You are on page 1of 54

PATNA MUNICIPAL CORPORATION

REQUEST FOR PROPOSAL


FOR

FOR SELECTION OF AGENCY FOR SUPPLY,


INSTALLATION TESTING,COMMISSIONING WITH 5
YEARS OPERATION & MAINTENANCE OF “15
SMART POLES” OF PATNA MUNICIPAL
CORPORATION.

NIT NO: 14/CME/PMC/2024


PATNA MUNICIPAL CORPORATION

2ND Floor, Maurya Lok, Patna-800 001.

Tel: +91 612 222 3791; Fax: +91 612 220 0691.

E-Mail:pmcprda@gmail.com

Website: www.pmc.bihar.gov.in

Page 1
DISCLAIMER

Though adequate care has been taken while preparing the RFP document, the Bidders/Bidders shall
satisfy them that the document is complete in all respects. Intimation of any discrepancy shall be given to
this office immediately. If no intimation is received from any Bidder within seven (7) days from the date
of notification of RFP/Issue of the RFP documents, it shall be considered that the RFP document is
complete in all respects and has been received by the Bidder.

Patna Municipal Corporation (PMC) reserves the right to modify, amend, or supplement this RFP
document including all formats and Annexure. Any such change would be communicated to the bidders
by posting it on the website www.eproc2.bihar.gov.in.

The information provided in this RFP not intended to be an exhaustive on account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.

The Authority, its employees and advisers make no representation or warranty and shall have no liability
to any person including any Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in any way in
this subject.

The issue of this RFP does not imply that the Authority is bound to select a bidder for the project and the
Authority reserves the right to terminate the process at any time without assigning any reasons
whatsoever. The Bidder shall bear all its costs associated with or relating to the participation in this
process regardless of the conduct or outcome of the process.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by The Bidder shall bear all its costs associated
with or relating to the preparation and submission of its Bid including but not limited to preparation,
copying, postage, delivery fees, expenses associated with any demonstrations or presentations which
may be required by PMC or any other costs incurred in connection with or relating to its Bid. All such
costs and expenses will remain with the Bidder and PMC shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by a Bidder in preparation for submission of
the Bid, regardless of the conduct or outcome of the Selection process or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and PMC
shall not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder in preparation for submission of the Bid, regardless of the conduct or outcome of
the Selection process.

SD/-
MUNICIPAL COMMISSIONER
PATNA MUNICIPAL CORPORATION

Page 2
TABLE OF CONTENTS

1 Invitation for Bids .............................................................................................................. 4


2 Instructions for Online Bid Submission............................................................................. 5
3 Introduction ....................................................................................................................... 7
4 General Conditions of Contract....................................................................................... 21
5 Special Condition of Contract .......................................................................................... 30
6 Annexure- Financial Proposal.......................................................................................... 45
7. ........................................................................... Technical Proposal – Standard Forms 46

Page 3
1 Invitation for Bids
RE-TENDER

NIT No: 14/CME/PMC/2024 Date: 30.01.2024

Selection of agency for supply installation testing, commissioning with 5 years operation and
maintenance of “15 smart poles” of Patna Municipal Corporation.

Details of schedule for the bid are given below: -

Sl. No. Activity Timeline& Address


Start of bid/ downloading
1 From 16.03.2024 (15:00 Hrs.) (www.eproc2.bihar.gov.in)
of RFP document
19.03.2024 (16:00 Hrs.)
At Municipal Commissioner office, 2nd floor, c-block, Mauryalok
2 Date and place for Pre-bid
complex, Patna-800001

Last date of Online Bid 08.04.2024 (www.eproc2.bihar.gov.in)


3
Submission Till 16.00 Hrs.

4 Opening of Technical Bids: 09.04.2023 at 16:00 Hrs.

Cost of Bidding Tender Fee Rs 10,000 (Non- R e f u n d a b l e ) to be paid


5
Document(Tender Fee) through online at (www.eproc2.bihar.gov.in)
Rs 6,00,000.00 (Rupees Six lakh only) (Refundable) to be paid
through online at website www.eproc2.bihar.gov.in or In case
6 EMD of Bank Guarantee (BG), EMD should be payable in name of
Municipal Commissioner, Patna Municipal Corporation, payable
at Patna.

RFP document/ bid document shall be available on website: www.eproc2.bihar.gov.in/www.pmc.bihar.gov.in


For Queries & Clarifications, send e-mail to: pmcprda@gmail.com/cmepmcprda01@gmail.com

SD/-
MUNICIPAL COMMISSIONER,
PATNA MUNICIPAL CORPORATION

Page 4
2 Instructions for Online Bid Submission
1. The RFP document containing the project profile, invitation for qualification and criteria for evaluation
may be obtained from the website: www.eproc2.bihar.gov.in

2. For support related to e-tendering process, bidders may contact at following address “e- Procurement
HELP DESK Toll Free Number: 1800 572 6571 Email Id: eproc2support@bihar.gov.in, eProc 2.0 Help Desk
Address: mjunction services limited RJ Complex, 2nd Floor, Canara Bank Campus, Khajpura, Ashiana
Road, P.S. - Shastri Nagar, Patna 800 014, Bihar”. Vendor may visit www.eproc2.bihar.gov.in

3. PMC will not be responsible, in case of any delay, due to any reason whatsoever, in receipt of Bid
Documents by the Bidders.

4. The authority (PMC) reserves the right to reject any or all Bids or cancel/withdraw the Invitation for Bids
(IFB) without assigning any reason whatsoever and in such case, no Bidder/ intending Bidder shall have
any claim arising out of such action.

5. For participating in e-tendering process, the agency shall have to get themselves registered to get used
ID, Password and digital signature. This will enable them to access the website www.eproc2.bihar.gov.in
and download/participate in e-tender.

6. Those who are not registered in e-tendering systems, they may contact ““e- Procurement HELP DESK Toll
Free Number: 1800 572 6571 Email Id: eproc2support@bihar.gov.in, eProc 2.0 Help Desk Address:
mjunction services limited RJ Complex, 2nd Floor, Canara Bank Campus, Khajpura, Ashiana Road, P.S. -
Shastri Nagar, Patna 800 014, Bihar”. Vendor may visit www.eproc2.bihar.gov.in.” for registration.

7. PMC, Patna intends to undertake a competitive bidding process in order to shortlist and qualify suitable
Bidders, who shall be eligible for selection in terms of the RFP for the project.

8. The detail of the bidding process and summary of the scope of works for the project is included in the
RFP document.

9. Any clarifications may be sought online through the tender site, through the contact details or during
pre-bid meeting if any. Bidder should take into account the corrigendum if any published before
submitting the bids online.

10. In the unlikely event of the server for www.eproc2.bihar.gov.in being down for more than two
consecutive hours (in the period from midnight to closing time for receipt of tenders) on the last date of
receiving of bid, the last date of the same shall be extended by concerned authority only to the next
working day till the last receiving time stipulated in the original NIT.

11. The bidders are requested to check their file size of uploaded documents at the time of submission &
they should ensure that work file is uploaded. If they feel that the complete file is not uploaded then
they should click on cancel & update the same

12. Before submission, the bidders should satisfy themselves of download ability/ visibility of the scanned &
uploaded file by them.

13. No claim shall be entertained on account of disruption of internet service being used by bidders. Bidders
are advised to upload their bids well in advance to avoid last hour’s technical snags.

14. In exceptional circumstances, the competent authority, PMC may solicit the Bidder’s consent to an
Page 5
extension of the period of validity.

15. Bids that are rejected during the bid opening process shall not be considered for further evaluation,
irrespective of the circumstances.

16. The bidders shall submit their eligibility and qualification details, Technical bid etc., in the online standard
formats given for respective tenders in e-Procurement website (www.eproc2.bihar.gov.in) at the
respective stage only. The bidders shall upload the scanned copies of all the relevant certificates,
documents etc., in support of their eligibility criteria / technical bids and other certificate, /documents in
the e-Procurement website. The bidder shall sign on the supporting statements, documents, certificates,
uploaded by him, owning responsibility for their correctness /authenticity.

17. Corrigendum/ Addendum, if any, will be published on the website itself.

18. In case of Bank Guarantee and affidavit (if any), bidders shall submit original bank guarantee and original
affidavit before the opening of financial bid as per the direction of PMC authority and same should tally
with the uploaded document that have been uploaded by bidders at eproc2 website. If any bidders does
not submit original bank guarantee and original affidavit before the opening of financial bid as per the
direction of PMC authority or it not tally with the uploaded document, their bid will be rejected.

19. A bid processing fee of 590 (Non-Refundable) and Tender document/RFP fee of 10,000 to be paid only
through e-Payment modes i.e. Internet Payment Gateway (Master or Visa Card) /Internet Banking/NEFT
or RTGS towards charges for online processing charges of BELTRON.

20. For any queries regarding Tendering process, the bidders may contact at address as provided in the
tender document.

Page 6
3 Introduction
The Patna Municipal Corporation was established on the 15th August 1952, in accordance with The Patna
Municipal Corporation Act, 1951, which was published in the Bihar Gazettes Extraordinary No.249 the
30th July 1952, by the Govt. of Bihar in their Notification No. L.S.G. 1088/52 Leg-538 dated 26th July
1952. The Patna Municipal Corporation Act 1951 came into force on 15-08-1952 with the enforcement of
Act, the former Patna City Municipality, the former Patna administrative committee, and the former
Patna Bankipur joint water works committees were replaced by The Patna Municipal Corporation on 15-
08-1952. Thus came into being a New Civic Body with the merger of the 88 year Old Patna City
Municipality and the 35 year old Patna Administration Committee with more powers and responsibilities
and the PMC was established with effect from 15th August 1952, by virtue of orders issued by Govt. in
their notification No. 6613 dated 9th August, 1952, published in the Bihar Gazettes Extraordinary No.95
the 11th August 1952. The first elections of the councilors were completed in March 1954, but they came
in office on the 1st February 1955.

Present Administrative Set Up

Recent election of The Patna Municipal Corporation was held by the State Election Commission, Bihar,
Patna in April 2017. There are 75 wards in PMC and Ward Councilors have been elected for each ward.
According to the provisions of the Bihar Municipal Act 2007, there are following Municipal authorities:

(a) The Corporation


(b) The Empowered Standing Committee
(c) The Municipal Commissioner

The PMC consists of a Hon’ble Mayor, a Hon’ble Deputy Mayor and 75 other Hon’ble Ward Councilors.
The PMC functions through an Empowered Standing Committee which consists of 9 Hon’ble Ward
Councilors including Hon’ble Mayor and Dy. Mayor. All the 75 wards of the Patna Municipal Corporation
are under the executive control of 6 Circles. Each Circle is administered by an Executive Officer who is
deputed by the State Government.

The administration of the Corporation is under the direct control of the Municipal Commissioner who sits
at the Apex Corporation Office located at Budha Marg, Patna. To Control, Monitor and Perform the
functions of the Corporation, Additional Municipal Commissioners, Executive Officers, Deputy Municipal
Commissioners, Revenue Officers, Chief Engineers, Executive Engineers etc. are also working.

3.1 Objective of project-

Selection of agency for supply installation testing, commissioning with 5 years operation and
maintenance of “15 smart poles” of Patna Municipal Corporation.

