined as below:
i. “Corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, anything of value to influence improperly the actions of
another party.
ii. “Fraudulent practice” means any act or omission, including a

Page 154 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
misrepresentation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an obligation.
iii. “Coercive practice” means impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to influence
improperly the actions of a party.
iv. “Collusive practice” means an arrangement between two or more parties
designed to achieve an improper purpose, including influencing improperly the
actions of another party.
2.3.2. The Procuring Entity shall take legal action against the Supplier under Section
11(3), 46 and chapter IV of RTPP Act, if it breaches any provisions of the Code of
Integrity, or is determined to have engaged in corrupt, fraudulent, coercive, or
collusive practices in competing for or in execution of the Contract.
2.3.3. The Supplier shall permit the Procuring Entity to inspect the Supplier’s accounts
and records relating to the performance of the Supplier and to have them audited
by auditors appointed by the Procuring Entity, if so, required by the Procuring
Entity.
2.4. Language 2.4.1. The Contract as well as all correspondence and documents relating to the Contract
exchanged by the Supplier and the Procuring Entity, shall be written in the
language specified in the SCC.
Supporting documents and printed literature that are part of the Contract may be
in another language provided they are accompanied by a self-attested accurate
translation of the relevant passages in the language specified in the SCC, in which
case, for purposes of interpretation of the Contract, this translation shall govern.
2.4.2. The Supplier shall bear all costs of translation to the governing language and all
risks of the accuracy of such translation.
2.5. Notices 2.5.1. A notice, consent or other communication under this Bid is only effective if it is in
writing (written form or electronic form with proof of receipt), signed by or on
behalf of the party giving it and it is received in full and legible form at the
addressee’s address [or facsimile number] as specified in SCC. It is regarded as
received at the time and on the day, it is actually received on any calendar days.
2.5.2. For the purposes of this clause, a party’s address and facsimile number are
those(s) set out in contract, unless the party has notified a changed address or
facsimile number in which case the notice, consent, approval or other
communication must be to that address or number.
2.5.3. If a party changes address and fails to notify the other party or parties of this
change and the new address, delivery of notices to that party at that new address is
deemed compliant with the notice obligation under this clause.
2.6. Governing 2.6.1. The Contract shall be governed by and interpreted in accordance with the laws of
Law the Central Government and laws of state Governments of Rajasthan.
2.7. Joint 2.7.1. The supplier should ensure the compliance with Rule 39 (1) (a) and (b) of RTPP
Venture Rules
2.7.2. The structure/ composition or the constitution of the joint Venture shall not be
altered during the period of contract.
The status of the lead partner/ representative of the Joint Venture, as a major stake

Page 155 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
holder shall not change without the consent of the Procuring Entity. Any new
major stake holder must agree to abide by all terms and conditions of the Contract.

3. Contract

# Clause Sub-Clause
3.1. Scope of 3.1.1. The Supply and Installation Services for Plant/ Machinery & Equipment to be
Supply supplied shall be as specified in Section V- Schedule of Supply.
3.1.2. Unless otherwise stipulated in the Contract, the Scope of Supply shall include,
at the supplier’s cost, all such items not specifically mentioned in the Contract
but that can be reasonably inferred from the Contract as being required for
attaining Delivery and Completion of the Supply and Installation Services for
Plant/ Machinery & Equipment as if such items were expressly mentioned in
the Contract.
3.1.3. Unless otherwise expressly limited in the Procuring Entity’s Requirements, the
Supplier’s obligations cover the provision of all Supply and the performance
of all Installation Services required for the design, and the manufacture
(including procurement, quality assurance, construction, installation,
associated civil works, Pre-commissioning and delivery) of the Plant/
Machinery & Equipment, and the installation, completion and commissioning
of the Facilities in accordance with the plans, procedures, specifications,
drawings, codes and any other documents as specified in the Section V-
Schedule of Supply.
Such specifications include, but are not limited to, the provision of supervision
and engineering services; the supply of labor, materials, equipment, spare parts
(as specified in GCC Sub-Clause 3.1.4 below) and accessories; Supplier’s
Equipment; construction utilities and supplies; temporary materials, structures
and facilities; transportation (including, without limitation, unloading and
hauling to, from and at the Site); and storage.
3.1.4. In addition to the supply of Mandatory Spare Parts included in the Contract,
the Supplier agrees to supply spare parts required for the operation and
maintenance of the Facilities for the period specified in the SCC and the
provisions, if any, specified in the SCC. However, the identity, specifications,
and quantities of such spare parts and the terms and conditions relating to the
supply thereof are to be agreed between the Procuring Entity and the Supplier,
and the price of such spare parts shall be that given in Price Schedule No. 7,
which shall be added to the Contract Price.
3.2. Time for 3.2.1. The Supplier shall commence work on the Facilities within the period
Commence specified in the SCC and without prejudice to GCC Clause 7.2 (Liquidated
and Damages). If at any time during performance of the Contract, the Supplier
Completion should encounter conditions impeding timely delivery of the Supply or
completion of Installation Services pursuant to GCC Clause 6.10 [Completion
of Facilities], the Supplier shall promptly notify the Procuring Entity in writing
of the delay, its likely duration, and its cause. As soon as practicable after
receipt of the Supplier’s notice, the Procuring Entity shall evaluate the
situation and may at its discretion extend the Supplier’s time for performance,
with or without liquidated damages depending on the nature of causes of

Page 156 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
delay, by issuing an amendment of the Contract.
3.2.2. The Supplier shall complete work on the Facilities within the period specified
in the SCC. Except in case of Force Majeure, as provided under GCC Clause
8.6 [Force Majeure], or reasons beyond the control of the Supplier under GCC
Clause 3.2.1 [Time for Commence and Completion], a delay by the Supplier in
the performance of its Delivery and Completion obligations shall render the
Supplier liable to the imposition of liquidated damages pursuant to GCC
Clause 7.2 [Liquidated Damages].
3.3. Supplier’s 3.3.1. The Supplier shall design, manufacture, supply and carry out Installation
responsibility Services of Plant/ Machinery & Equipment included in the Section V- Scope
of Supply in accordance with GCC Clause 3.1 [Scope of Supply] and the
Delivery and Completion Schedule, as per GCC Clause 6.9 [Delivery].
3.3.2. The Supplier shall design, manufacture including supply of associated
purchases, install and complete the Facilities in accordance with the Contract.
When completed, the Facilities should be fit for the purposes for which they
are intended as defined in the Contract.
3.3.3. The Supplier confirms that it has entered into this Contract on the basis of a
proper examination of the data relating to the Facilities including any data as
to boring tests provided by the Procuring Entity, and on the basis of
information that the Supplier could have obtained from a visual inspection of
the Site if access thereto was available and of other data readily available to it
relating to the Facilities as of the date twenty-eight (28) days prior to Bid
submission. The Supplier acknowledges that any failure to acquaint itself with
all such data and information shall not relieve its responsibility for properly
estimating the difficulty or cost of successfully performing the Facilities.
3.3.4. The Supplier shall comply with all laws in force in India where the Facilities
are to be implemented. The laws will include all local, state, national or other
laws that affect the performance of the Contract and bind upon the Supplier.
The Supplier shall indemnify and hold harmless the Procuring Entity from and
against any and all liabilities, damages, claims, fines, penalties and expenses
of whatever nature arising or resulting from the violation of such laws by the
Supplier or its personnel.
3.3.5. Any Supply and Installation Services that will be incorporated in or be
required for the Facilities and other supplies shall have their origin as specified
under GCC Clause 2.1.4 [Country of Origin].
3.3.6. If the Supplier is a joint venture, all such persons shall be jointly and severally
bound to the Procuring Entity for the fulfilment of the provisions of the
Contract and shall designate one of such persons to act as a leader with
authority to bind the joint venture. The composition or the constitution of the
joint venture shall not be altered without the prior consent of the Procuring
Entity.
3.3.7. For proper execution of work the supplier will provide project
manager/supervisor as agreed upon between 14 days of effective date of
contract. The supplier personal will regularly interact with Procuring Entity
and provide progress details as and when required.
3.3.8. The Supplier shall conform to the sustainable procurement contractual
provisions, if any and as specified in the SCC.
3.4. PE’s 3.4.1. Whenever the Supply or Installation Services requires that the Supplier obtain
responsibility permits, approvals, and import and other licenses from local public authorities,

Page 157 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
the Procuring Entity shall, if so, requested by the Supplier, will make its best
effort to support the Supplier in complying with such requirements in a timely
and expeditious manner.
3.4.2. The Procuring Entity shall be responsible for acquiring and providing legal and
physical possession of the site and access thereto, and for providing possession
of and access to all other areas reasonably required for the proper execution of
the Contract, including all requisite rights of way, as specified in the Contract
Agreement. The Procuring Entity shall give full possession of and accord all
rights of access thereto on or before the date(s) specified in the contract.
3.4.3. Unless otherwise specified in the Contract or agreed upon by the Procuring
Entity and the Supplier, the Procuring Entity shall provide sufficient, properly
qualified operating and maintenance personnel; shall supply and make
available all raw materials, utilities, lubricants, chemicals, catalysts, other
materials and facilities; and shall perform all work and services of whatsoever
nature, including those required by the Supplier to properly carry out
Recommissioning, Commissioning and Guarantee Tests.
3.4.4. The Procuring Entity shall be responsible for the continued operation of the
Facilities after Completion and shall be responsible for facilitating the
Guarantee Test(s) for the Facilities.