The Authority invites online proposals (the “Proposals”) Selection of agency for supply installation
testing, commissioning with 5 years operation and maintenance of “15 smart poles” of Patna
Municipal Corporation request for Proposal in conformity with the scope of work and other terms and
condition as specified in this RFP. The Authority intends to select the agencies through an open
competitive bidding process in accordance with the procedure set out herein.

Page 7
3.2 Due diligence by Bidders
Bidder are encouraged to inform themselves fully about the assignment and the local conditions before
submitting the Proposal by paying a visit to the Authority and the Project site, sending written queries to
the Authority, and attending a Pre-Proposal Conference on the date and time specified in Details of
schedule for the bid.

3.3 Sale of RFP Document


RFP document can be downloaded from the website of www.eproc2.bihar.gov.in. However, the bids of
only those Bidders shall be considered for evaluations who have made payment of Rs 10,000/- (Rs Ten
thousand only) for the RFP document plus service & gateway charges, without the copy of
acknowledgement of payment bids will not be accepted. The RFP Fee of Rs 10,000/- (Rs. Ten thousand
only) is Non Refundable and is to be paid through Online.

The Proposal shall be valid for a period of not less than 180 days from the Proposal Due Date (the
“PDD”).

3.4 Brief description of the Selection Process


The Authority has adopted a two stage selection process (collectively the “Selection Process”) for
evaluating the Proposals comprising of technical bids and financial bids to be submitted by the
Applicant.. The selection will be done through LCS (Least Cost Based Selection). In the first stage, a
technical evaluation will be carried out as specified in this RFP. Based on this technical evaluation, a list of
short-listed applicants shall be prepared. In the second stage, a financial evaluation will be carried out as
specified. Proposals will finally be ranked according to their financial scores as lowest price bid will be
declared L1 and then L2, L3 subsequently.

3.5 Pre-Proposal visit to the Site and inspection of data


Prospective Bidders may visit the Patna Municipal Corporation Office and review the available data at
any time prior to PDD. For this purpose, they will provide at least two days’ notice to Chief Municipal
Engineer.

3.6 Pre-Proposal Conference


The date, time, and venue of Pre-Proposal Conference shall be:
Date and Time: As mentioned in details of schedule for the bid -19.03.2024 (16:00 Hrs.)
Venue: As mentioned.

3.7 Official Contact for the proposal


All communications of Proposal should be addressed to:

Municipal Commissioner,
Patna Municipal Corporation
Address: 2nd Floor, Maurya Lok, Patna, Pin: 80001
Email: pmcprda@gmail.com or cmepmcprda01@gmail.com
Further for any clarification or any information, the bidders can contact at the below given number:
Mobile: 9199619166
3.8 The Official Website for submission of online Bid is:

Page 8
http://www.eproc2.bihar.gov.in

3.9 All communications, including the envelopes, should contain the following information, to be
marked at the top in bold letters:

RFP Notice No. (as per brief NIT) Request for selection of agency for supply, installation,
testing, commissioning & 5 years operation & maintenance of “15 smart Poles” to Patna
Municipal Corporation Request for Proposal.

3.10 Eligibility of Applicants -


(i) Bidder must read carefully the minimum conditions of eligibility (the “Conditions of Eligibility”) provided
herein. Proposals of only those Applicants who satisfy the Conditions of Eligibility will be considered for
technical evaluation.
(ii) Consortium/joint venture is not allowed for this work.
(iii) To be eligible for evaluation of its Proposal, the bidder shall fulfill the following:-

A. Basic Eligibility criteria

a. An entity registered under Indian Companies Act 1956 / 2013 or Limited Liability Partnership Act 2008 or
partnership firm or equivalent law abroad / Proprietorship/Institutions registered under Societies Act/
individual.

b. Valid PAN card and GST registration in India.

c. The bidder should submit a notarized affidavit that the agency /firm has not been black listed and
debarred from any State/Central Government Departments/PSU. The bidder should submit/attach copy
of a notarized affidavit and self-undertaking with technical bid as a proof.

B. Technical Eligibility

The bidder should have an experience of supply & installation of one project comprising of 05 smart
Poles/ Poles with multiple utility (at least 2 utilities on a pole i.e. smart light/camera/PA
system/Environmental sensor/ECB) in any one year in last 5 years to any PSU /State Government /
Central Government (completion certificate/Contract and work order) to be attached for evidence).

C. Financial Eligibility

(i) Average annual turnover of Rs. 1.5 crore in last 3 (three) Financial Years. (2020-21,2021-22 & 2022-
23)
(ii) The Applicant shall enclose with its Proposal, certificate(s) from its Statutory Auditors***stating its
total revenues as stated the 3 (Three) financial years preceding the PDD and the fee received in
respect of each of the Assignments specified in the Proposal. In the event that the Applicant does
not have a statutory auditor, it shall provide the requisite certificate(s) from the firm of Chartered
Accountants that ordinarily audits the annual accounts of the Applicant.
(iii) The Applicant should submit a Power of Attorney of authorized representative as per the format at
given in this RFP.
(iv) Any entity which has been barred by the Central Government, any State Government, a statutory
authority or a public sector undertaking, as the case may be, from participating in any project, and
the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal either by
itself or through its Associate.

Page 10
(v) An Applicant should have, during the last three financial years, neither failed to perform on any
agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant or its Associate, nor been expelled from
any project or agreement nor had any agreement terminated for breach by such Applicant or its
Associate.
(vi) While submitting a Proposal, the Applicant should attach clearly marked and referenced
continuation sheets in the event that the space provided in the specified forms in the Appendices is
insufficient. Alternatively, Applicants may add in format, without changing the content of the forms,
making due provision for incorporation of the requested information.

 Bidder to enclose all of the following documents in support of his Qualification for bidding:

i. Incorporation certificate of the company /Proof of Company registration document/MoA.

ii. Copy of Work order/ Performance certificate/Invoice copy of the client certificate for which
technical capacity is claimed;

iii. Certificate(s) (completion or currently operating, as the case may be) from its concerned client(s)
in support of “eligibility” clearly stating the capacity of project including performance of the firm for
the work completed during the contract period of the project in respect of the projects whose
experience is claimed.

 work /purchase order should be issued from the concerned client(s)

 In case a particular work/contract has been jointly executed by the Bidder (as part of a
consortium/Joint Venture), it should further support its claim for the share in work done for that
particular work/contract;

iv. Audited balance sheet of preceding three financial years (2020-21,2021-22 & 2022-23 from the due
date of submission of this bid and Certificate(s) from its Statutory Auditors in support of “the Financial
Eligibility”.

v. Copy of the GST and Copy of PAN Card.

vi. Affidavit on notarized non-judiciary stamp paper for no-blacklisting / debarred.

vii. All technical standard form as per RFP (If applicable)

The Bidder should submit a Power of Attorney of authorized representative as per the format at given
in this RFP.

An Bidder should have, during the last three financial years, neither failed to perform any agreement,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement
or arbitration award against the Bidder or its Associate, nor been expelled from any project or
agreement nor had any agreement terminated for breach by such Bidder or its Associate.

While submitting a Proposal, the Bidder should attach clearly marked and referenced continuation
sheets in the event that the space provided in the specified forms in the Appendices is insufficient.
Alternatively, Bidders may format, without changing the content of the forms, making due provision
for incorporation of the requested information.

Page 10
3.11 Conflict of Interest
1. A Bidder shall not have a conflict of interest that may affect the Selection Process or the Work (the
“Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall be disqualified. In the
event of disqualification, the Authority shall forfeit and appropriate the Bid Security as mutually
agreed genuine pre-estimated compensation and damages payable to the Authority for, inter alia, the
time, cost and effort of the Authority including consideration of such Bidder’s Proposal, without
prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise.

2. The Authority requires that the Agency provides professional, objective, and impartial solution and at
all times hold the Authority’s interest’s paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The Agency shall not accept or engage in
any assignment that would be in conflict with its prior or current obligations to other clients, or that
may place it in a position of not being able to carry out the assignment in the best interests of the
Authority.

3. An Bidder eventually appointed for this Project shall be disqualified from subsequently providing
goods or works or services related to the implementation of any other PMC Project and any breach of
this obligation shall be construed as Conflict of Interest; provided that the restriction herein shall not
apply after a period of 1 (one) year from the completion of this assignment.

3.12 Number of Proposals


No Bidder/bidder shall submit more than one Application for the said work.

3.13 Site visit and verification of information


Bidders/bidder is encouraged to submit their respective Proposals after collection of data and
Information required if any.

3.14 Acknowledgement by Bidder


1. It shall be deemed that by submitting the Proposal, the Bidder has:

 Made a complete and careful examination of the RFP;

 Received all relevant information requested from the Authority;

 Acknowledged and accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or relating to any of the
matters referred to all the above given Clauses;

2. Satisfied itself about all matters, things and information, including matters referred to all the above
given Clauses herein, necessary and required for submitting an informed Application and performance
of all of its obligations there under;

3. Acknowledged that it does not have a Conflict of Interest; and

4. Agreed to be bound by the undertaking provided by it under and in terms hereof.

5. The Authority shall not be liable for any omission, mistake or error on the part of the Bidder in respect
of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP
or the Selection Process, including any error or mistake therein or in any information or data
given by the Authority.

3.15 Right to reject any or all Proposals

Page 11
1. PMC reserves the right to accept in part or in full any Bid or reject any or more Bid(s) without
assigning any reason or to cancel the Biding process and reject all Bids at any time, without incurring
any liability, whatsoever to the affected Bidder or Bidders.

2. The Authority reserves the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or discovered, or

(b) The Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Proposal.

Misrepresentation/ improper response by the Bidder may lead to the disqualification of the Bidder. If
such disqualification / rejection occurs after the Proposals have been opened.

Bidders requiring any clarification on the RFP may send their queries to the Authority in writing by e-
mail so as to reach before the date mentioned in the Schedule of Selection Process. The subject shall
clearly bear the following identification:

"Queries concerning for Request for Proposal for Request for Proposal for selection of agency for
supply, installation, testing, commissioning & 5 years operation & maintenance of “15 smart Poles”
to Patna Municipal Corporation.

3. The Authority shall endeavor to respond to the queries within the period specified therein but not
later than 4 (four) days prior to the Proposal Due Date. The Authority will post the reply to all such
queries on the Official e-Procurement Website (www.eproc2.bihar.gov.in).

4. The Authority reserves the right not to respond to any questions or provide any clarifications, in its
sole discretion, and nothing shall be construed as obliging the Authority to respond to any question or
to provide any clarification and under such conditions the provision under RFP shall prevail.

3.16 Amendment of RFP


1. At any time prior to the deadline for submission of Proposal, the Authority may, for any reason,
whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP
document by issuance of Addendum/ Corrigendum / Amendment and posting it on the eproc2
website.

2. All such amendments/corrigendum/addendums will be posted on the eproc2 website and will be
binding on all Bidders.

3. In order to afford the Bidders a reasonable time for taking an amendment into account, or for any
other reason, the Authority may, in its sole discretion, extend the Proposal Due Date.

3.17 PREPARATION AND SUBMISSION OF PROPOSAL


1. Language

The Proposal with all accompanying documents (the “Documents”) and all communications in relation
to or concerning the Selection Process shall be in English language and strictly on the forms provided
in this RFP. No supporting document or printed literature shall be submitted with the Proposal unless
specifically asked for and in case any of these Documents is in another language, it must be
accompanied by an accurate translation of the relevant passages in English, in which case, for all
purposes of interpretation of the Proposal, the translation in English shall prevail.

2. Format and signing of Proposal

Page 12
3.17.2.1 The Bidder shall provide all the information sought under this RFP. The Authority would evaluate only
those Proposals that are received in the specified forms and complete in all respects. The technical
proposals (Pre-qualification criteria, technical eligibility, financial eligibility, technical standard form
and others document as per RFP) and financial proposal shall be submitted online only.

3.17.2.2 The Proposal shall be typed or written in indelible ink and signed by the authorized signatory of the
Bidder who shall initial each page. In case of printed and published Documents also each pages shall
be initialed. All the alterations, omissions, additions, or any other amendments made to the Proposal
shall be initialed by the person(s) signing the Proposal. The Proposals must be properly signed by the
authorized representative (the “Authorized Representative”) as detailed below:

 by a partner, in case of a partnership firm and/or a limited liability partnership; or

 by a duly authorized person holding the Power of Attorney, in case of a Limited Company or a
corporation; or

 A copy of the Power of Attorney certified by a notary public in the form specified in Appendix
given in this RFP shall accompany the Proposal.

3.17.2.3 Bidders should note the PDD, as specified in this RFP, for submission of Proposals. Except as
specifically provided in this RFP, no supplementary material will be entertained by the Authority, and
that evaluation will be carried out only on the basis of Documents submitted online by the closing
time of PDD. Bidders will ordinarily not be asked to provide additional material information or
documents subsequent to the date of submission, and unsolicited material if submitted will be
summarily rejected.

3. Technical Proposal

3.17.3.1 Bidders shall submit the digitally signed technical proposal online at www.eproc2.bihar.gov.in in the
formats at Appendix (the “Technical Proposal”) or before the date and time mentioned in this RFP.

3.17.3.2 While submitting the Technical Proposal, the Bidder shall, in particular, ensure that:
(a) The Bid Security/EMD is submitted as per the provisions laid down in this RFP.

(b) All forms are submitted in the prescribed formats and signed by the prescribed signatories ;Power of
attorney, if applicable, is executed as per Applicable Laws;

(c) Eligibility criteria as per RFP.

(d) All Technical form (as applicable)

3.17.3.3 Failure to comply with the requirements spelt out in this above Clauses shall make the Proposal liable
to be rejected.

3.17.3.4 The Technical Proposal shall not include any financial proposal information. A Technical Proposal
containing financial proposal information may be declared nonresponsive.

3.17.3.5 The Authority reserves the right to verify all statements, information, and documents, submitted by
the Bidder in response to the RFP. Any such verification or the lack of such verification by the
Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any
rights of the Authority hereunder.

3.17.3.6 In case, it is found during the evaluation or at any time before signing of the Agreement or after its
execution and during the period of subsistence thereof, that one or more of the eligibility conditions

Page 13
have not been met by the Bidder or the Bidder has made material misrepresentation or has given any
materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed
as the Agency either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder
has already been issued the LOA or has entered into the Agreement, as the case may be, the same
shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be
terminated, by a communication in writing by the Authority without the Authority being liable in any
manner whatsoever to the Selected Bidder or Agency, as the case may be.

3.17.3.7 In such an event, the Authority shall forfeit and appropriate the Performance Security/bid security, if
available, as mutually agreed pre-estimated compensation and damages payable to the Authority for,
inter alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that
may be available to the Authority.

4. Financial Proposal

3.17.4.1 The Financial Proposal shall be submitted online only and as per given in Annexure (the “Financial
Proposal”), clearly indicating the total cost of the work in both figures and words, in Indian Rupees. In
the event of a difference between the arithmetic total and the total shown in the Financial Proposal,
the lower of the two shall prevail.

3.17.4.2 While submitting the Financial Proposal, the Bidder shall ensure the following:

a) The total amount indicated in the Financial Proposal shall be without any condition attached or
subject to any assumption and shall be final and binding. In case any assumption or condition is
indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected.

b) Before submission of financial proposal, bidders are advised to read carefully scope of work.

c) The Financial Proposal shall take into account all expenses including transportation and profit). For
the avoidance of doubt, it is clarified that all expenses including of GST shall be deemed to be included
in the costs shown under the Financial Proposal. Financial Proposal shall be expressed in INR only and
should be submitted only online.

5. Submission of Proposal

3.17.5.1 The Bidders shall submit the Technical Proposal and Financial Proposal online as per date and time
mentioned in this RFP. Each page of the submission shall be initialed by the Authorized Representative
of the Bidder as per the terms of this RFP.

3.17.5.2 The completed Proposal must be submitted online on or before the specified time on PDD. Technical
Proposal shall be uploaded on the www.eproc2.bihar.gov.in duly digitally signed.

3.17.5.3 The Proposal shall be made in the Forms specified in this RFP. Any attachment to such Forms must be
provided on separate sheets of paper and only information that is directly relevant should be
provided. This may include photocopies of the relevant pages of printed documents. No separate
documents like printed annual statements, firm profiles, copy of contracts etc. will be entertained.

3.17.5.4 The rates quoted shall be firm throughout the period of performance of the assignment up to and
including discharge of all obligations of the bidder under the Agreement.

6. Proposal Due Date

3.17.6.1 Proposal should be submitted on or before the Proposal Due Date specified in bid schedule as
detailed in this RFP. A receipt thereof should be obtained from the person specified therein.

Page 14
3.17.6.2 The Authority may, in its sole discretion, extend the bid submission date by issuing an Addendum in
accordance with Clause mentioned above uniformly for all Bidders/bidders.

7. Late Proposals

Proposals received by the Authority after the specified time on Proposal Due Date shall not be eligible
for consideration and shall be summarily rejected.

3.18 Bid Security/EMD


1. The Bidder/bidder shall furnish as part of its Proposal, a bid security of Rs. 6,00,000 (Rupees Six Lakh
Only) (Refundable) to be paid through online at website www.eproc2.bihar.gov.in or In case of Bank
Guarantee (BG), EMD should be payable in name of Municipal Commissioner, Patna Municipal
Corporation, payable at Patna which should be valid for 225 days. The copy of the proof of submission
of bid security online to be submitted in technical proposal.

2. The Authority shall not be liable to pay any interest on the Bid Security and the same shall be interest
free.

3. In case of Bank Guarantee, bidders shall submit original bank guarantee before the opening of
financial bid as per the direction of PMC authority and same should tally with the uploaded document
that have been uploaded by bidders at eproc2 website. If any bidders does not submit original bank
guarantee before the opening of financial bid as per the direction of PMC authority or it not tally with
the uploaded document, there bid will be rejected

4. The Bidder, by submitting its Application pursuant to this RFP, shall be deemed to have acknowledged
that without prejudice to the Authority’s any other right or remedy hereunder or in law or otherwise,
the Bid Security shall be forfeited and appropriated by the Authority as the mutually agreed pre-
estimated compensation and damage payable to the Authority for, inter alia, the time, cost and effort
of the Authority in regard to the RFP including the consideration and evaluation of the Proposal under
the following conditions:

(a) If an Bidder engages in any of the Prohibited Practices;

(b) If an Bidder withdraws its Proposal during the period of its validity as specified in this RFP and as
extended by the Bidder from time to time;

(c) If the First ranked bidder withdraws his proposal during negotiations (failure to arrive at consensus by
both the parties shall not be construed as withdrawal of proposal by the agency;

(d) If any bidder commits breach any clause of this RFP.

(e) In the case of a first ranked Bidder, if the Bidder fails to sign the Agreement or commence the
assignment as specified in this RFP; or

(f) If the Bidder is found to have a Conflict of Interest as specified in Clause given overleaf.

3.19 Performance Security


1. The Bidder, by submitting its Application pursuant to this RFP, shall be deemed to have acknowledged
that without prejudice to the Authority’s any other right or remedy hereunder or in law or otherwise,
its Performance Security shall be forfeited and appropriated by the Authority as the mutually agreed
pre-estimated compensation and damages payable to the Authority for, inter alia, the time, cost and
effort of the Authority in regard to the RFP, including the consideration and evaluation of the
Proposal, under the following conditions:
Page 15
(a) If an Bidder engages in any of the Prohibited Practices;

(b) if the Bidder is found to have a Conflict of Interest as specified overleaf; and

(c) if the awarded Bidder commits a breach of the Agreement.

2. An amount equal to 5% (Five per cent) of the Agreement Value shall be deemed to be the
Performance Security for the purposes of this Clause, which may be forfeited and appropriated in
accordance with the provisions hereof. The performance security consists of 5% in the form of bank
guarantee in the name of Municipal Commissioner, Patna Municipal Corporation, Payable at Patna
which shall be valid up to the 3 months after the end of the O&M period. The performance security
shall be returned after the expiry of contract/end of work.

3.20 EVALUATION PROCESS


a. Evaluation of Technical Proposals

(i) The Authority shall open the Proposals. The envelopes marked “Technical Proposal” shall be
opened first.

(ii) Prior to evaluation of Proposals, the Authority will determine whether each Proposal is responsive
to the requirements of the RFP. A Proposal shall be considered responsive only if:

(a) the Technical Proposal is received in the form specified;

(b) it is received by the proposals including any extension thereof;

(c) it is accompanied by the Power of Attorney (if applicable);

(d) it contains all the information (complete in all respects) as requested in the RFP;

(e) it does not contain any condition; and

(f) it is not non-responsive in terms hereof.

(iii) The Authority reserves the right to reject any Proposal, which is non-responsive, and no request
for alteration, modification, substitution or withdrawal shall be entertained by the Authority in
respect of such Proposals.

(iv) The technical evaluation will be carried out and the bids will be evaluated on the basis of
responsiveness and against basic, technical, financial eligibility criteria, all annexure (except financial
proposal) and other document as per RFP.

(v) Bidders whose bid will be responsive and fulfils all conditions of the RFP will be declared
successful and they will be considered for further financial evaluation. The financial bid of the Bidders
not qualifying the technical evaluation stage will not be considered for further evaluation.

(vi) After the technical evaluation, the Authority shall prepare a list of pre-qualified Bidders for
opening of their Financial Proposals. The Authority will not entertain any query or clarification from
Bidders who fail to qualify at any stage of the Selection Process. The financial evaluation and final
ranking of the Proposals shall be carried out based on the Least Cost Method.

(vii) Bidders are advised that Selection shall be entirely at the discretion of the Authority. Bidders shall
be deemed to have understood and agreed that the Authority shall not be required to provide any
explanation or justification in respect of any aspect of the Selection Process or Selection.