4. Contract Price and Payment

# Clause Sub-Clause
4.1. Contract 4.1.1. The Contract Price shall be as specified in the Agreement subject to any
Price additions (Statutory Variation in Taxes on higher side) and adjustments
(Quantity Tolerance in Supply which could be more or less) thereto, or
deductions (Statutory Variation in Taxes on lower side, Liquidated Damages
Levied), price variation, if any therefrom, as may be made pursuant to the
Contract.
4.1.2. Prices charged by the Supplier for the Supply delivered and the Installation
Services performed under the Contract shall not vary from the prices quoted by
the Supplier in its Bid, with the exception of any price adjustments, if
authorized in the SCC.
4.1.3. Price Adjustment, if applicable, shall be calculated as per Appendix A1 to the
GCC. Price adjustment shall be applicable in contracts having Non-Ferrous
items or delivery completion period above 18 months.
4.1.4. Price Fall Clause for Rate Contract as per Rule 29 2 (h) of RTPP Rule:
Price fall clause is a price safety mechanism in rate contracts and it provides
that if the rate contract holder quotes / reduces its price to render similar Supply,
works or services at a price lower than the rate contract price to anyone in the
State at any time during the currency of the rate contract, the rate contract price
shall be automatically reduced with effect from the date of reducing or quoting
lower price, for all delivery of the subject matter of procurement under that rate
contract and the rate contract shall be amended accordingly. The firms holding
parallel rate contracts shall also be given opportunity to reduce their price by
notifying them the reduced price giving them fifteen days’ time to intimate their

Page 158 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
acceptance to the revised price. Similarly, if a parallel rate contract holding firm
reduces its price during currency of the rate contract, its reduced price shall be
conveyed to other parallel rate contract holding firms and the original rate
contract holding firm for corresponding reduction in their prices. If any rate
contract holding firm does not agree to the reduced price, further transaction
with it, shall not be conducted.
4.2. Terms of 4.2.1. The terms of payment of the Contract Price shall be as specified in the SCC.
Payment However, if first payment to supplier is a part payment after receipt of supply,
full payment of Goods and Services Tax (GST) would be done along with the
first payment.
4.2.2. The Supplier’s request for payment shall be made to the Procuring Entity in
writing, accompanied by invoices describing, as appropriate, the Supply
delivered and Installation Services performed, and by the documents submitted
pursuant to GCC Clause 6.9 [Delivery] and upon fulfilment of all the
obligations stipulated in the Contract.
4.2.3. Payments should be made by the Procuring Entity, after submission of an
invoice or request for payment by the Supplier, and the Procuring Entity has
accepted it as per conditions of contract. All remittance charges shall be borne
by the supplier.
4.2.4. The currency in which payments shall be made to the Supplier under this
Contract shall be Indian Rupees unless otherwise specified in the SCC.
4.2.5. Payment in case of those Supply which need trials or testing as specified in
Section V- Schedule of Supply shall be made only when such trials or tests have
been carried out and trials or test results received conforming to the prescribed
specifications.
4.2.6. i. Advance Payment will not be made except in rare and special cases and as
provided for in the Contract. In case of advance payment being made, it
shall be to the extent and on conditions and against a confirmed bank
guarantee for 100% of the advance. The amount of advance shall be used
exclusively for supplies against the Contract. The amount, conditions and
guarantee will be specified in SCC.
ii. If advance payment is to be made after dispatch of Supply by the Supplier,
it will be made after presenting the proof of dispatch through the bank and
prior inspection, if any. The balance, if any, will be paid on receipt of the
consignment in good condition with the certificate to that effect endorsed on
the inspection note given to the Supplier.
4.3. Taxes and 4.3.1. For Supply supplied from outside India, the Supplier shall be entirely
Duties responsible for all taxes, stamp duties, license fees, and other such levies
imposed outside India.
4.3.2. For Supply supplied from within India or outside India, the Supplier shall be
entirely responsible for all taxes, duties, license fees, etc., incurred until
delivery of the contracted Supply at site to the Procuring Entity.
4.3.3. If any tax exemptions, reductions, allowances, or privileges may be available to
the Supplier in India, the Procuring Entity shall use its best efforts to enable the
Supplier to benefit from any such tax savings to the maximum allowable extent.

Page 159 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
4.4. Performance 4.4.1. The Supplier shall, within fifteen (15) days or a period specified in SCC, of the
Security Notification of Award, sign the Contract Agreement and provide a Performance
Security or, where applicable, a Performance Security Declaration for the due
performance of the Contract for the amount specified in the SCC.
4.4.2. The Performance Security shall be denominated in the currency of the Contract
as specified in Rule 75 of RTPP Rules.
4.4.3. The proceeds of the Performance Security shall be forfeited and shall be
payable as compensation to the Procuring Entity on happening of any of the
events mentioned below:
i. when Supplier fails to complete the Supply or Installation Services
satisfactorily within the time specified; or
ii. if the Supplier breaches any provision of the Code of Integrity prescribed for
Bidders in RTPP Act and Chapter VI of RTPP Rules and as specified in
GCC Clause 2.3.
iii. If in the judgement of the Procuring Entity has found that undertaking
submitted under TECH-6 Country of Origin Declaration Form and
Certificate by the Supplier (s), is found to be false
Notice of reasonable time will be given in case of forfeiture of Performance
Security. The decision of the Procuring Entity in this regard shall be final.

4.4.4. The Performance Security shall be discharged by the Procuring Entity and
returned to the Supplier following the date of satisfactory completion of the
Supplier’s performance obligations under the Contract, including any warranty
and/ or maintenance obligations, unless specified otherwise in the SCC.

5. Intellectual Property
# Clause Sub-Clause
5.1. License/ Use of 5.1.1. For the operation and maintenance of the Plant/ Machinery & Equipment,
Techno the Contractor hereby grants a non-exclusive and non-transferable license
commercial (without the right to sub-license) to the Procuring Entity under the patents,
Information utility models or other industrial property rights owned by the Contractor or
by a third Party from whom the Contractor has received the right to grant
licenses thereunder, and shall also grant to the Procuring Entity a
nonexclusive and non-transferable right (without the right to sub-license) to
use the know-how and other Techno-commercial information disclosed to
the Procuring Entity under the Contract. Nothing contained herein shall be
construed as transferring ownership of any patent, utility model, trademark,
design, copyright, know-how or other intellectual property right from the
Contractor or any third Party to the Procuring Entity.
5.2. Copyright 5.2.1. The copyright in all design, technology, process, drawings, documents, and
other materials containing data and information furnished to the Procuring

Page 160 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Entity by the supplier or any other third party, shall be with Procuring
Entity and Government of Rajasthan.
5.3. Confidential 5.3.1. In addition to the requirements of the provisions of Section 49 of RTPP Act
Information and Rule 77 of RTPP Rules regarding Confidentiality, the Procuring Entity
and the Supplier shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any documents,
data, or other information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such information has been
furnished prior to, during or following completion or termination of the
Contract. However, in case of electronic data or information, the Procuring
Entity may not hold such responsibility for access to data online by any
third party.
5.3.2. The Supplier shall not use such documents, data, and other information
received from the Procuring Entity for any purpose other than the design,
procurement, or other work and services required for the performance of
the Contract.
5.3.3. The obligation of a party under GCC Sub-Clauses 5.3.1 and 5.3.2 above,
however, shall not apply to information that:
i. the Procuring Entity or Supplier need to share with other institutions
participating in the financing of the Contract.
ii. now or hereafter enters the public domain through no fault of that party.
iii. can be proven to have been possessed by that party at the time of
disclosure and which was not previously obtained, directly or indirectly,
from the other party; or
iv. otherwise lawfully becomes available to that party from a third party
that has no obligation of confidentiality.
5.3.4. The above provisions of GCC Clause 5.3 [Confidential Information] shall
not in any way modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of the Supply
or any part thereof.
5.3.5. The provisions of GCC Clause 5.3 [Confidential Information] shall survive
completion or termination, for whatever reason, of the Contract.

6. Execution of Facilities

# Clause Sub-Clause
6.1. Representative 6.1.1. Project Manager:
If the Project Manager is not named in the Contract, then within fourteen
(14) days of the Effective Date, the Procuring Entity shall appoint and
notify the Supplier in writing of the name of the Project Manager. The
Procuring Entity may from time to time appoint some other person as
the Project Manager in place of the person previously so appointed and
shall give a notice of the name of such other person to the Supplier
without delay. No such appointment shall be made at such a time or in
such a manner as to impede the progress of work on the Facilities. Such
appointment shall only take effect upon receipt of such notice by the
Supplier. The Project Manager shall always represent and act for the
Procuring Entity during the performance of the Contract. All notices,

Page 161 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
instructions, orders, certificates, approvals and all other communications
under the Contract shall be given by the Project Manager, except as
herein otherwise provided.
All notices, instructions, information, and other communications given
by the Supplier to the Procuring Entity under the Contract shall be
given to the Project Manager, except as herein otherwise provided.
6.1.2. Supplier’s Representative

i. If the Supplier’s Representative is not named in the Contract, then


within fourteen (14) days of the Effective Date, the Supplier shall
appoint the Supplier’s Representative and shall request the Procuring
Entity in writing to approve the person so appointed. If the Procuring
Entity makes no objection to the appointment within fourteen (14)
days, the Supplier’s Representative shall be deemed to have been
approved. If the Procuring Entity objects to the appointment within
fourteen (14) days giving the reason therefor, then the Supplier shall
appoint a replacement within fourteen (14) days of such objection,
and the foregoing provisions of this GCC Sub-Clause 6.1.2.(i) shall
apply thereto.

ii. The Supplier’s Representative shall represent and act for the Supplier
at all times during the performance of the Contract and shall give to
the Project Manager all the Supplier’s notices, instructions,
information and all other communications under the Contract.
iii. All notices, instructions, information and all other communications
given by the Procuring Entity or the Project Manager to the Supplier
under the Contract shall be given to the Supplier’s Representative or,
in its absence, its deputy, except as herein otherwise provided.
iv. The Supplier shall not revoke the appointment of the Supplier’s
Representative without the Procuring Entity’s prior written consent,
which shall not be unreasonably withheld. If the Procuring Entity
consents thereto, the Supplier shall appoint some other person as the
Supplier’s Representative, pursuant to the procedure set out in GCC
Sub-Clause 6.1.2.(i).
v. The Supplier’s Representative may, subject to the approval of the
Procuring Entity which shall not be unreasonably withheld, at any
time delegate to any person any of the powers, functions and
authorities vested in him or her. Any such delegation may be
revoked at any time. Any such delegation or revocation shall be
subject to a prior notice signed by the Supplier’s Representative, and
shall specify the powers, functions and authorities thereby delegated
or revoked. No such delegation or revocation shall take effect

Page 162 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
unless and until a copy thereof has been delivered to the Procuring
Entity and the Project Manager.
vi. Any act or exercise by any person of powers, functions and
authorities so delegated to him or her in accordance with this GCC
Sub-Clause 6.1.2.(ii) shall be deemed to be an act or exercise by the
Supplier’s Representative.
vii. From the commencement of installation of the Facilities at the Site
until Completion, the Supplier’s Representative shall appoint a
suitable person as the Construction Manager. The Construction
Manager shall supervise all work done at the Site by the Supplier
and shall be present at the Site throughout normal working hours
except when on leave, sick or absent for reasons connected with the
proper performance of the Contract. Whenever the Construction
Manager is absent from the Site, a suitable person shall be appointed
to act as the Construction Manager’s deputy.
viii. The Procuring Entity may by notice to the Supplier object to any
representative or person employed by the Supplier in the execution
of the Contract who, in the reasonable opinion of the Procuring
Entity, may behave inappropriately, may be incompetent or
negligent, or may commit a serious breach of the Site regulations
provided under Installation. The Procuring Entity shall provide
evidence of the same, whereupon the Supplier shall remove such
person from the Facilities.
ix. If any representative or person employed by the Supplier is removed
in accordance with GCC Sub-Clause 6.1.2.(v), the Supplier shall,
where required, promptly appoint a replacement.

6.2. Work Program 6.2.1. i. Supplier’s Organization


The Supplier shall supply to the Procuring Entity and the Project
Manager a chart showing the proposed organization to be established by
the Supplier for carrying out work on the Facilities within twenty-one
(21) days of the Effective Date. The chart shall include the identities of
the key personnel and the curricula vitae of such key personnel to be
employed shall be supplied together with the chart. The Supplier shall
promptly inform the Procuring Entity and the Project Manager in
writing of any revision or alteration of such an organization chart.
ii. Program of Performance

Within twenty-eight (28) days after the Effective Date, the Supplier shall
submit to the Project Manager a detailed program of performance of the
Contract, made in a form acceptable to the Project Manager and showing
the sequence in which it proposes to design, manufacture, transport,

Page 163 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
assemble, install and pre-commission the Facilities, as well as the date by
which the Supplier reasonably requires that the Procuring Entity shall
have fulfilled its obligations under the Contract so as to enable the
Supplier to execute the Contract in accordance with the program and to
achieve Completion, Commissioning and Acceptance of the Facilities in
accordance with the Contract. The program so submitted by the Supplier
shall accord with the Time Schedule included in the Contract Agreement,
and any other dates and periods specified in the Contract. The Supplier
shall update and revise the program as and when appropriate or when
required by the Project Manager, but without modification in the Times
for
Completion specified in the SCC pursuant to Sub-Clause 6.2.1.(ii) and
any extension granted in accordance with GCC Clause 9.2.1 [Extension
of Time for Completion] and shall submit all such revisions to the Project
Manager.
iii. Progress Report

The Supplier shall monitor progress of all the activities specified in the
program referred to in GCC Sub-Clause 6.2.1.(iii) above and supply a
progress report to the Project Manager every month.
The progress report shall be in a form acceptable to the Project Manager
and shall indicate:
a. percentage completion achieved compared with the planned
percentage completion for each activity; and
b. where any activity is behind the program, giving comments and
likely consequences and stating the corrective action being taken.
iv. Progress of Performance
If at any time the Supplier’s actual progress falls behind the program
referred to in GCC Sub-Clause 6.2.1.(ii), or it becomes apparent that it
will so fall behind, the Supplier shall, at the request of the Procuring
Entity or the Project Manager, prepare and submit to the Project
Manager a revised program, taking into account the prevailing
circumstances, and shall notify the Project Manager of the steps being
taken to expedite progress so as to attain Completion of the Facilities
within the Time for Completion under GCC Clause 3.2.1 [Time for
Commence and Completion] any extension thereof entitled under GCC
Clause 9.2.1 [Extension of Time for Completion], or any extended
period as may otherwise be agreed upon between the Procuring Entity
and the Supplier.
v. Procedures
The Contract shall be executed in accordance with the Contract
Documents including the procedures given in the Forms and Procedures

Page 164 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
of the Procuring Entity’s Requirements
6.3. Specifications and 6.3.1. Techno-commercial Specifications and Drawings:
Standards
i. The Supplier shall ensure that the Supply and Installation Services of
Plant/ Machinery & Equipment comply with the Techno-commercial
specifications and other provisions of the Contract. The Supplier shall
execute the basic and detailed design and the engineering work in
compliance with the provisions of the Contract, or where not so
specified, in accordance with good engineering practice.
ii. The Supplier shall be responsible for any discrepancies, errors or
omissions in the specifications, drawings, and other Techno-
commercial documents that it has prepared, whether such
specifications, drawings and other documents have been approved by
the Procuring Entity or not, provided that such discrepancies, errors or
omissions are not because of inaccurate information furnished in
writing to the Supplier by or on behalf of the Procuring Entity.
iii. The Supplier shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any
modification thereof provided or designed by or on behalf of the
Procuring Entity, by giving a notice of such disclaimer to the
Procuring Entity. The reasons for such disclaim shall have to be
explained by the Supplier.
iv. The Supply and Installation Services of Plant/ Machinery &
Equipment supplied under this Contract shall conform to the
standards mentioned in Section V- Schedule of Supply and shall bear
such marks. When no applicable standard is mentioned, the Supply
and Installation Services supplied shall be of the best quality and the
standard shall be equivalent or superior to the official standards whose
application is appropriate to India of origin of the Supply. In no case
such standards shall be inferior to the relevant updated BIS or
international standards.
6.3.2. Wherever references are made in the Contract to codes and standards in
accordance with which it shall be executed, the edition or the revised
version of such codes and standards shall be those specified in the
Section V- Schedule of Supply. During Contract execution, any changes
in any such codes and standards shall be applied only after approval by
the Procuring Entity and shall be treated in accordance with GCC
Clause 9.1.
6.3.3. The supply of articles specified at serial number..........in Section V-
Schedule of Supply, shall in addition, conform strictly to the approved
samples. The decision of the Procuring Entity whether the articles
supplied conform to the specifications and are in accordance with the
samples, if any, shall be final and binding on the Supplier.
6.4. Procurement 6.4.1. If the Procuring Entity shall furnish any item to Supplier, then it is the
Supplier’s responsibility to ensure that the item is received from

Page 165 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Procuring Entity in sound condition, transport the item at its own risk
and expense and furnish to the Procuring Entity any Bank Guarantee of
value as decided by the Procuring Entity in lieu of handing over the item
to the supplier for the period till the item will be in possession of the
supplier.
6.4.2. The Supplier shall acquire and pay for all permits, approvals and/or
licenses from all local, state or national government authorities or public
service undertakings in India where the Site is located which such
authorities or undertakings require the Supplier to obtain in its name and
which are necessary for the performance of the Contract, including,
without limitation, visas if required for the Supplier’s and Sub
Supplier’s personnel and entry permits for all imported Supplier’s
Equipment. The Supplier shall acquire all other permits, approvals
and/or licenses that are not the
responsibility of the Procuring Entity hereof and that are necessary for the
performance of the Contract.
6.5. Transportation 6.5.1. Unless otherwise specified in the SCC, obligations for transportation of
the Supply shall be in accordance with the conditions and Incoterms
specified in Sections V- Schedule of Supply.
6.5.2. In case of Supply from within India or outside India, the
Supply shall be supplied at locations specified in Section V- Schedule of
Supply. All transportation charges, local taxes, etc. shall be borne by the
Supplier.
6.5.3. The Supplier shall, at its own expense, handle all imported materials and
Supplier’s Equipment at the point(s) of import and shall handle any
formalities for customs clearance, provided that if applicable laws or
regulations require any application or act to be made by or in the name
of the Procuring Entity, the Procuring Entity shall take all necessary
steps to comply with such laws or regulations.
6.6. Installation, 6.6.1. Unless otherwise specified in the SCC, obligations for Installation,
Erection, Erection, Training and Commissioning of the Supply shall be in
Training and accordance with the conditions and Incoterms specified in Sections V-
Commissioning Schedule of Supply.
For installation, Erection, Training and Commissioning of the Supply
purpose the supplier shall be responsible for engagement of staff and
labour, follow labour laws of India, pay to the staff and laborers
minimum wages as fixed by Government of India, follow the working
hour rules, provide safe working condition, look after health and safety,
and provide basic amenities like drinking water, foodstuff etc.
6.6.2. Supplier’s Supervision-
The Supplier shall give or provide all necessary superintendence during
the installation of the Facilities, and deputed personnel shall be available
on the Site to provide superintendence of the installation. Specific
requirement if any of Supervision is mentioned in SCC.