Page 16
(viii) Any information contained in the Proposal shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder.

b. Evaluation of Financial Proposals

After the technical evaluation, the Authority shall prepare a list of pre-qualified Applicants for opening
of their Financial Proposals. The Authority will not entertain any query or clarification from Applicants
who fail to qualify at any stage of the Selection Process. The financial evaluation and final ranking of
the Proposals shall be carried out based on the Least Cost method.

c.) Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the
selection of Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional adviser advising the Authority in relation to matters arising
out of, or concerning the Selection Process. The Authority shall treat all information, submitted as
part of the Proposal, in confidence, and shall require all those who have access to such material to
treat the same in confidence. The Authority may not divulge any such information unless it is directed
to do so by any statutory entity that has the power under law to require its disclosure or is to enforce
or assert any right or privilege of the statutory entity and/or the Authority or as may be required by
law or in connection with any legal process.

d.) Clarifications

(i) To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek clarifications from
any Bidder regarding its Proposal. Such clarification(s) shall be provided within the time specified by
the Authority for this purpose. Any request for clarification(s) and all clarification(s) in response
thereto shall be in writing.

(ii) If any Bidder does not provide clarifications sought above within the specified time, its Proposal
shall be liable to be rejected. In case the Proposal is not rejected, the Authority may proceed to
evaluate the Proposal by construing the particulars requiring clarification to the best of its
understanding, and the Bidder shall be barred from subsequently questioning such interpretation of
the Authority

3.21 Appointment of Agency


a. Negotiations

The lowest financial quoted bidder may, if necessary, be invited for negotiations. The negotiations
shall generally not be for reducing the price of the Proposal only, but will be for re-confirming the
obligations of the Agency under this RFP. Issues such as design, minute details, strategy and roadmap,
methodology and quality of the work shall be discussed during negotiations. The negotiations shall
conclude with a review of amended draft contract and preparation of minutes of negotiation both of
which shall be signed by the authority’s’ and the bidder’s authorized representative. In case the Selected
Bidder fails to reconfirm its commitment, the Authority reserves the right to designate the next ranked
bidder invite for negotiation.

b. Indemnity
Selected bidder shall, subject to the provisions of the Agreement, indemnify the Authority, for an
amount not exceeding the value of the Agreement, for any direct loss or damage that is caused due to

Page 17
any deficiency in services by Agency appointed.

c. Award of Work

After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Authority to the
Selected Applicant and the Selected Applicant shall, within 7 (seven) days of the receipt of the LOA,
sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate
copy of the LOA duly signed by the Selected Applicant is not received by the stipulated date, the
Authority may, unless it consents to extension of time for submission thereof, appropriate the Bid
Security of such Applicant as mutually agreed genuine pre- estimated loss and damage suffered by
the Authority on account of failure of the Selected Applicant to acknowledge the LOA, and the next
highest ranking Applicant may be considered.

d. Execution of Agreement

After acknowledgement of the LOA as aforesaid and submission of required performance guarantee
by the Selected Applicant, it shall execute the Agreement within 15 working days. The Selected
Applicant shall not be entitled to seek any deviation in the Agreement.

e. Commencement of assignment

The Agency shall commence the work within 7 days from the date of execution of Agreement or such
other date as may be mutually agreed. If the Agency fails to either sign the Agreement or commence
the assignment as specified herein, the Authority may invite the second ranked Applicant for
negotiations.

In such an event, the Performance Security/EMD of the first ranked Applicant shall be forfeited and
appropriated in accordance with the provisions of this RFP.

f. Proprietary data

Subject to the provisions of this RFP, all documents and other information provided by the Authority
or submitted by an Applicant to the Authority shall remain or become the property of the Authority.
Applicants and the Agency, as the case may be, are to treat all information as strictly confidential. The
Authority will not return any Proposal or any information related thereto. All information collected,
analyzed, processed, or in whatever manner provided by the Agency to the Authority in relation to the
work shall be the property of the Authority.

3.22 FRAUD AND CORRUPT PRACTICES


 The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained
in this RFP, the Authority shall reject a Proposal without being liable in any manner whatsoever to the
Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable practice, or restrictive practice
(collectively the “Prohibited Practices”) in the Selection Process. In such an event, the Authority shall,
without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security or
Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation
and damages payable to the Authority for, inter alia, time, cost and effort of the Authority, in regard
to the RFP, including consideration and evaluation of such Bidder’s Proposal.

Page 18
 Without prejudice to the rights of the Authority under above Clause hereinabove and the rights and
remedies which the Authority may have under the LOA or the Agreement, if an Bidder or Agency, as
the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged
or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOA or the execution of the
Agreement, such Bidder or Agency shall not be eligible to participate in any tender or RFP issued by
the Authority during a period of 2 (two) years from the date such Bidder or Agency, as the case may
be, is found by the Authority to have directly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case
may be.

 For the purposes of this Section, the following terms shall have the meaning hereinafter respectively
assigned to them:

“corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of any person connected with the Selection Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been associated in any manner,
directly or indirectly with the Selection Process or the LOA or has dealt with matters concerning the
Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry
of one year from the date such official resigns or retires from or otherwise ceases to be in the service
of the Authority, shall be deemed to constitute influencing the actions of a person connected with
the Selection Process); or (ii) save as provided herein, engaging in any manner whatsoever, whether
during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as
the case may be, any person in respect of any matter relating to the Project or the LOA or the
Agreement, who at any time has been or is a legal, financial or technical Agency/ adviser of the
Authority in relation to any matter concerning the Project;

“fraudulent practice” means a misrepresentation or omission of facts or disclosure of incomplete


facts, in order to influence the Selection Process;

“coercive practice” means impairing or harming or threatening to impair or harm, directly or


indirectly, any persons or property to influence any person’s participation or action in the Selection
Process;

“undesirable practice” means (i) establishing contact with any person connected with or employed or
engaged by the Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest; and

“restrictive practice” means forming a cartel or arriving at any understanding or arrangement among
Bidders with the objective of restricting or manipulating a full and fair competition in the Selection
Process.

3.23 Project Duration:-

(A) For Supply, Installation, Testing & Commissioning works


The duration will be 120 days from the agreement date/work order date.

(B) Duration for comprehensive maintenance

Page 19
The Duration for Operation & maintenance will be 5 years from the agreement date/work order date
subject to review and the satisfactory performance of Services/Activities and compliance of all terms
and conditions of the service Agreement, which is further, subject to the approval of Competent
Authority.

3.24 PRE-PROPOSAL/PRE-BID CONFERENCE

 Pre-Proposal Conference of the Bidders shall be convened at the designated date, time, and place.
The queries shall be submitted to the Authority via email on the email address as specified in this RFP
and within the stipulated time. A maximum of two representatives of each Bidder shall be
allowed to participate on production of an authority letter from the Bidder.

 During the course of Pre-Proposal Conference, the Bidders will be free to seek clarifications and make
suggestions as per the queries submitted for consideration of the Authority. The Authority shall
endeavor to provide clarifications and such further information as it may, in its sole discretion,
consider appropriate for facilitating a fair, transparent, and competitive Selection Process.

3.25 MISCELLANEOUS
 The Selection Process shall be governed by, and construed in accordance with, the laws of India and
the Courts in the State in which the Authority has its headquarters shall have exclusive jurisdiction
over all disputes arising under, pursuant to and/or in connection with the Selection Process.

 The Authority, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to:

Suspend and/or cancel the Selection Process and/or amend and/or supplement the Selection Process or
modify the dates or other terms and conditions relating thereto; consult with any Bidder in order to
receive clarification or further information

retain any information and/or evidence submitted to the Authority by, on behalf of and/or in relation to
any Bidder; and/or

Independently verify, disqualify, reject and/or accept any and all submissions or other information and/or
evidence submitted by or on behalf of any Bidder.

 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases the Authority, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability
for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/or performance of any obligations hereunder, pursuant hereto and/or in
connection herewith and waives any and all rights and/or claims it may have in this respect, whether
actual or contingent, whether present or future.

 All documents and other information supplied by the Authority or submitted by bidder shall remain or
become, as the case may be, the property of the Authority. The Authority will not return any
submissions made hereunder. Bidders are required to treat all such documents and information as
strictly confidential.

 The Authority reserves the right to make inquiries with any of the clients listed by the Bidders in their
previous experience record.

Page 20
3.26 Disqualification
PMC may at its sole discretion and at any time during the evaluation of Proposal, disqualify any
bidder, if the bidder has:

i. Submitted the Proposal documents after the response deadline.

ii. Made misleading or false representations in the forms, statements and attachments submitted in
proof of the eligibility requirements.

iii. Exhibited a record of poor performance such as doing as abandoning works, not properly completing
the contractual obligations, inordinately delaying completion or financial failures, etc. in any project in
the preceding three years.

iv. Submitted a proposal that is not accompanied by required documentation or is non-responsive.

v. Failed to provide clarifications related thereto, when sought.

vi. Declared ineligible by any Department or office of Government of any state for corrupt and fraudulent
practices or blacklisted or debarred.

vii. In case of original bank guarantee for EMD and original affidavit (if any), If any bidder does not submit
the original bank guarantee and original affidavit before the opening of financial proposal as per
authority direction.

4 General Conditions of Contract


4.1 Definitions
i. “Applicable Law” means the laws and any other instruments having force of law in India as they may
be issued force and in force from time to time.

ii. The delivery date is the date of completion of the Works as certified by the Authority in accordance
with clause RFP.

“Proposals” means proposals submitted by bidders in response to the RFP issued by PMC for “Selection of
agency for supply installation testing, commissioning with 5 years operation and maintenance
of “15 smart poles” of Patna Municipal Corporation.

“Competent Authority” means the Municipal Commissioner, Patna Municipal Corporation, Patna.

i. Applicant/Bidder means the sole entity or single firm bidding for this RFP.

ii. A Defect is any part not completed in accordance with the Contract.

iii. Comprehensive maintenance means all major and minor repairing, defect, damage, part replacement
daily/periodic cleaning.

iv. Warranty means the all major and minor repairing, part replacement during warranty period without
any cost.

Page 21
v. The inspecting officer shall mean a competent person appointed by Authority (or any other
competent person appointed and notified to the agency to act in replacement of the officer) who is
responsible for inspection of toilets etc.

vi. “Committee” means the committee formed for the evaluation of the proposals.

vii. Contract Price is the Contract Price listed in the Authority's Letter of Acceptance

viii. “Awarded bidder” means any private or public entity, which will provide the services as per scope of
work mentioned in this RFP to PMC under the contract after providing of LOA/work order.

ix. Authority refers to the officer appointed by the Municipal Commissioner, Patna Municipal
Corporation.

x. “Contract” means the Contract signed by the parties along with the entire documentation specified in
the RFP.

xi. “Day” means Calendar day and month means calendar month.

xii. “Effective date” means the date on which the contract comes into force and effect.

xiii. “GCC” means General Conditions of Contract, specified in this Section of RFP

xiv. “Government” means State Government.

xv. “PMC” means Patna Municipal Corporation, 2nd Floor, Maurya Lok, Patna –800013, Bihar.

xvi. Toilet on wheels means the agency shall provide prefabricated toilet mounted on chasi of vehicle as
per specification attached in the RFP.

xvii. A Variation or Change in Scope is an instruction given by the Authority, which varies and changes the
scope of Works.

xviii. Site" means the locations specified in the purchase order at which toilet is required to be delivered by
the agency under the contract or any other place approved by the PMC authority for the purpose in
Patna Municipal Area.

4.2 Duration of Project:

(A) For Supply


The duration for SITC work will be 120 days from the agreement date/work order date.