Page 166 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
6.7. Sample Test & 6.7.1. The Procuring Entity or his authorized representative shall at all
Inspection reasonable times have access to the Supplier’s premises and the power
to inspect and examine the materials and workmanship of the goods/
equipment/ machinery prior to/
during manufacturing process or afterwards as may be decided.
6.7.2. The Supplier shall at its own expense and at no cost to the Procuring
Entity carry out all such tests, and/or trials and/or inspections of the
Goods and Installation Services as are specified in Sections V- Schedule
of Supply.
6.7.3. The sampling, inspections, and/or tests and/or trials may be conducted
on the premises of the Supplier at point of delivery, and/or at the final
destination of the Goods, or at another place in India if specified in
SCC. All such sampling, inspections and/ or testing shall be at the cost
of the Supplier.
Subject to GCC Sub-Clause 6.7.4 [Sample, Test and Inspection], if
conducted on the premises of the Supplier, all reasonable facilities and
assistance, including access to specification codes, designs, drawings and
production data, shall be furnished to the inspectors at no charge to the
Procuring Entity.
6.7.4. The Procuring Entity or its designated representatives shall be entitled to
attend the tests, and/or inspections and/or trials referred to in GCC Sub-
Clause 6.7.3 [Sample, Test and Inspection], provided that the Procuring
Entity bear all of its own costs and expenses incurred in connection with
such attendance, like travelling and boarding and lodging expenses.
6.7.5. Whenever the Supplier is ready to carry out any such tests, and/or trials
and/or inspections, it shall give a reasonable advance notice, including
the place and time, to the Procuring Entity. The Supplier shall obtain
from any relevant third party or manufacturer any necessary permission
or consent to enable the Procuring Entity or its designated representative
to attend the test and/or trials and/or inspections.
The Supplier shall furnish complete address of the premises of his
office, godown and workshop where inspection can be made together
with name and address of the person who is to be contacted for the
purpose.
6.7.6. The Procuring Entity may require the Supplier to carry out any test
and/or trials and/or inspections not required by the Contract but deemed
necessary to verify that the characteristics and performance of the Goods
comply with the Techno-commercial specifications, codes and standards
and samples supplied with the Bid under the Contract, provided that the
expenses incurred in the carrying out of such tests and/or trials and/or
inspection shall be borne by the supplier.
6.7.7. The Supplier shall provide, the Procuring Entity with a report of the
results of any such tests and/or trials and/or inspections.
6.7.8. Supplies when received shall be subject to tests and/or trials and/or
inspections to ensure whether they conform to the specifications and

Page 167 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
with the approved samples and trials, if any. Where necessary or
prescribed or practical, tests shall be carried out in Government
laboratories, or reputed testing house and the supplies will be accepted
only when the articles conform to the standard of prescribed
specifications as a result of such tests.
6.7.9. The Procuring Entity may reject any Goods or any part thereof that are
received but fail to pass any tests and/or trials and/or inspections or do
not conform to the specifications and samples supplied with the Bid, if
any. The Supplier shall replace such rejected Goods or parts thereof
within specified time period, at no cost to the Procuring Entity, and shall
repeat the tests and/or trials and/or inspections, at no cost to the
Procuring Entity, upon giving a notice pursuant to GCC Sub-Clause
6.7.5 [Sample, Test and Inspection]. If the bidder fails to replace the
goods which does not complies the standards as mentioned in the bid, it
shall be treated as default in supply and action can be taken as per
provisions of the contract.
6.7.10. The rejected articles shall be dealt with in accordance with the procedure
specified in SCC, otherwise they shall be removed by the Bidder within
15 days of intimation of rejection, after which the Procuring Entity shall
not be responsible for any loss, shortage or damage and shall have the
right to dispose of such articles as he thinks fit, at the Supplier’s risk and
on his account. If the rejected supply is collected after 15 days, then the
procuring entity shall recover from supplier, ground rent charges as
specified in SCC.
6.7.11. The Supplier agrees that neither the execution of tests and/or trials
and/or inspections of the Goods or any part thereof, nor the attendance
by the Procuring Entity or its representative, nor the issue of any report
pursuant to GCC Sub-Clause 6.7.7 [Sample, Test and Inspection], shall
release the Supplier from any warranty/ guarantee, as the case may be,
or other obligations under the Contract.
6.8. Packing & 6.8.1. The Supplier shall provide such packing of the Goods as is required to
Documents prevent their damage or deterioration during transit or transport by sea,
rail and road or air to their final destination, as indicated in the Contract.
During transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme temperatures, salt
and precipitation, and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the final
destination of the Goods and the absence of heavy handling facilities at
all points in transit
6.8.2. The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall be
expressly provided for in the Contract, including additional
requirements, if any, specified in the SCC, and in any other instructions
ordered by the Procuring Entity.
6.8.3. In the event of any loss, damage, breakage or leakage or any shortage,
the Supplier shall be liable to make good such loss and shortage found at

Page 168 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
the checking/inspection of the materials by the consignee within the
stipulated time or as specified in SCC, otherwise it shall be dealt as
default in supply. No extra cost on such account shall be admissible.
6.9. Delivery 6.9.1. Subject to GCC Sub-Clause 9.1 [Extension of Time for Completion], the
Delivery of the Goods and Completion of the Installation Services shall
be in accordance with the Delivery and Completion Schedule specified
in the Section V- Schedule of Supply. The details of shipping and other
documents to be furnished by the Supplier are specified in the SCC.
6.10. Completion of the 6.10.1. As soon as the Facilities or any part thereof has, in the opinion of the
facilities Supplier, been completed operationally and structurally and put in a
tight and clean condition as specified in the Procuring Entity’s
Requirements, excluding minor items not materially affecting the
operation or safety of the Facilities, the Supplier shall so notify the
Procuring Entity in writing. Procuring Entity shall also provide within
reasonable time necessary facilities, raw materials if any etc. for
Precommissioning the facilities or any part thereof. As soon as all works
in respect of Precommissioning are completed and, in the opinion of the
Supplier, the Facilities or any part thereof is ready for Commissioning,
the Supplier shall so notify the Procuring Entity who shall respond
within reasonable time to supplier. If no response received or Procuring
Entity starts using the facility then it will be deemed to have reached
completion.
6.11. Commissioning and 6.11.1. Pursuant to clause 6.10.1 [Completion of facilities] commissioning of the
operational facilities or any part thereof shall be commenced. The Procuring Entity
acceptance will provide all assistance in terms of personal and raw materials and
make arrangement for attending the Guarantee test by Procuring Entity’s
representative. Operational Acceptance shall be issued after successful
competition of Guarantee test.

7. Guarantees and Liabilities

# Clause Sub-Clause
7.1. Completion 7.1.1. The Contractor guarantees that it shall attain Completion of the Facilities (or a
Time part for which a separate time for completion is specified) within the Time for
Guarantee Completion specified pursuant to GCC Sub-Clause 6.10 [Completion of the
Facilities], or within such extended time to which the Contractor shall be entitled
under GCC Clause 9.2 [Extension of Time for Completion] hereof.
7.2. Liquidated 7.2.1. Subject to provisions of GCC Clause 8.6 [Force Majeure] and 9.2 [Extension of
Damage Time for Completion], if the Supplier fails to deliver any or all of the Goods or
perform the Installation Services within the period specified in the Contract, the
Procuring Entity shall, without prejudice to all its other remedies under the
Contract, deduct from the Contract Price, as liquidated damages on the basis of
following percentages of value of Goods and/ or Installation Service which the
Supplier has failed to supply or complete: -
1. Recover from the Supplier/Contractor as agreed pre estimated liquidated
damages and not by way of penalty a sum equivalent to ½ per cent per week

Page 169 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
of the price of any stores (including elements of taxes, duties, freight
etc.) which the Supplier/Contractor has failed to deliver within the period
fixed for delivery in the contract or part of a week during which the delivery
of such stores may be in arrears period subject to max. of 10% of the stores.
2. The time allowed for commissioning of machine by the supplier/contractor,
or his agent shall be deemed to be the essence of the contract. In case of
delay in commissioning of the machine on the part of Supplier/Contractor,
the Purchaser shall be entitled to recover, and the Supplier/Contractor shall
be liable to pay pre estimated liquidated damage at the rate of 2% of the total
contract value of machine not commissioned for each month or part thereof
for which commissioning is delayed. Provided always that the entire amount
of liquidated damages to be paid under the provision of this clause shall not
exceed 10% of the contract value. After expiry of 5 months period from the
date of default i.e., from the date of commissioning provided in the contract,
purchaser will be at liberty to invoke the PG Bond submitted by the supplier.
Continuance of commissioning work after expiry of stipulated time will also
not absolve the contractor from the liquidated damages as stated above.
Notes: -
i. Fraction of a day in reckoning period of delay in supplies, successful
installation and completion of work shall be eliminated if it is less than
half a day.
ii. The value of Goods and/ or Installation Services not received in
specified time should be calculated carefully. The method of calculation
for contracts which include multiple items of supply/ service in case
individual value of each item is not taken in the Bid should be generally
given in the SCC.
The maximum amount of liquidated damages shall be 10%. Once the maximum
is reached, the Procuring Entity may terminate the Contract pursuant to GCC
Clause 10 [Termination].
7.2.2. Whenever any claim against the Supplier for the payment of a sum of money
arises out of or under the contract, the Department shall be entitled to recover
such sum by appropriating, in part or whole of the Performance Security and/or
Security Deposit, Security Deposit at the time of enlistment of the Contractor. In
the event of the security being insufficient, or if no security has been taken, then
the balance or the total sum recoverable, as the case may be, shall be deducted
from any sum, then due or which at any time, thereafter, may become due to the
Supplier/Contractor/ Consultant, under this or any other contract with the
Governor of Rajasthan. Should this sum be not sufficient to cover the full
amount recoverable, the Contractor shall pay to the Department on demand the
balance remaining dues. The Department shall, further, have the right to effect
such recoveries under Public Demands Recovery Act and/ or as arrears of land
revenue as per provisions of the Section 53 of the RTPP Act.
7.3. Defect 7.3.1. The Contract warrants that the Facilities or any part thereof shall be free from
Liability defects in the design, engineering, materials and workmanship of the Plant/
Machinery & Equipment and Machinery supplied and of the work executed. If
required, the defect liability period will be specified in the SCC.
If during the Defect Liability Period any defect should be found in the design,
engineering, materials and workmanship of the Equipment/Plant and
Machinery supplied or of the work executed by the Supplier, the Supplier shall
promptly, in consultation and agreement with the Procuring Entity regarding

Page 170 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
appropriate remedying of the defects, and at its cost, repair, replace or otherwise
make good as the Supplier shall determine at its discretion, such defect as well as
any damage to the Facilities caused by such defect. The Supplier shall not be
responsible for the repair, replacement or making good of any defect or of any
damage to the Facilities arising out of or resulting from any of the following
causes:
(a) improper operation or maintenance of the Facilities by the Procuring
Entity.
(b) operation of the Facilities outside specifications provided in the Contract;
or I normal wear and tear.
7.4. Functional 7.4.1. The Supplier warrants that all the Goods are new, unused, or as per specification
Guarantees provided in the contract.
7.4.2. Subject to GCC Sub-Clause 6.3 [Specifications and Standards], the Supplier
further warrants that the Goods shall be free from defects arising from any act or
omission of the Supplier or arising from design, materials, and workmanship,
under normal use.
7.4.3. Unless otherwise specified in the SCC, the warranty/ guarantee, as the case may
be, shall remain valid for as specified in SCC months after supply of the Goods
and completion the Installation Services have been accepted at the final
destination indicated in the SCC, or in case of Goods being imported after the
placement of Supply Order, for as specified in SCC months after the date of
shipment or loading in the country of origin, whichever period concludes earlier.
7.4.4. The Procuring Entity shall give Notice to the Supplier stating the nature of any
such defects together with all available evidence thereof, promptly following the
discovery thereof. The Procuring Entity shall afford all reasonable opportunity
for the Supplier to inspect such defects.
7.4.5. The terms and condition of warranty maintenance and repairs are as specified in
the SCC.
7.4.6. In case of machinery and equipment also, guarantee will be given as mentioned
in GCC Sub-Clause 7.4.4 [Functional Guarantees] above and the Supplier shall
during the guarantee period replace the parts / whole, if any, and remove any
manufacturing defect if found during the above period so as to make machinery
and equipment operative. The Supplier shall also replace machinery and
equipment in case it is found defective which cannot be put to operation due to
manufacturing defect, malfunctioning, etc.
7.4.7. In case of machinery and equipment specified by the Procuring Entity the
Supplier shall be responsible for carrying out annual maintenance and repairs on
the terms and conditions as may be agreed at the time of entering into the
contract. The Supplier shall also be responsible to ensure adequate regular
supply of spare parts needed for a specific type of machinery and equipment
whether under their annual maintenance and repairs rate contract or otherwise.
In case of change of model, Supplier will give sufficient notice to the Procuring
Entity. Procurement Entity will have to agree to the firm’s request. However, in
case supply of new model is agreed to then bidder shall be responsible to ensure
adequate regular supply of spare parts needed for new model of the machinery
and equipment whether under their annual maintenance and repairs rate contract
or otherwise.
7.4.8. If having been notified, the Supplier fails to remedy the defect within the period
specified in the SCC; the Procuring Entity may proceed to take within a
reasonable period such remedial action as may be necessary, at the Supplier’s

Page 171 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
risk and expense and without prejudice to any other rights which the Procuring
Entity may have against the Supplier under the Contract.
7.5. Patent 7.5.1. The Supplier shall, subject to the Procuring Entity’s compliance with GCC
Indemnity SubClause 7.5.2 [Patent Indemnity], indemnify and hold harmless the Procuring
Entity and its employees and officers from and against any and all suits, actions
or administrative proceedings, claims, demands, losses, damages, costs, and
expenses of any nature, including attorney’s fees and expenses, which the
Procuring Entity may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or otherwise existing at
the date of the Contract by reason of:
i. the installation of the Goods by the Supplier or the use of the Goods where
the Site is located; and
ii. The sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other
than for the purpose indicated by or to be reasonably inferred from the Contract,
neither any infringement resulting from the use of the Goods or any part thereof,
or any products produced thereby in association or combination with any other
equipment, plant, or materials not supplied by the Supplier, pursuant to the
Contract.
7.5.2. If any proceedings are brought or any claim is made against the Procuring
Entity arising out of the matters referred to in GCC Sub-Clause 7.5.1 [Patent
Indemnity], the Procuring Entity shall promptly give the Supplier a notice
thereof, and the Supplier shall at its own expense and in the Procuring Entity’s
name conduct such proceedings or claim and any negotiations for the settlement
of any such proceedings or claim.
7.5.3. If the Supplier fails to notify the Procuring Entity within twenty-eight (28) days
after receipt of such notice that it intends to conduct any such proceedings or
claim, then the Procuring Entity shall be free to conduct the same on its own
behalf and at the expenses of the Supplier.
7.6. Limitation of 7.6.1. Except in cases of gross negligence or wilful misconduct:
Liability i. neither party shall be liable to the other party for any indirect or
consequential loss or damage, loss of use, loss of production, or loss of
profits or interest costs, provided that this exclusion shall not apply to any
obligation of the Supplier to pay liquidated damages to the Procuring Entity;
and
ii. the aggregate liability of the Supplier to the Procuring Entity under the
Contract shall not exceed the amount specified in the SCC, which shall not
be less than the amount of the Contract Price and more than double of it,
provided that this limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the Supplier to
indemnify the Procuring Entity with respect to patent infringement.

8. Risk Distribution

# Clause Sub-Clause
8.1. Transfer of 8.1.1. Ownership of the Plant/ Machinery & Equipment (including spare parts)
Ownership procured in India or imported shall be transferred to the Procuring Entity
when the Plant are brought and installed at the site as per Section V-

Page 172 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
Schedule of Supply.
8.2. Care of Facilities 8.2.1. The Supplier shall be responsible for the care and custody of the Facilities or
any part thereof until the date of Completion of the Facilities.
8.3. Loss of or 8.3.1. The Contractor shall indemnify and hold harmless the Procuring Entity and
Damage to its employees and officers from and against any and all suits, actions or
Property; administrative proceedings, claims, demands, losses, damages, costs, and
Accident or expenses of whatsoever nature, including attorney’s fees and expenses, in
Injury to respect of the death or injury of any person or loss of or damage to any
Workers; property other than the Facilities whether accepted or not, arising in
Indemnification connection with the supply and installation of the Facilities and by reason of
the negligence of the Contractor, or their employees, officers or agents,
except any injury, death or property damage caused by the negligence of the
Procuring Entity, its contractors, employees, officers or agents.
8.4. Insurance 8.4.1. The Supply under the Contract shall be fully insured on “All Risk” basis
with minimum Insurance coverage in amount equal to 110 percent of the
CIP value of the imported supplies or Ex-works price in case of domestic
supply on “All Risks” basis, including war risks and strikes showing
Procuring Entity as Beneficiary. The insurance charges shall be borne by the
Supplier.
Insurance policy shall be valid for 30 days beyond receipt of material.
8.4.2. The Supplier shall at its expense take out and maintain insurance against
risks such as transportation risk, installation risk, Third Party Liability
Insurance, Automobile Liability Insurance, Worker’s compensation risk or
any other risk associated with supply and installation at the designated site.
8.5. Change in 8.5.1. If the SCC provides for permitting effect of change in Laws and
Laws and Regulations, then after the dead line for submission of Bids, if any law,
Regulations regulation, ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed by Government of India or the State
Government (which shall be deemed to include any change in interpretation
or application by the competent authorities) that subsequently affects the
Delivery Date and/or the Contract Price, then such Delivery Date and/or
Contract Price shall be correspondingly increased or decreased, to the extent
that the Supplier has thereby been affected in the performance of any of its
obligations under the Contract. Notwithstanding the foregoing, such
additional or reduced cost shall not be separately paid or credited if the same
has already been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 4.1 [Contract Price].
8.6. Force Majeure 8.6.1. i. For purposes of this Clause, “Force Majeure” means an event or
situation beyond the reasonable control of the Supplier or of the
Procuring Entity, as the case maybe, that is not foreseeable, is
unavoidable, and its origin is not due to negligence or lack of care on the
part of the Supplier. Such events may include, but not be limited to, acts
of the Procuring Entity in its sovereign capacity, wars or revolutions,
acts of the public enemy, civil commotion, sabotage, earthquakes, fires,
floods or other adverse weather conditions, explosions, epidemics,
quarantine restrictions, freight embargoes, strikes, lockouts, or acts of
God.
ii. Force Majeure shall not include (i) any event which is caused by the

Page 173 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
negligence or intentional action of a Party or such Party’s employees,
experts, sub-consultants/ contractors, or agents, nor (ii) any event which
a diligent Party could reasonably have been expected to both take into
account at the time of the conclusion of this Contract and avoid or
overcome in the carrying out of its obligations hereunder.
iii. Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder.
8.6.2. The Supplier shall not be liable for forfeiture of its Performance Security,
liquidated damages, or termination for default if and to the extent that delays
in performance or other failure to perform its obligations under the Contract
if it is the result of an event of Force Majeure.
8.6.3. If a Force Majeure situation arises, the Supplier shall promptly but not later
than two weeks, notify the Procuring Entity in writing, with reasonable
evidence of such condition and the cause and effects thereof, and shall
similarly give written notice of the restoration of normal conditions as soon
as possible. Unless otherwise directed by the Procuring Entity in writing, the
Supplier shall continue to perform its obligations under the Contract as far as
reasonably practical and shall seek all reasonable alternative means at his cost
for performance not prevented by the Force Majeure event.
8.6.4. If the force majeure condition(s) mentioned above be in force for a period of
XX (say 90) days or more at any time, either party shall have the option to
terminate the contract on expiry of XX (say 90) days of commencement of
such force majeure by giving 14 days’ notice to the other party in writing. In
case of such termination, no damages shall be claimed by either party against
the other, save and except those which had occurred under any other clause of
this contract prior to such termination.
8.6.5. In case due to a Force Majeure event the Procuring Entity is unable to fulfil
its contractual commitment and responsibility, the Procuring Entity shall
notify the Supplier accordingly and subsequent actions taken on similar lines
described in above sub-clauses.
8.7. Assignment 8.7.1. Neither the Procuring Entity nor the Supplier shall assign, in whole or in part,
their obligations under this Contract, except with prior written consent of the
other party with recorded reasons. Such assignment shall not relieve the
Supplier or the Procuring Entity of their respective obligations under the
Contract.

9. Change in Contract elements

# Clause Sub-Clause
9.1. Change 9.1.1. The Procuring Entity may at any time order the Supplier through Notice in
Orders accordance GCC Clause 2.5 [Notices], to make changes, within the general scope
of the Contract in any one or more of the following:
i. Drawings, designs, or specifications, where Goods to be furnished under
the Contract are to be specifically manufactured for the Procuring Entity.
ii. The method of shipment and/ or packing.
iii. The place of delivery; and
iv. The Installation, Erection, Training and Commissioning Services to be
provided by the Supplier.