(B) Duration for Operation & maintenance


The Duration for Operation & maintenance will be 5 years from the agreement date/work order date,
which may further be extendable up to 2 years, subject to review and the satisfactory performance of
Services/Activities and compliance of all terms and conditions of the service Agreement, which is
further, subject to the approval of Competent Authority.

4.3 Application:
These general conditions shall apply to the extent that provisions in other parts of Contract do not
supersede them. For interpretation of any clause in the RFP or Contract Agreement, the interpretation
of PMC shall be final and binding on the agency.

Page 22
4.4 Standards of Performance:
1. The agency shall give the services and carry out their obligations under the Contract with due
diligence, efficiency, and economy in accordance with generally accepted professional standards and
practices. The agency shall always act in respect of any matter relating to this contract as faithful
advisor to PMC. The agency shall abide by all the provisions/Acts/Rules etc. related to labor laws and
tax laws prevalent in the country. The agency shall conform to the standards laid down in RFP in
totality.

2. The agency shall be responsible to comply with the provisions of various Labour Acts like Employees
Provident Fund, Payment of wages Act/ Contract Labour (R &A) Act./ Bonus Act./ Minimum wages as
per Govt. of Bihar etc. and the rules framed there under.

4.5 Applicable Law


Applicable Law means the laws and any other instruments having the force of law in India as they may
be issued and in force from time to time. The contracts shall be interpreted in accordance with the
laws of the Union of India.

4.6 Governing Language


The Contract shall be written in English Language. English version of the Contract shall govern its
interpretation. All correspondence and other documents pertaining to the contract, which are
exchanged between the parties, shall be written in the English Language.

4.7 Sub Contracts


No Sub Contracting shall be allowed for this project without the prior approval of PMC authority.

4.8 Assignments
Awarded bidder shall not assign the project to any other agency, in whole or in part, to perform its
obligation under the Contract, without PMC’s prior written consent.

4.9 Interpretation
I. In interpreting the Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their general meaning
under the language of the Contract unless specifically defined. The Authority will provide instructions
clarifying queries about the Conditions of Contract.

II. If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the
Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works
(other than references to the Completion Date and Intended Completion date for the whole of the
Works).

The documents forming the Contract shall be interpreted in the following order of priority:
a) Agreement
b) Letter of Acceptance, notice to proceed with the works
c) Agency's Bid
d) Contract Data
e) Conditions of Contract including Special Conditions of Contract
f) Any other document listed in the Contract Data as forming part of the Contract.

Page 23
4.10 Performance Assessment
 PMC shall carry out monthly review meeting of the awarded bidder in which the services provided by
agencies, compliances to the scope of work etc. shall be reviewed and the agencies not complying
with the tender terms shall be appropriately treated.

4.11 Agency's Risks


All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks as mentioned
above under previous clause are the responsibility of the agency.

4.12 Currencies-

All payments shall be made-in Indian Rupees.

4.13 Safety
The agency shall be responsible for the safety of all activities.

4.14 Smart Poles

The agency shall supply, install, test & commission “15smart Poles” to PMC as per specification
given in the RFP and design approved by authority. The quantity of safari may increase or decrease.

4.15 The SITC of “15 smart Poles” to be completed by the Intended Completion Date

The agency may commence execution of the supply on the Start Date and shall carry out the
Works in accordance with the programmed submitted by the Contractor, as updated with the
approval of the Authority, and complete them by the Intended Completion Date Deliverable.

4.16 Payment Schedule

A. for Supply, Installation, Testing & Commissioning of “Smart Poles”


Payment will be made after submission of the bill by the agency, subject to the fulfillment of the
following requirements.

(i) 70% of contract value will be paid towards supply, 10 % towards installation, 10 % towards testing
& remaining 10 % towards commissioning of toilets on wheels.

(ii) Amount of O&M for 5 years will be paid on equal quarterly basis for 5 years No other charges of any
kind shall be payable. No advance payment shall be made to the Agency. There would be no increase
in rates payable to the Agency during the Contract period. The Income-tax as applicable shall be
deducted from the bill unless exempted by the Income-tax Department.

(iii) All payment made by the ‘PMC’ shall be after deduction of tax at source wherever applicable as per
the provisions of the Income Tax Act, 1961.

B. For Operation & Maintenance

(i) Payment will be made payment quarterly to the agency after deducting penalty and applicable TDS
to agency on quarterly basis subject to the verification by PMC authority and fulfillment/submissions
of the following requirements.

(ii) No other charges of any kind shall be payable. No advance payment shall be made to the Agency.

Page 24
There would be no increase in rates payable to the Agency during the Contract period. The Income-tax
as applicable shall be deducted from the bill unless exempted by the Income-tax Department.

(iii) All payment made by the ‘PMC’ shall be after deduction of tax at source wherever applicable as per
the provisions of the Income Tax Act, 1961.

4.17 Identifying Defects

The Authority or any representative appointed by Authority shall check the agency's supplied
toilets on wheels and notify the agency of any Defects that are found. The defects so found
shall be suitably rectified by the agency within a reasonable time as decided by Authority.

4.18 Uncorrected Defects

If the agency has not corrected a Defect within the time specified in the Authority’s notice,
the Authority will assess the cost of having the Defect corrected, and the agency will pay this
amount.

4.19 Penalty

The penalty amount will be levied to the agency if lapses/shortfall found during contract period
as follows: -

Sl. No. Lapses/Shortfall Penalty(per


instance)
If any of the poles either partially or totally does not work
Rs. 1000 per day per
i. continuously for more than 24 hours, due to minor repairing
,the agency shall be penalized pole
If agency fails to major repairing/replacement within 7 days Rs. 5000 per day per
ii.
pole

4.20 Delegation
The Authority may delegate any of its duties and responsibilities to other people after notifying the
agency and may cancel any delegation after notifying the agency.

4.21 Suspension:

 PMC may, by written notice to agency, suspend all payments to the agency hereunder if the agency
fails to perform any of its obligations under this contract including the carrying out of the services,
provided that such notice of suspension.

Shall specify the nature of failure

Shall request the agency to remedy such failure within a period not exceeding thirty (30) days after
receipt by the agency of such notice of failure.

4.22 Liquidated Damages:


The agency shall pay liquidated damages to the Authority at the rate of 0.5% of Contract value per
week stated in the Contract Data for each week that the Completion Date/delivery date is later than
the Intended Completion Date. The total amount of liquidated damages shall not exceed 10% of the
total contract amount upon which the Authority can decide upon terminating the Contract. The

Page 25
Authority may deduct liquidated damages from payments due to the Contractor. Payment of
liquidated damages shall not relieve the Contractor from his / her / their obligation to complete the
works or from any other duties, obligations or responsibilities which he / she / they may have under
the contract.

4.23 Consequences of rejection

If on inspection of the installed toilets on wheels at site are found to be not matching the
requirement of PMC as mentioned in the tender document and are being rejected by the
Inspecting Officer/team of PMC or its representatives, the agency would be required to make
satisfactory supplies of toilet on wheels new and unused meeting the requirement as
mentioned in the tender document within the stipulated period of delivery.

4.24 Force Majeure


 Notwithstanding anything contained in the RFP, the agency shall not be liable for liquidated damages
or termination for default, if and to the extent that, it’s delay in performance or other failures to
perform its obligations under the agreement is the result of an event of Force Majeure.

 For purposes of this clause “Force Majeure” means an event beyond the control of the agency and not
involving the agency’s fault or negligence and which was not foreseeable. Such events may include
wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargos. The
decision of PMC regarding Force Majeure shall be final and binding on the agency.

 If a Force Majeure situation arises, the agency shall promptly notify to PMC in writing, of such
conditions and the cause thereof. Unless otherwise directed by PMC in writing, the agency shall
continue to perform its obligations under the agreement as far as reasonably practical, and shall seek
all reasonable alternative means for performance not prevented by the Force Majeure event.

4.25 Termination
A) The Authority may terminate the Contract if the other party causes a fundamental breach of
the Contract include, but shall not be limited to the following:

(a) Termination of Contract by the Patna Municipal Corporation due to non-performance during the
execution of Project by giving notice to show cause calling upon agencies for showing cause for
violation of any of the terms of agreement or any other lapses on their and after consideration
thereof may decide to terminate the agreement and inform, 30 days in advance due to:

 Performance is below expected level.

 Non adherence to the timelines of the Project.

 Quality of work is not satisfactory.

 Non adherence to scope of work given in RFP

(b) The awarded bidder is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation;

(c) the Authority gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Agency fails to correct it within a reasonable period of time determined by the

Page 26
Engineer;

(d) The awarded bidder does not maintain a security which is required;

(e) The awarded bidder has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages reaches 10% as defined earlier in liquidated damages

B. Termination for Default

 The PMC may, without prejudice to any other remedy for breach of contract, by written notice of
default sent to the service provider, terminate the Contract in whole or part:

if the agency fails to deliver any or all of the services within the period(s) specified in the Contract, or
within any extension thereof granted by the PMC.

if the service provider/ awarded bidder fails to perform any other obligation(s) under the Contract.

If the service provider/ awarded bidder, in the judgment of the PMC has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

 For the purpose of this Clause:

“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution. “Fraudulent practice: a
misrepresentation of facts in order to influence a procurement process or the execution of a contract
to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to deprive the
Borrower of the benefits of free and open competition;”

 If the Service Provider fails to conform to the quality requirement laid down.

C. In the event PMC terminates the Contract in whole or in part, PMC may procure the services, upon
such terms and in such manner as it deems appropriate and the service provider shall be liable to the
PMC for any excess costs for such similar Services. However, the service provider’s hall continues the
performance of the Contract to the extent not terminated.

D. If agency has not deposited statutory dues for the period exceeding 2 months.

E. If any such compliant is received from any of reporting head, and the agency has not complied with it,
within the term as specified in a query from PMC in this regard.

F. Terminations for Insolvency

 PMC may at any time terminate the Contract by giving written notice to the service provider/
awarded bidder; if the service provider/ awarded bidder becomes bankrupt or otherwise insolvent. In
this event, termination will be without compensation to the service provider, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the PMC.

G. Termination for Convenience

 PMC by written notice sent to the awarded bidder /service provider may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination shall specify that

Page 27
termination is for the PMC’s convenience, the extent to which performance of the service provider
under the Contract is terminated, and the date upon which such termination becomes effective. The
services that are complete and ready for rendering within 30 days after the service provider’s receipt
of notice of termination shall be accepted by the PMC at the Contract terms and prices. For the
remaining services, the PMC may elect:

To have any portion completed and delivered at the Contract terms and prices; and/or

To cancel the remainder and pay to the service provider an agreed amount for partially completed
services and for services previously delivered by the service provider.

No amendment to this Contract shall be effective unless it is in writing and signed by duly authorized
representative of both parties.

The contract shall be given subject to compliance by you of all the laws of the land, including renewal of
registration of its license under Shop & Establishment Act, Contract labor Act etc. and other applicable
laws.

4.26 Taxes and Duties


The awarded bidder shall fully familiarize themselves about the applicable Domestic taxes (such as
GST etc.) on amount payable by PMC under the contract. The agency shall pay such domestic tax,
duties, fees and other impositions (wherever applicable) levied under the applicable law.