Page 174 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
9.1.2. If any such change causes an increase or decrease in the cost of, or the time
required for, the Supplier’s performance of any provisions under the Contract, an
equitable adjustment shall be made in the Contract Price or in the Delivery and
Completion Schedule, or both, and the Contract shall accordingly be amended.
Any claims by the Supplier for adjustment under this Clause must be asserted
within twenty-eight (28) days from the date of the Supplier’s receipt of the
Procuring Entity’s change order.
9.1.3. Prices to be charged by the Supplier for any Installation Services that might be
needed but which were not included in the Contract shall be agreed upon in
advance by the parties and shall not exceed the prevailing rates charged to other
parties by the Supplier for similar services.
9.1.4. Procuring Entity’s right to vary quantity would be as per Rules 73 of RTPP Rules.
9.1.5. As per Rule 29 (i) of RTPP Rule for Rate Contract the contract may be extended
for 3 months on same price, terms, and condition provided that market prices have
not fallen have not fallen down during the period for the subject matter of
procurement or its constituents, to be procured under the rate contract.
9.2. Extension of 9.2.1. If at any time during performance of the Contract i.e., delivery period specified in
Time for the contract or extended delivery period, the Supplier should encounter conditions
Completion impeding timely delivery of the Goods or completion of Installation Services
pursuant to GCC Clause 6.6 [Installation, Erection, Training and Commissioning],
the Supplier shall promptly notify the Procuring Entity in writing of the delay, its
likely duration, and its cause. As soon as practicable after receipt of the Supplier’s
notice, the Procuring Entity shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, with or without liquidated damages
depending on the nature of causes of delay, by issuing an amendment of the
Contract.
9.2.2. Except in case of Force Majeure, as provided under GCC Clause 8.6 [Force
Majeure], or reasons beyond the control of the Supplier under GCC Clause 9.2.1
[Extension of Time for Completion], a delay by the Supplier in the performance of
its Delivery and Completion obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 7.2 [Liquidated
Damages].

10. Termination

# Clause Sub-Clause
10.1. Termination 10.1.1. The Procuring Entity, without prejudice to any other remedy under the
for Default provisions of the Act, the Rules or the Contract for breach of Contract, by
Notice of default sent to the Supplier, may terminate the Contract in whole or
in part:
i. if the Supplier fails to deliver any or all of the Goods and/ or Installation
Services within the period specified in the Contract, or within any
extension thereof granted by the Procuring Entity pursuant to GCC Clause
9.2.1 [Extension of Time for Completion] or
ii. ii. If the Supplier fails to perform any other obligation under the Contract
which is defined as the fundamental breach of contract. Any party to the

Page 175 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

# Clause Sub-Clause
contract commits a breach of contract that is so fundamental that it
deprives the other party to the contract of substantially the whole of
contract’s benefits is stated to be the fundamental breach of contract.
Therefore, any breach of conditions relating to essence of any contract is
termed as fundamental breach of contract. Time assigned for completion
of contract and the quality of goods/work/services, or any other condition
of contract are generally the essence of the contract.
iii. if the Supplier, in the judgment of the Procuring Entity has breached any
provision of the Code of Integrity, as defined in the Act, the Rules and
GCC Clause 2.3 [Code of Integrity], in competing for or in executing the
Contract.
10.1.2. In the event the Procuring Entity terminates the Contract in whole or in part,
pursuant to GCC Clause 10.1.1(i) [Termination], the Procuring Entity may
procure, upon such terms and in such manner as it deems appropriate, the
Goods and/ or the Installation Services similar to those undelivered or not
performed, and the Supplier shall be liable to the Procuring Entity for any
additional costs for such similar Goods or Installation Services and such
additional cost shall be recovered from the dues of the Supplier with the
Procuring Entity.
Termination 10.1.3. The Procuring Entity may at any time terminate the Contract by giving Notice
for to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In
Insolvency such event, termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect any right of action
or remedy that has accrued or will accrue thereafter to the Procuring Entity

11. Exclusive Jurisdiction

# Clause Sub-Clause
11.1 Jurisdiction 11.1.1 The Courts of ________ [mention district] of Rajasthan shall alone have
jurisdiction in respect of all claims and matters arising under the consignment or
for the supply of goods.

Page 176 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section VI B: Special Conditions of Contract

Page 177 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
May add new points in SCC, if required.

GCC 1.1.1(xi) The Procuring Entity is: Additional Chief Engineer (PPP), PWD Rajasthan, Jaipur, Rajasthan

GCC 1.1.1(xv) The Site(s) are: total 20 toll Plaza at given location in “schedule of supply”

GCC 2.1.1 The version of Incoterms shall be: NA

GCC 2.4.1 The language shall be [English/ Hindi/ Both English and Hindi]: English

GCC 2.5.1 For notice i) The Procuring Entity’s address is:


Attention (Name with Designation: ______________________ Address of Office with Floor /
Room No.:
City:
PIN Code: __________
Telephone No. with STD Code: ____________________
Facsimile number: __________________
Electronic mail address: i) The Supplier’s address is:
Attention (Name with Designation: ______________________
Address of Office with Floor / Room No:
______________________________________________
City:
PIN Code: __________
Telephone No. with STD Code: ____________________
Facsimile number: __________________ Electronic mail address:

GCC 3.1.4 Operation and Maintenance of the Facilities will be carried out for 2 years. Following are the
provisions of Operation and Maintenance:

a. Bidder shall adhere to the maintenance of ETC & TMS Equipment, Periodic Preventive
Maintenance of equipment, Timely Corrective Maintenance, Software Maintenance, Remote
Software support for the ETC & Toll System.
b. In order to adhere the SLA parameters, Bidder shall ensure for repair and replacement of
hardware, software, peripherals and subcomponents during the O&M period part of Contract
Agreement.
c. Bidder shall intimate PD/Toll operating agency for any corrective action to be taken on
ground to resolve any major issue which takes more than 2 hours of lane closure.
d. Bidder shall take prior approval from respective PD before updating any version of Lane /
Plaza application, for which, a software modification request shall be submitted to PD for
seeking approval.
e. PWD holds the right to ask Bidder to replace any staff if found and proved unsuitable/
indulged in unwanted activities.
f. Any damage cause due to mishandling of equipment by the Bidder employees shall be borne
by Bidder.

Page 178 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

GCC 3.2.1 The Supplier shall commence work on the Facilities within 15 days from the Effective Date for
determining Time for Completion as specified in the Contract Agreement.

GCC 3.2.2 The Time for Completion of the whole of the Facilities shall be 6 Month from the Effective Date as
described in the Contract Agreement.
GCC 3.3.8 Supplier shall conform to the following sustainable procurement contractual provisions:
[Delete if not applicable]
GCC 4.1.2 The price adjustment shall be (Payable/ Not Payable): Not Payable
GCC 4.2.1 The terms of payment shall be: as per Schedule of Supply ________________________________
GCC 4.2.4 The currencies for payments (If other than Indian Rupees) shall be__ NA

GCC 4.2.6 (i) Advance Payment, if payable, the amount, conditions, and guarantee, if any, shall be -
NA____________________
GCC 4.4.1 The Performance Security shall be 5% of the contract price for regular supplier or 1 % for small
scale industries or @ 2 % for Sick Industries other than small scale industries, and sign the
Agreement within 10 days of communication of acceptance of its Bid. __
GCC 4.4.4 Discharge of Performance Security shall take place within 60 days after defect liability period
GCC 6.7.10 The rejected materials of supply shall be dealt with in following manner: Ground rent charges is
0.01 % per day limited to 2% of the contract price in case the rejected material is not lifted within
15 days of rejection.
GCC 6.8.2 The packing, marking and documentation within and outside the packages shall be as follows: NA
GCC 6.8.3 Loss, damage, breakage or leakage or any shortage, the Supplier shall be liable to make good such
loss and shortage found at the checking/inspection of the materials by the consignee within 15 Days
GCC 6.9.1 The details of shipping and other documents to be furnished are as follows: as per Schedule of
Supply
GCC 7.3.1 NA
GCC 7.4.3 The period, terms and conditions for Warranty/Guarantee Maintenance are as per Schedule of
Supply
GCC 7.4.5 The terms and conditions for Comprehensive Maintenance Contract (CMC) are as Schedule of
Supply
GCC 7.4.8 The time period by which the supplier has to remedy the defect is 7 days.
GCC 7.6 (ii) The multiplier of the Contract Price is: ___ NA_________________________
GCC 8.5.1
Whether changes in applicable laws shall have any effect on the date and/ or Contract Price: Yes

Page 179 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Section VI C: Contract Forms

Page 180 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

1. Agreement
(To be executed on a non-judicial stamp of appropriate value)

An agreement made this _________ day of ________ between ________________ (hereinafter called
"the Supplier"), which expression shall, where the context so admits, be deemed to include his heirs
successors, executors and administrators of the one part and the Governor of Rajasthan/
___________________ [name of the Procuring Entity if other than a department of the State
Government (hereinafter called "the Procuring Entity") which expression shall, where the context so
admits, be deemed to include his successors in office and assigns) of the other part.
WHEREAS the Procuring Entity invited Bids for certain Goods and Related Services, viz.,
______________________________________________________ and has accepted a Bid submitted by
the Supplier for the supply of those Goods and Related Services for the sum of
_________________________ [amount in figures and words] (herein after “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Contract referred to.
1. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
(a) The Procuring Entity’s Notification to the Supplier of Award of Contract;
(b) The Bid Submission Sheet and the Price Schedules including negotiated Price, if any,
submitted by the Supplier;
(c) The Special Conditions of Contract;
(d) The General Conditions of Contract;
(e) The Schedule of Supply;
(f) Instructions to Bidders;
(g) The Notice Inviting Bids;
(h) ___________________
In the event of any discrepancy or inconsistency within the Contract documents, the documents
shall prevail in the order listed above.
2. In consideration of the payments to be made by the Procuring Entity to the Supplier as indicated in
this Agreement, the Supplier hereby covenants with the Procuring Entity to provide the Goods and
Related Services and to remedy defects therein in conformity in all respects with the provisions of
the Contract.
3. The Procuring Entity hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Related Services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

Page 181 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
the laws of the Central and the State Government on the day, month and year first mentioned herein
before.

Witness 1

Witness 2

Signed by: _________________(for the Supplier)

Name _____________________

Designation _______________

Address___________

Witness 1

Witness 2

Signed by: ________________ (for the Procuring Entity)

(On behalf of Governor of the State of Rajasthan)

Name___________

Designation______

Address__________

Page 182 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

2. Performance Security
(to be given by a Scheduled Bank in India)

[Bank’s Name, and Address of Issuing Branch or Office] … .....................................................................

Beneficiary: ................................. [Name and Address of Procuring Entity]


...........................................

Date:
...............................................................................................................................................................

Performance Guarantee No.: ......................................................................................................................


We have been informed that. .[[name of the Supplier] . . .. . (hereinafter called "the Supplier") has
entered into Contract No. . . .. [reference number of the Contract] . . .. dated . . . . . .. . with you, for the
supply of . . . . . . [name of contract and brief description of the Goods and Related Services] . . ..
(hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance security is
required.
At the request of the Supplier, we . . .. [name of the Bank] . . .. hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of Rupees* . . .. [amount in figures] . . . . . .
(Rupees……………… . . .. [amount in words] . . ..) such sum being payable upon receipt by us of your
first demand in writing accompanied by a written statement stating that the Supplier is in breach of its
obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or
the sum specified therein.
The Guarantor agrees to extend this guarantee for a specified period in response to the Procuring Entity’s
written request for such extension for that specified period, provided that such request is presented to the
Guarantor before the expiry of the guarantee.
This guarantee shall expire, no later than the . . . .. Day of . . . . , . . . . . . **, and any demand for
payment under it must be received by us at this office on or before that date.
............................
Seal of Bank and Authorized Signature(s)
* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in
the
Contract
** Insert the date sixty days after the expected completion date, including period of Warranty/
Guarantee and maintenance period, if any.
[Notes: 1. All italicized text is for guidance on how to prepare this advance payment guarantee and
shall be deleted from the final document.
2. The Procuring Entity should note that in the event of an extension of the time for completion of the
Contract, the Procuring Entity would need to request an extension of this guarantee from the
Guarantor. Such request must be in writing and must be made prior to the expiration date established
in the guarantee.]

Page 183 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

3. Performance Security Declaration

Date: ____________ [insert date (as day, month and year)]


Contract Name and No.: __________ [insert name and number of Contract]
To: _____________________________ [insert Designation and complete address of Procuring Entity]
We, the undersigned, declare that we are a (Strike out which is not applicable. Please enclose an authentic
certificate issued by the Administrative Department of respective government under which the bidder entity is
constituted.):
(i) Departments/Boards of the State Government or Central Government; or
(ii) Government Companies as defined in clause (45) of section 2 of the Companies Act, 2013; or
(iii) Company owned or controlled, directly or indirectly, by the Central Government, or by any State
Government or Governments, or partly by the Central Government and partly by one or more State
Governments which is subject to audit by the Auditor appointed by the Comptroller and Auditor-General of
India under sub-section (5) or (7) of section 139 of the Companies Act, 2013; or
(iv) Autonomous bodies, Registered Societies, Cooperative Societies which are owned or controlled or managed
by the State Government or Central Government.
We understand that we are eligible for submission of a Performance Securing Declaration in lieu of Performance
Security under Rule 75 (1) of RTPP Rules, 2013:
We understand that, according to your conditions, the Contract must be supported by a Performance Security
Declaration as a guarantee to ensure fulfillment of our all performance obligations under the Contract for
_______________ [insert name of subject matter of procurement].

We accept that we will automatically be suspended from being eligible for bidding in any contract with you for the
period of time of ______________ [Procuring Entity to indicate here the period of time for which the Procuring
Entity will declare a Bidder ineligible to be awarded a Contract if the performance Security Declaration is to be
executed] starting on the date that we receive a notification from you, the _____________ [Designation of
the Procuring Entity] that our Performance Security Declaration is executed, if we are in breach of any of our
performance obligation under the conditions of the Contract,
We understand this Performance Security Declaration shall expire after 60 days of completion of our all obligations
under the Contract including Defect Liability, warranty/ Guarantee, operation, maintenance, etc. in accordance
with the conditions of the Contract.
Signed: ___________________
[insert signature of person whose name and capacity are shown]
In the capacity of: _____________________________
[insert legal capacity of person signing the Performance Security Declaration]
Name: _________________________________
[insert complete name of person signing the Declaration]
Duly authorized to sign the Contract for and on behalf of: ______________
[insert complete name and address of the Bidder]
Dated on day of _, _ [insert date of signing]
Corporate Seal ____________________________________________

Page 184 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4. Advance Payment Security

[Bank’s Name, and Address of Issuing Branch or Office]


Beneficiary: ................................. [Name and Address of Procuring Entity] ................................
Date: ......................................................................................................................................................
Advance Payment Guarantee No.: .....................................................................................................
We have been informed that . . .. [name of the Supplier] . . .. (hereinafter called “the Supplier”) has
entered into Contract No. . . .. . [reference number of the Contract] . . .. dated . . . . . .. with you, for the
execution of . . . . . . [name of contract and brief description of Goods and Related Services to be
supplied] . . .. (here in after called “the Contract”).

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum . . .. [name of the currency and amount in figures] . . . . . . (. . . . . [amount in words] . . ..) is
to be made against an advance payment guarantee.

At the request of the Supplier, we . . .. [name of the Bank] . . .. hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of . . .. [name of the currency and amount in
figures] . . . . . . (. . .. [amount in words] . . ..) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Supplier is in breach of its obligation under the
Contract because the Supplier used the advance payment for purposes other than the costs of
mobilization in respect of the Goods.

It is a condition for any claim and payment under this guarantee to be made that the advance payment
referred to above must have been received by the Supplier on its account number . . .. . [Supplier’s
account number] . . .. at . . .. [name and address of the Bank] . . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Supplier as indicated in copies of payment certificates which shall be presented
to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the payment certificate
indicating that entire amount of the advance payment has been repaid or on ……… [the Intended
Completion Date of the Supply of the Goods and Installation Services] …………..., whichever is
earlier. Consequently, any demand for payment under this guarantee must be received by us at this office
on or before that date.

The Guarantor agrees to extend this guarantee for a specified period in response to the Procuring
Entity’s written request for such extension for that specified period, provided that such request is
presented to the Guarantor before the expiry of the guarantee.

............................
Seal of Bank and Authorized Signature(s)

Page 185 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

[Notes: 1. All italicized text is for guidance on how to prepare this advance payment guarantee and
shall be deleted from the final document.
2. The Procuring Entity should note that in the event of an extension of the time for completion of the
Contract, the Procuring Entity would need to request an extension of this guarantee from the
Guarantor. Such request must be in writing and must be made prior to the expiration date established
in the guarantee.]

Page 186 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Appendix A1: Joint Venture Provisions


1. General Provisions of Joint Ventures
Requirements: If Joint Ventures are allowed. Bids submitted by a Joint Venture (JV) shall
comply with the following requirements:
a) In case of an intent to form a JV, Memorandum of Understanding (MOU) having provisions
to be included as per Annexure IV.
b) In the event the bid of Joint Venture is accepted, there shall be a Joint Venture Agreement
(as per S. No. 2) specific for the contract between the constituent firms, indicating clearly,
amongst other things, the proposed distribution of responsibilities both financial as well as
technical for execution of the work amongst them. For the purpose of this clause, the most
experienced lead partner or partner in-charge will be the one defined. A copy of the Joint
Venture agreement in accordance with requirements mentioned in Annexure - IV shall be
submitted before any award of work could be finalized
c) In accordance with the Rule 39 of RTPP Rules, in the event the bid of Joint Venture is
accepted, either they shall form a registered Joint Venture company/firm or otherwise all the
parties to Joint Venture shall sign the Agreement.
d) The bid, and in the case of the successful bidder, the Form of Agreement, etc., shall be
signed and / or executed in such a manner as may be required for making it legally binding
on all partners (including operative parts of the ensuing contract in respect of Agreement of
Arbitration, etc.).
e) Lead partner shall be nominated as being partner-in-charge; and this authorization shall be
evidenced by submitting a power of attorney signed by the legally authorized signatories of
all the partners.
f) The partner-in-charge shall be authorized to incur liabilities and to receive instructions for
and on behalf of the partners of the Joint Venture, whether jointly or severally, and entire
execution of the Contract (including payment) shall be carried out exclusively through the
partner-in-charge. A copy of the said authorization shall be furnished in this Bid.
g) All partners of the Joint Venture shall be liable jointly and severally for the execution of the
Contract in accordance with the Contract terms, and a relevant statement to this effect shall
be included in the authorization mentioned under sub clauI(c) above as well as in the Form
of Tender and the Form of Agreement (in case of a successful bidder).
h) In the event of default by any partner, in the execution of his part of Contract, the Procuring
Entity shall be so notified within 30 days by the partner-in-charge, or in the case of the
partner-in-charge being the defaulter, by the partner nominated as partner-in-charge of the
remaining Joint Venture. The partner-incharge shall, within 60 days of the said notice,
assign the work of the defaulting partner to any other equally competent party acceptable to
the Procuring Entity to ensure the execution of that part of the Contract, as envisaged at the
time of bid. Failure to comply with the above provisions will make the Contractor liable for
action by the Procuring Entity under the Conditions of Contract. If the most experienced i.e.
Lead Partner defined as such in the Communication approving the qualification defaults, it