4.27 Debar/Blacklist
Competent authority may debar/blacklist the agency if they fail to abide by any of terms and
conditions stipulated in the RFP/ contract on the following grounds, if the agency:

i. Non adherence to terms given in RFP / contract.

ii. Service/ work not satisfactory.

iii. Fails to repair work (major/minor) within stipulated time.

iv. Bankrupt or goes into liquidation other than for a reconstruction or amalgamation.

v. Involves in corrupt or fraudulent practices.

vi. Supplies inferior quality of product/spare parts/old spare parts/refurbished parts/ unbranded/ not as
per specifications.

vii. Fails to produce the requisite documents/information during the course of assessment at any stage.

4.28 Outstanding Dues


Any amount outstanding for any reason from the awarded bidder shall be recovered from the amount
of their pending bills and the security deposit. If even after this recovery, any amount of recovery is
pending interest at the rate of 18 % shall be recovered on it and the agency shall be fully responsible
for that. If the company is compelled to resort to any legal proceedings in this respect, the
expenditure incurred by the company for the legal proceedings shall be recovered from the agency.

4.29 Legal Jurisdiction


All legal disputes between the parties shall be subject to the jurisdiction of the courts situated in

Page 28
Patna, Bihar only.

4.30 Dispute
That for the purpose of jurisdiction in the event of disputes, if any arising out of the Contract would be
deemed to have arisen at Patna, within the State of Bihar and it is agreed that only the courts of Patna
shall have the exclusive Jurisdiction to entertain any proceeding in regard to the said dispute.

4.31 Procedure for Settlement


In case of any dispute or differences arising between the authority and the agency relating to any
matter arising out of /connected to this agreement, the agency shall be required to approach the
PMC, and he/she will decide the same within 15 days and so on. And in case the agency is dissatisfied
with the said decision, the agency shall be required to approach the Municipal Commissioner, PMC
within 30 days of the said decision and Municipal Commissioner shall decide the same within 30 days,
which will be final and binding upon agency. If the agency is dissatisfied with the decision of the
Municipal Commissioner, PMC then only the agency shall be entitle to take recourse of law before any
competent court in that regard.

4.32 Notice
Any notice, request, or consent required or permitted to be given or made pursuant to this contract
shall be in writing. Any such notice request or consent shall be deemed to have been given or made
when delivered in person to an authorized representative of the party to whom the communications
addressed, or when sent to such party at the address mentioned in the project specific Contract
Agreement.

Page 29
5 SPECIAL CONDITION OF CONTRACT
5.1 COMPLIANCE WITH LABOUR REGULATIONS
During continuance of the contract, awarded bidder shall abide at all times by all existing labour
enactments and rules made there under, regulations, notifications and bye laws of the State or
Central Government or local authority and any other labor law (including rules), regulations, bye
laws that may be passed or notification that may be issued under any labor law in future either by
the State or the Central Government or the local authority. The Agency shall keep the Authority
indemnified in case any action is taken against him by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or
notifications including amendments. If the Authority is caused to pay or reimburse, such amounts as
may be necessary to cause or observe, or for non-observance of the provisions stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Agency, Authority shall have the right to deduct any money due to the Agency including his amount
of Performance security. The Authority shall also have right to recover from the Agency any sum
required or estimated to be required for making good the loss or damage suffered by the Employer.

The employees of the Agency in no case shall be treated as the employees of the Authority at any
point of time.

5.2 Scope of Work:


1. The agency shall supply install test & commission with five-year O&M to PMC as per specification
given in the RFP.
2. The accessibility of smart pole to be provider to the control room of PMC.
3. UPS to be provided at each smart [pole with power backup of at least 30 mins.
4. The agency shall solely responsible for major, minor repairing throughout the contract periods; no extra
payment shall be made to agency.
5. The warranty of all devices comprising electronics installed will be one years from the supplied date.
6. Right of the PMC: - PMC reserves the right to suitably increase/reduce the scope of work and quantity
put to this Tender.
7. At the end of the Contract period/termination of contract, the agency will leave the PMC without
claiming any compensation of whatever in nature.
8. The drawing provided in RFP is indicative. The agency shall prepare a detailed drawing and get it
approved from the authority prior to commissioning work.
9. The authority reserves the right to increase or decrease the quantity up to 20% of the quantity. The
successful bidder is bound to accept the increase or decrease in the tendered quantity up to 20% under
this clause as ordered at the time of placement of contract and/or during the currency of the contract.
Authority may increase the qty. beyond 20% at the same rate. However, the Authority reserves the right
to increase in qty. beyond 20% at its sole discretion. While operating this clause the quantity shall be
rounded off to the next whole number

Page
310
Typical component

The main component for Installation of Smart pole includes:

 Smart Poles -12 Mtr. height GI. (Galvanized Iron) with foundation of appropriate size to cater the
load
 CCTV Camera -1 No. PTZ
 Public WIFI -2 Nos.
 Smart LED Light -2 Nos.
 Public Address System -2 Nos.
 Bill Board -1No.
Further integrating the same to ICCC via switch, OFC required software, Hardware to nearest port of
ICCC throughout the city for operation from ICCC.

The main objective of this project is to turn the above-mentioned area into a recreation place where
people can gather and enjoy time with family and friends. The essence is to create a superior public
place making spot for citizens of Patna where people can enjoy surrounding area and thus enhancing
their quality of life.

3.5 Technical Specifications

Smart Pole - Multi-utility Platform

Sl. No. System Name

1 Surveillance System (PTZ camera)

2. Public Address (PA) System

Page
311
3. Street Light

4. Bill Board/Info Board

5. City Wi-Fi (Range of 200 meter around the pole)

1. Functional & Technical Requirements for PAN, Tilt & Zoom(PTZ) Camera
S. No. Parameters Specifications

1. Certifications UL /BIS ,CE,FCC, IP66

2. Compatibility ONVIF profile S , G

3. Sensor 1/2.8" Progressive scan CMOS

4. Resolution Min 2 MP (1920X1080)

5. Multiple Stream Triple Stream

6. Frame Rate upto 25 fps @ 2 MP

7. Focal Length 4.5 mm – 135 mm or 4.3 mm - 129 mm


or
4.8 mm - 144 mm or 5mm – 150mm or 6mm -
180 mm

8. Field Of view 61.2° - 2.32 ° or better


9. Optical Zoom 30X
10. Digital Zoom 16X
11. Focus Auto / Manual
12. WDR 120 dB
13. Noise Reduction 2D / 3D
14. Shutter Speed 1/1 ~ 1/10000 sec.
15. IR Inbuilt IR , IR distance up to 150 mtr
16. Day & Night IR Cut filter
17. Min Illumination 0.05 @ F1.6 (Color), 0 (B/W) @ F1.6
18. Iris Auto-Iris / P-iris
Camera should support network failure
20. Storage backup detection, Camera should have the
on network capability to start the recording
failure automatically on SD card in c a s e of
connectivity between camera and
NVR/Storage device
goes down
21. Storage Built in SD card slot with 128 GB SD card
with class 10 speed.
Video H.265,H.264 or better
22. Compression
23. Privacy Mask Min8 privacy zones

Page
312
24. Audio 2 Way audio
Audio G.711 / G.726 / AAC
25. Compression
26. PAN 360 ° endless , Manual speed 0.1° ~ 90°/s ,
preset speed 9° ~ 240°/s
27. Tilt -15 ° ~ 90° , Manual speed 0.1° ~ 60°/s ,
Preset speed 7° ~ 240°/s ,
Auto flip
28. Presets 256
29. PTZ Operation 8 sequence , 8 cruise
30. Speed by zoom On / Off (Pan and tilt speed proportional to
zoom ratio)
31. Home Function Preset / Sequence / Auto pan / Cruise
32. Calibration Auto( On/Off)
Resume after Supported zero downtime power switching
33. power loss
IPv4/v6, TCP/IP, UDP, RTP, RTSP,
HTTP, HTTPS, ICMP,FTP,
34. Protocols SMTP,DHCP, PPPoE, UPnP,
IGMP, SNMP QoS,
ONVIF
35. Security HTTPS / IP Filter / IEEE 802.1x
36. Alarm 2 Input / 1 Output
37. Alarm response Preset / Sequence / Auto Pan / Cruise
Ethernet 1 X RJ 45
38. Interface
Supported Web Internet Explore (10.0+) / Firefox / Safari
39. browser
40. Weather Proof IP 66 / NEMA-4X-rated casing
Operating As per city Requirements
41. Temperature
42. Power Supply 802.3at (PoE+) 4-Pair 60W / AC 24V ± 20% /
DC 12V
43. Power 45W or less (with IR & Heater on)
Consumption

2. Public Address (PA) System

a) The Public Address System (PA) shall be capable of addressing citizens at

Specific locations from the ICCC.

b) The proposed system shall contain an IP-based announcing control connected to the ICCC.

c) Public Address system shall be used at intersections, public places, market places or those critical
locations as identified by PSCL to make important announcements for the public.

d) The system shall contain an IP based amplifier and uses PoE power which shall drive the speakers.
The system shall also contain the control software which shall be used to control/ monitor all the

Page
313
components of the system which include Controller, Calling Station & keypad, Amplifier (Mixing &
Booster).

e) It shall be able to broadcast messages across all PA systems or specific announcement could be
made to a particular location supporting single zone

/ Multi zone operations.

f) The system shall also deliver pre-recorded messages to the loud speakers attached to them from
CD/DVD Players & Pen drives for public announcements.

g) The system shall contain an IP-based amplifier and uses PoE power that could drive the speakers.
The system shall also contain the control software that could be used to control/monitor all the
components of the system that includes Controller, Calling Station & keypad, Amplifier (Mixing &
Booster).

h) PA system’s master controller shall have function keys for selecting the single location, group of
locations or all locations, simple operation on broadcasting to any terminal or separated zones.

i) PA system’s master controller should facilitate multiple MIC inputs and audio inputs.

The broad scope of work to be covered under this sub module will include the following, but is not limited
to:

a) SI shall install IP based Public Address System as part of the information dissemination system at
15 locations (tentative) in the city. These systems shall be deployed at identified junction to make
public interest announcements.

b) The system deployed shall be IP based and have the capability to be managed and controlled from
the ICCC

c) SI, in consultation with PSCL can propose alternate locations apart from the locations mentioned in
this RFP for installing the PA system where their effectiveness in communicating information about
traffic conditions in PSCL will be maximized.

d) PSCL shall review and approve the proposed locations. Agency shall install the PA system on the
approved locations.

e) Should have the capability to control individual PAS i.e. to make an announcement at select location
(1:1) and all locations (1: many) simultaneously.

f) The PAS should also support both, Live and Recorded inputs and have minimum following
capability

i. Speaker: Minimum 2 speakers, to be used for Public Address System


ii. Connectivity: IP Based
iii. Access Control: Access control mechanism would be also required to establish so that the usage is
regulated.
iv. Integration: With VMS and Command and Control Centre
v. Construction: Cast Iron Foundation and M.S. Pole, Sturdy Body for equipment
vi. Battery: Internal Battery with different charging options (Solar/Mains)
vii. Power: Automatic on/off operation viii. CasingIP-55 rated for housing.