Page 187 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

shall be construed as default of the Contractor and Procuring Entity will take action under
the Conditions of Contract.
i) Notwithstanding the permission to assigning the responsibilities of the defaulting partner to
any other equally competent party acceptable to the Procuring Entity as mentioned in sub
clause (h) above, all the partners of the Joint Venture will retain the full and undivided
responsibility for the performance of their obligations under the Contract and/ or for
satisfactory completion of the Works.
j) The bid submitted shall include all the relevant information as required under the provisions
of Sub-Clause …. of ITB and furnished separately for each partner.
Joint and several liability: If the Contractor has formed a Joint Venture (JV) of two or
more persons for implementing the Project:
i. these persons shall, without prejudice to the provisions of this Agreement, be deemed to
be jointly and severally liable to the Authority for the performance of the Agreement;
and
ii. the Contractor shall ensure that no change in the composition of the JV is affected
without the prior consent of the Authority.
Without prejudice to the joint and several liability of all the members of the JV, the Lead
Member/partner incharge shall represent all the members of the JV and shall at all times be
liable and responsible for discharging the functions and obligations of the Contractor. The
Contractor shall ensure that each member of the JV shall be bound by any decision,
communication, notice, action or inaction of the Lead Member on any matter related to this
Agreement and the Authority shall be entitled to rely upon any such action, decision or
communication of the Lead Member. The Authority shall have the right to release payments
solely to the Lead Member and shall not in any manner be responsible or liable for the inter se
allocation of payments among members of the JV.
2. Provisions required to be Included in the Memorandum of Understanding /Joint Venture
Agreement:
a) If the application is made by a joint venture of two or more firms, the evidence of clear
mandate (i.e. in the form of respective Board Resolution duly authenticated by competent
authority) by such two or more firms willing to form Joint Venture among themselves for
the specified projects should accompany duly recognising their respective authorised
signatories signing for and on behalf of the respective Firms for the purpose of forming the
Joint Venture.
b) A certified copy of the power of attorney to the authorized representatives, signed by legally
authorized signatories of all the firms of the joint venture shall accompany the application.
c) The JV Agreement shall be signed by the authorized representative of the joint venture. The
JV Agreement shall need to be submitted consisting but not limited to the following
provisions:

Page 188 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

i. Name, style, and Project(s) specific JV with Head Office address


ii. Extent (or Equity) of participation of each party in the JI(c). Commitment of each party
to furnish the Bond money (i.e. Bid Security, and Performance Security) to the extent
of his/her equity shareholding in the JV
iii. Responsibility of each partner of JV (in terms of organizational/ operational and financial
involvement)
iv. Working Capital arrangement of JV
v. The bid, and in the case of the successful bidder, the Form of Agreement, etc., shall be
signed and / or executed in such a manner as may be required for making it legally
binding on all partners (including operative parts of the ensuing Contract in respect of
Agreement of Arbitration, etc.). In accordance with the Rule 39 of RTPP Rules, in the
event the bid of Joint Venture is accepted, either they shall form a registered Joint
Venture company/firm or otherwise all the parties to Joint Venture shall sign the
Agreement.
vi. Lead partner shall be nominated as being partner-in-charge; and this authorization shall
be evidenced by submitting a power of attorney signed by the legally authorized
signatories of all the partners.
vii. The partner-in-charge shall be authorized to incur liabilities and to receive instructions
for and on behalf of the partners of the Joint Venture, whether jointly or severally, and
entire execution of the Contract (including payment) shall be carried out exclusively
through the partner-in-charge. A copy of the said authorization shall be furnished in
this Bid.
viii. All partners of the Joint Venture shall be liable jointly and severally for the execution
of the Contract in accordance with the Contract terms, and a relevant statement to this
effect shall be included in the authorization mentioned under sub clause (…) above as
well as in the Form of Tender and the Form of Agreement (in case of a successful
bidder).
ix. In the event of default by any partner, in the execution of his part of Contract, the
Procuring Entity shall be so notified within 30 days by the partner-in-charge, or in the
case of the partner-in-charge being the defaulter, by the partner nominated as partner-
in-charge of the remaining Joint Venture. The partner-in-charge shall, within 60 days
of the said notice, assign the work of the defaulting partner to any other equally
competent party acceptable to the Procuring Entity to ensure the execution of that part
of the Contract, as envisaged at the time of bid. Failure to comply with the above
provisions will make the Contractor liable for action by the Procuring Entity under the
Conditions of Contract. If the most experienced i.e. Lead Partner defined as such in
the Communication approving the qualification defaults, it shall be construed as
default of the Contractor and Procuring Entity will take action under the Conditions of
Contract.
x. Notwithstanding the permission to assigning the responsibilities of the defaulting partner
to any other equally competent party acceptable to the Procuring Entity as mentioned
in sub clause (j) above, all the partners of the Joint Venture will retain the full and

Page 189 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

undivided responsibility for the performance of their obligations under the Contract
and/ or for satisfactory completion of the Works.
xi. JV shall have a separate Bank Account. Bank account in the name of JV to be operated
by at least one non local partner and one local partner. In case of JV among local
partners, both the partners are required to operate.
xii. In addition to what has been prescribed in sub-clause (I and j) above, provision for cure
in case of non-performance of responsibility by any party of the JV.
xiii. Provision that NEITHER party of the JV shall be allowed to sign, pledge, sell or
otherwise dispose all or part of its respective interests in JV to any party including
existing partner(s) of the JV. The Procuring Entity derives right for any consequent
action (including blacklisting) against any or all JV partners in case of any breach in
this regard.
xiv. Management Structure of JV with details
xv. Lead Partner to be identified who shall be empowered by the JV to incur liabilities on
behalf of JV. The Lead Member shall hold equity shareholding of at least ……%of the
subscribed and paid-up equity of the Contractor, throughout the Contract period. Each
of the other Member of the Joint Venture shall hold at least …..% of the subscribed
and paid-up equity share capital of the Contractor for entire Contract period.
xvi. The Power of Attorney shall be duly notarized.
xvii. Any other relevant details

Page 190 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Appendix A2– e-Procurement Process1


1. The eProcurement System of Rajasthan enables the Bidders to download the Bid Schedule free
of cost and then submit the bids online through this portal. Vendors intending to participate in
the e-bids of Rajasthan Government can enroll themselves through Online Enrollment of
Corporate/Bidder in website eProcurement System Government of Rajasthan. For
Registration the Digital Signature enrollment has to be done with the e-token, after logging
into the portal. Digital Signature Certificate (DSC) ‘Class III’ type will in bidder’s name from
an approved certifying agency. DSC/ e-token may be obtained from one of the authorized
Certifying Authorities approved. The list of certifying authorities issuing the Digital Signature
Certificates is available on the website www.cca.gov.in. The digital signature certificates
(DSC) are issued with limited currency / validity date. Detailed information is also available
in Bidder Manual Kit of website eProcurement System Government of Rajasthan i.e.
https://eproc.rajasthan.gov.in for hassle_free_bid_submission,

1
The instructions stand valid as on July 19, 2021, the Procuring Entity and Bidder are advised to check the updated
eprocurement process if any on the SPPP or e-procurement website of GoR.

Page 191 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

Appendix A3: Grievance Handling Procedure during Procurement Process (Appeals)


1) Filing an appeal
a. If any Bidder or prospective Bidder is aggrieved that any decision, action or omission of the
Procuring Entity is in contravention to the provisions of the Act or the Rules or the
Guidelines issued thereunder, he may file an appeal to the First Appellate Authority as
specified in the Bid Data Sheet, within a period of ten days from the date of such decision,
action, or omission, as the case may be, clearly giving the specific ground or grounds on
which, he feels aggrieved:
i. Provided that after the declaration of a Bidder as successful in terms of Section 27 of
RTPP Act, the appeal may be filed only by a Bidder who has participated in
procurement proceedings:
ii. Provided further that in case a Procuring Entity evaluates the Techno-commercial Bid
before the opening of the Financial Bid, an appeal related to the matter of Financial Bid
may be filed only by a Bidder whose Techno-commercial Bid is found to be
acceptable.
b. After hearing the parties, the First Appellate Authority shall dispose of the appeal and pass
an order within a period of 30 days of the date filing of the appeal.
If the First Appellate Authority fails to dispose of the appeal within the period 30 days of the date
of filing the appeal or if the bidder or prospective bidder or the procuring entity is aggrieved by
the order passed by the First Appellate Authority, the bidder or prospective bidder or the
procuring entity, as the case may be, may file a second appeal to the Second Appellate Authority
as specified in the Bid Data Sheet, within fifteen days. The Second Appellate Authority, after
hearing the parties, shall dispose of the appeal and pass an order within a period of 30 days which
shall be final and binding on the parties.
2) Appeal not to lie in certain cases.
No appeal shall lie against any decision of the Procuring Entity relating to the following matters,
namely:
a. Determination of need of procurement.
b. provisions limiting participation of Bidders in the bidding process.
c. the decision of whether or not to enter into negotiations.
d. cancellation of a procurement process.
e. applicability of the provisions of confidentiality.
3) Form and procedure of filing an appeal
a. An appeal shall be in the annexed Form along with as many copies as there are respondents in
the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee.
c. Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as
the case may be, in person or through registered post or authorized representative.

Page 192 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

4) Fee for filing appeal.


a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be
rupees ten thousand, which shall be non-refundable.
b. The fee shall be paid in the form of bank demand draft or banker’s Cheque of a Scheduled
Bank in India payable in the name of Appellate Authority concern.
5) Procedure for disposal of appeals.
a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing
of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any,
to the respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as
the case may be, shall:
i. hear all the parties to appeal present before him; and ii. peruse or inspect documents,
relevant records or copies thereof relating to the matter.
c. After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in
writing and provide the copy of order to the parties to appeal free of cost.
d. The order passed under sub-clause(c) above shall be placed on the State Public Procurement
Portal.

Page 193 of 194


Implementation of Hybrid ETC System & Onboarding of State Toll Plazas in Rajasthan Under FASTag Programme of IHMCL on the Roads under Package No. 01

3. FORM No. A
[See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No ………of ……………


Before the ………………………… (First / Second Appellate Authority)

1. Particulars of appellant
i. Name of the appellant:
ii. Official address, if any:
iii. Residential address:
2. Name and address of the respondent(s):
i.
ii.
iii.
3. Number and date of the order appealed against and name and designation of the officer / authority
who passed the order (enclose copy), or a statement of a decision, action or omission of the
Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved:

4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative:
5. Number of affidavits and documents enclosed with the appeal:
6. Grounds of appeal:
………………………………………………………………………………………………………
………………………………………………………………………………………………………
…………………………………………………….....(Supported by an affidavit)
7. Prayer:
………………………………………………………………………………………………………
…………………
…………………………………………………………………………

Place …………………………………….
Date ……………………………………

Page 194 of 194

You might also like