Page
314
3. Street Light
This section gives a detailed description of the Street Light controller (SLC) detailing its specifications,
features, functionality.

Introduction

Electric streetlights are essential elements of a city environment and services. They affect resident
sense of safety while influencing a city’s ability to create an inviting environment

SLC Description:

LoRaWAN Street Light Controller (SLC) with on/off, dimming and metering capabilities upgrades
lamps for smart control and monitoring, providing unprecedented intelligence to any street lighting
fixture or ON/OFF device. It is a long-range RF controller which is designed to simplify integration
and can be retrofitted to most of the luminaires, allowing our customer quick implementation.

Technical Specifications:

• ISM Band (RF Spectrum): 865-867 MHz (move up)

• Network Interface: LoRaWAN 1.0 Class C

• LoRaWAN Protocol: 1.0.4

• Message Types: Unicast & Multicast Support

- Unicast Commands: Unicast commands are one to one command and are sent to only one device.
When received by device, it will respond with appropriate response message.

- Multicast Command: Multicast commands are one to many type commands and are sent to a group of
devices. When received by devices, it will not respond with acknowledgment or response message.

• LED Load Wattage: 20W- 500W

• Lux Sensor: 460 nm – 655 nm

• Dimming Interface: 0-10 V analog

• Dimming Range: 10% - 100% with steps of 10%

• Activation mode: OTAA

• LoRaWAN Class: Class C

• Security: 128-bit AES Encryption

• Typical Voltage: 170-300V AC, 50 Hz

• Operating Voltage Range: 90-440V AC, 50 Hz

• Dimensions: 114mm x 114 mm

• Weight: <500 g

• Connection Type: 3/5 Wire Interface for Non-NEMA SLC. 3 wire for non-dimming and 5 wire for
dimming capable SLC.

Page
315
LED Specification and Features (Will be consider based on the road width and number of lane)

Product Specification

 IP Rating  IP66
 Frequency  50 Hz
 Features  Water Proof and Shock Proof
 Application  Side Roads,Residential Complexes
 Standard Packaging  1
 System Current Amp  0.80
 Power Source  Electric
 System Wattage  170 – 205 W (As per requirements)
 Color Temp  5700-300K

Usage:

Arterial roads,
 Main roads,
 Multi-level junctions,
 Traffic round-about,
 Civic centers. etc.

Specification:
Epoxy powder coated pressure die-cast aluminium housing with weather proof gasket for LEDs and
control gear compartments.

 Pressure die-cast aluminium frame with heat resistant toughened clear glass fixed with SS screws.
 LED specification – make – CREE LED / Equivalent Colour temp. : 5700K ±300K
 Lens – make – LedLink / Equivalent
 In addition to built-in 5kV surge protection in driver, it is equipped with 10kV external surge
protection.
 Input voltage range: 140–310V AC
 Side entry mounting for 50 to 60 mm OD pipe bracket.
 Top maintenance – Access to driver is from the top.

Page
316
Mode of Operation:

Below mentioned are the modes of operation available in the SLC device. This is pre-configured based
on customer requested setting. Otherwise, device will be operated in Factory settings as default.

1. LUX Mode:

• Lux Sensor mode is primary and factory mode of operation in the SLC.

• In this mode light will use data received from on-board ambient lux sensor to make a decision to
switch on-off light, as per prevailing environment conditions. Device changes state from ON to OFF or
vice versa, only if, average light condition change persists for more than 15 seconds.

• Lux Sensor threshold values can be modified through DOWNLINK commands from the application.
Default threshold values are 10 (lower limit) and 40 (higher limit).

SLC will enter or exit this mode only after it receives command to change Mode of Operation from
application or in failure condition (date-time sync lost).

2. Calendar Mode:

• In Calendar Mode, the controller will switch on-off lights as per programmed calendar schedule.

• During non-operating hours if Lux levels falls below set threshold then LED light would be turned on
and dimmed to 100% brightness (default value) or as configured by the user in Mode of Operation
command.

• SLC will enter or exit this mode only after it receives command to change Mode of Operation from
application or in failure condition (date-time sync lost).

3. Manual Mode:

• In this mode of operation device can accept Real time commands such as On, Off, Dimming.

• Controller will enter or exit this mode only after it receives command to change Mode of Operation
from application or in failure condition (date-time sync lost).

• Note that Off command has to be sent with 0% brightness only and on command has to be sent with
brightness value between 10-100% brightness.

4. Astro Mode:

• In Astro Mode, controller will switch on-off LED light as per the astronomical calendar (sun-rise and
sun-set timing) at the installed latitude-longitude location.

• During non-operating hours if Lux levels falls below set threshold, then LED light would be turned on
at full brightness. If lix level goes back above a pre-defined threshold, the LED light would be turned
off.

• SLC will enter or exit this mode only after it receives command to change Mode of Operation from
application or if the SLC is pre-configured to be set in this mode.

Page
317
4. BILLBOARD

 Technical Specification

Triangle shape billboard having dimensions of 600mm with IRC 67 Type IV-4 mm thickness fixed
over ACP4mm thick with back frame of MS angle as per the requirement/ with respect to the proposed
smart pole.

5.WIFI :

Free Wi-Fi access for public use has been provided by ICCC. Public can access the Wi-Fi provided at
the Smart poles through authentication. Usage of Wi-Fi has been restricted and limited with data usage
and Time duration.

Free Wi-Fi for Citizens of Patna

The purpose of this project is to establish wireless networking technology to provide wireless high-
speed Internet and network connections mainly to students deprived of the facility so that they can have
the best study materials from the world even using a low-cost smart phone. All wireless networking
equipment is based on the IEEE standards of 802.11n standard which is an improved standard over two
previous standards—802.11a and 802.11g—with a significant increase in the maximum net data rate
from 200 MBPS to 400 MBPS.

The Patna Municipal Corporation provides free Internet to citizens by creating hotspots at various
places in Patna. A hotspot is a site that offers Internet access over a wireless local area network
(WLAN) through the use of a Wireless Network. The link to an Internet service provider of required
bandwidth is terminated in the router/UTM Firewall. The hotspots are based on use of Wi-Fi
technology. The hotspots are for people who are authorized or have an authentication password from
the department. User can use a laptop or other suitable portable device to access to various services of
Government through wireless connection (usually Wi-Fi) provided.

Page
318
The City Wi-Fi network connectivity consist two categorized connectivity’s 1. With a range of 200
meter around the pole capable of supporting 200 users at a time.

1. Last mile Connectivity


The last mile connectivity is made wireless by using APs (Access Points) which are connected tolayer-
2 manageable switch by UTP (Unshielded Twisted Pair) and powered by PoE(Power over Internet).
2. Backbone Connectivity

The backbone connectivity is on OFC i.e. all the L2 switches will be connected to the main building L3
switch through Optical Fibre Cable (OFC).

AUTHENTICATION PROCEDURE

User connects to SSID called “Free Wi-Fi Zone of Patna”.

ii. Upon Connecting he/she will get the IP address through DHCP and DNS from the servers.

iii. When he/she tries to access the internet, he will be presented with a guest login page which
asks him/her to enter his USER NAME and MOBLIE NUMBER.

iv. When he/she submits the mobile number the SMS gateway will generate a random PASSWORD
and send it to users mobile.

v. User will enter the USERNAME and PASSWORD received.

vi. Upon successful authentication considering that as per TRAI guidelines the KYC detail of the
entered mobile number has already been verified by the telecom operator and the record is available
with them he/she can access the internet.

viii. Sys log Server/ Accounting Servers and UTM have been used to track user session, content filtering,
applying security policies and browsing activity of each user.

Project timeline
Time Line for Project Implementation in 120 Days (4 Months)

60 15
8 22 15
Days Days Days Days Days

Project Approval

Public Tender

Agency selection

Site Work

Testing &
commissioning

Project
Monitoring

Page 41
Project Completion period: 120 days (SITC)

O&M period: 5 years

Proposed Locations: Total 15


Sl No Location Sl No Location

1 Digha Golamabar 9 Gandhi maidan

2 Mahavir Ghat 10 Patna College

3 Ganga Path DC entry approach 11 Mangal Talab

4 Patna womens College 12 Bhadra Ghat

5 AN college 13 Law College Ghat

6 Maurya Lok 14 Gandhi/NIT Ghat

7 Buddha Park 15 SK puri Park

8 Eco Park

Above locations are indicative and can be change at the discretion of the authority.

10.Operations and Maintenance


SI will operate and maintain all the components of the Smart Pole for five (5) years after the Go-
Live date. During the O&M phase, Agency shall ensure that service levels are monitored
continuously; that service levels are met and are reported to PMC. After Go-Live, if any system/sub-
system/appliance that is deployed during the O&M phase must be added to the System only after
proper induction procedures are followed including hardening and security testing. Agency needs
to implement a suitable Performance Improvement Process (PIP) in the project.PIP program applies
to all the processes of ICCC project. Agency need to submit its detailed approach for PIP in its
technical proposal. Every process and procedure implemented in this project must be reviewed and
updated by Agency at least on annual basis from the Go- Live Date. All the manpower engaged for
O&M support of the project should be citizens of India.SI will ensure that at no time shall any data
of Smart Pole be ported outside the geographical limits of the country. Some broad details of O&M
activities are mentioned at later sections.
Electricity during O&M phase will be provided by Patna Municipal Corporation.

Applications Support and Maintenance


Application support includes, but not limited to, production monitoring, troubleshooting and
addressing the functionality, availability and performance issues, implementing the system change
requests etc. The Agency shall keep the application software in good working order; perform
changes and upgrades to applications as requested by the PMC team. All tickets related to any
issue/complaint/observation about the system shall be maintained in an ITIL compliant
comprehensive ticketing solution. Key activities to be performed by Agency in the application
support phase is as follows:

• Compliance to SLA
SI shall ensure compliance with SLAs as indicated in this DPR and any upgrades/major changes to

Page
the software shall be accordingly planned by Agency ensuring the SLA requirements are met at no 42
additional cost to the PMC.

• Annual Technology Support


SI shall be responsible for arranging for annual technology support for the OEM products to PMC
provided by respective OEMs during the entire O&M phase.

• Application Software Maintenance


• SI shall provide unlimited support through onsite team/telephone/Fax/E- mail/Video
Conferencing/installation visit as required
• SI shall address all the errors/bugs/gaps in the functionality in the solution implemented by the
Agency (vis-à-vis the FRS, BRS and SRS signed off) at no additional cost during the O&M phase.
• All patches and upgrades from OEMs shall be implemented by the Agency ensuring customization
done in the solution as per the PMC’s requirements are applied. Technical upgrade of the
installation to the new version, as and when required, shall be done by the SI. Any version
upgrade of the software/tool/appliance by Agency to be done after obtaining prior approval of
PMC and after submitting the impact assessment of such upgrade.
• Any changes/upgrades to the software performed during the support phase shall subject to the
comprehensive and integrated testing by the Agency to ensure that the changes implemented in
the system meets the specified requirements and doesn’t impact any other function of the system.
Release management for application software will also require PMC’s approval. A detailed process
in this regard will be finalized by Agency in consultation with PMC.
• Issue log for the errors and bugs identified in the solution and any change done in the solution
shall be maintained by the Agency and periodically submitted to the PMC.
• SI, at least on a monthly basis, will inform PMC about any new updates/upgrades available for all
software components of the solution along with a detailed action report.
• In case of critical security patches/alerts, the Agency shall inform about the same immediately
along with his recommendations. The report shall contain SI’s recommendations on
updates/upgrades, benefits, impact analysis etc. The Agency shall need to execute
updates/upgrades though a formal change management process and update all documentation
and Knowledge databases etc. For updates and upgrades, Agency will carry it out free of cost by
following the defined process.
• Problem identification and Resolution
i. Errors and bugs that persist for a long time, impact a wider range of users and is difficult to
resolve becomes a problem. Agency shall identify and resolve all the application problems in the
identified solution (e.g. system malfunctions, performance problems and data corruption etc.).
ii. Monthly report on problem identified and resolved would be submitted to PMC along with the
recommended resolution.

• Change and Version Control


All planned or emergency changes to any component of the system shall be through the approved
Change Management process. The Agency needs to follow all such processes (based on industry
ITSM framework). For any change, Agency shall ensure:

Page 43
i. Detailed impact analysis
ii. Change plan with Roll back plans
iii. Appropriate communication on the change required has taken place
iv. Proper approvals have been received.
v. Schedules have been adjusted to minimize impact on the production environment.
vi. All associated documentations are updated post-stabilization of the change. Version control
Maintained for software changes.

The Agency shall define the Software Change Management and Version control process. For any changes to
the solution, Agency has to prepare detailed documentation including proposed changes, impact to the
system in terms of functional outcomes/additional features added to the system etc. Agency shall ensure
that software and hardware version control is done for entire duration of SI’s contract.

• Maintain configuration information.


SI shall maintain version control and configuration information for application software and any system
documentation.

• Training

SI shall provide training to PMC personnel whenever there is any change in the functionality. The training
plan has to be mutually decided with PMC.

• Maintain System documentation.

SI shall maintain at least the following minimum documents with respect to the smart Pole System:

i. High-level design of the whole system


ii. Low-Level design for the whole system / Module design level
iii. System Requirements Specifications (SRS)
iv. Any other explanatory notes about the system
v. Traceability matrix
vi. Compilation environment
SI shall also ensure the updating of documentation of the software system ensuring that:

i. Source code is documented.


ii. Functional specifications are documented.
iii. Application documentation is updated to reflect on-going maintenance and
iv. Enhancements including FRS and SRS, by the defined standards
v. User manuals and training manuals are updated to reflect on-going.
vi. Changes/enhancements

Standard practices are adopted and followed concerning version control and management. All the project
documents need to follow the version control mechanism. Agency will be required to keep all project
documentation updated and should ensure in case of any change, the project documents are updated
and submitted to PMC by the end of next quarter.

For application support, Agency shall keep a dedicated software support team to be based at the Agency
location that will single point of contact for the resolution of all application-related issues. This team will
receive all the application-related tickets/incidents and will resolve them. In its technical proposal, Agency
needs to provide the proposed team structure of application support including several team members
proposed to be deployed along with the roles and skills of each such member. The application support team
shall be employees of SI.

Page 44
Any software changes required due to problems/bugs in the developed software/application will not be
considered under change control. The Agency will have to modify the software/application free of cost. This
may lead to enhancements/customizations and the same needs to be implemented by the Agency at no
extra cost.

Any additional changes required would follow the Change Control Procedure. PMC may engage an
independent agency to validate the estimates submitted by the SI. The inputs of such an agency would be
taken as the final estimate for the efforts required. Agency to propose the cost of such changes in terms of
man monthly rate basis and in terms of Function point/Work Breakdown Structure (WBS) basis in the
proposal.

Warranty support
 SI shall provide a comprehensive and on-site warranty for 5 years from the date of Go-Live for the
infrastructure deployed on the project. Agency needs to have OEM support for these components and
documentation in this regard needs to be submitted to PMC on an annual basis or as per requirement.
 SI shall provide the comprehensive & onsite manufacturer's warranty with respect of proper design, quality
and workmanship of all hardware, equipment, accessories etc. covered by the RFP. Agency must warrant all
hardware, equipment, accessories, spare parts, software etc. procured and implemented as per this DPR
against any manufacturing defects during the warranty period.
 SI is responsible for sizing and procuring the necessary hardware and software licenses as per the
performance requirements provided in the RFP. During the warranty period, Agency shall replace augment
or procure higher-level new equipment or additional licenses/hardware at no additional cost to the PMC in
case the procured hardware or software is not enough or is undersized to meet the service levels and the
project requirements.
 During the warranty period Agency shall maintain the systems and repair/replace them at the installed site
including all consumables, at no charge to PMC, all defective components that are brought to the SI's notice.
 The Agency shall carry out Preventive Maintenance (PM) of all hardware and testing for virus, if any, and
should maintain proper records at each site for such PM. The PM should be carried out at least once in six
months as per the checklist and for components agreed with PMC.
 The Agency shall carry out Corrective Maintenance for maintenance/troubleshooting of supplied
hardware/software and support infrastructure problems including network (active/passive) equipment,
security and rectification of the same. The Agency shall also maintain complete documentation of problems,
isolation, and cause and rectification procedures for building a knowledge base for the known problems in a
centralized repository, accessible to the PMC team as well.
 SI shall monitor warranties to check adherence to preventive and repair maintenance terms and conditions.
 The Agency shall ensure that the warranty complies with the agreed technical standards, security
requirements, operating procedures, and recovery procedures.
 SI shall have to stock and provide adequate onsite and offsite spare parts and spare components to ensure
that the uptime commitment as per SLA is met.
 Any component that is reported to be down on a given date should be either fully repaired or replaced by a
temporary substitute (of equivalent configuration) within the time-frame indicated in the Service Level
Agreement (SLA).
 The Agency shall introduce a comprehensive Assets Management process & appropriate tool to manage the
entire lifecycle of every component of Smart Pole.
 Maintenance of ICT Infrastructure at DC and ICCC Management of DC and ICCC
SI need to deploy requisite mix of L1, L2 and L3 resources (on 24X7 basis) for management of entire Smart
Pole including ICT infrastructure deployed at DC and ICCC. All resources deployed in the project should be
employees of Agency and be Indian citizens. All the L1 and L2 resources proposed for the project need to be
dedicated for the project. Any change in the team once deployed will require approval from PMC. It is
expected that resources have proven track record and reliability. Considering the criticality of the project,
PMC may ask for security verification (Police verification) of every resource deployed on the project and
Agency need to comply the same before deployment of the resource at the project. At all times, the Agency

Page 45
need to maintain the details of resources deployed for the project to PMC and keep the same updated.
Detailed process in this regard will be finalized between PMC and SI. The Agency shall maintain an
attendance register for the resources deployed. Attendance details of the resources deployed also need to
be shared with PMC on monthly basis. PMC reserves the right to interview resources deployed for
Operations and maintenance and assess the suitability of the resource for the role. In case a resource is not
found suitable, Agency will change the resource on request of PMC. Agency shall comply with this.
 The scope of work for infrastructure and maintenance includes the following:
 DC operations to be in compliance with industry leading ITSM frameworks like ITIL, ISO
 ISO 20000 & ISO 27001
 Ensure compliance to relevant SLA’s
 24x7 monitoring & management of availability & security of the infrastructure and assets
 Perform regular hardening, patch management, testing and installation of software updates issued by
OEM/vendors from time to time after following agreed process
 Ensure overall security – ensure installation and management of every security component at every layer
including physical security
 Prepare documentation/policies required for certifications included in the scope of work
 Preventive maintenance plan for every quarter
 Performance tuning of system as required
 Design and maintain Policies and Standard Operating Procedures
 User access management
 Other activities as defined/to meet the project objectives
 Up-dation of all Documentation.
 During operations phase the Agency needs to submit proof of renewal of support for all IT infrastructure
products and other system software’s for whom it is mandated to have
 OEM support.
 This needs to be submitted on an annual basis and needs to be verified before release of 2ndquarter
payment of each year.
 System Maintenance and Management
 SI shall be responsible for tasks including but not limited to setting up servers, configuring and apportioning
storage space, account management, performing periodic backup of data and automating reporting tasks,
and executing hardware and software updates when necessary. It shall be noted that the activities
performed by the Agency may also be reviewed by PMC.
 SI shall provision skilled and experienced manpower resources to administer and manage the entire system
at the Data Center.
 On an ongoing basis, Agency shall be responsible for troubleshooting issues in the IT infrastructure solution
to determine the areas where fixes are required and ensuring resolution of the same.
 SI shall be responsible for identification, diagnosis and resolution of problem areas pertaining to the IT
Infrastructure and maintaining the defined SLA levels.
 SI shall implement and maintain standard operating procedures for the maintenance of the IT infrastructure
based on the policies formulated in discussion with PMC and based on the industry best practices/frame
works. Agency shall also create and maintain adequate documentation/checklists for the same.
 SI shall be responsible for managing the user names, roles and passwords of all the relevant subsystems,
including, but not limited to servers, other devices, etc. Agency shall be required to set up the directory
server. Logs relating to access of system by administrators shall also be kept and shall be made available to
PMC on need basis.
 SI shall implement a password change mechanism in accordance with the security policy formulated in
discussion with PMC and based on the industry best practices/frameworks like ISO 27001, ISO 20000 etc.
 The administrators shall also be required to have experience in latest technologies so as to make provision
for the existing and applicable infrastructure on a requirement based scenario

Page 46
6 Annexure

1. Financial Proposal
(To be submitted online only)

Description of work Quantity (in Rate Quoted by Rate Quoted by bidder


No’s) bidder of One no. of 15 nos.
(Including all taxes) (Including all taxes)

Supply Installation testing and


commissioning of smart poles as per
scope of work and specification 15

Operation & Maintenance of smart


poles for 5 years as per scope of
work. Data charge for WIFI and 15
components indicated in O&M etc.

Total Price

We hereby offer the above-mentioned price. This offer submitted is unconditional.

The quantity may increase or decrease.

Evaluation of financial proposal will be done on the total on the basis of least cost method.

Rates quoted by the firm shall be inclusive of all taxes/charges and GST and which will be valid throughout the
contract period.

We accept the rate quoted above shall remain valid for a period of 180 days from the date mentioned below.
This offer submitted is unconditional.
7. TECHNICAL PROPOSAL - STANDARD FORMS
Form 1 – Pre-qualification bid checklist

SI no. Checklist Items Compliance


(Yes or No)
1. RFP Document fees
2. Earnest Money Deposit
3. Pre-Qualification Covering letter

 Copy of Certification of Incorporation/Registration Certificate


4.  PAN card
 GST registration

Audited financial statements for the last three financial years


5. AND
Certificate from the Statutory Auditor/ CA, net worth
6. Declaration of non-blacklisting
7. Power of attorney by Bidder
8. Line of credit 10% Solvency to be provided by bank
9. Undertaking of 25%
10. Character certificate to be provided by SSP/SP
11. Electrical license/ MOU with third party
12. Work Experience details and Self-certifications, as
Applicable
13. All form (as applicable)

P a g e | 46
Form 2 – Pre- Qualification Bid Covering Letter

Date: dd / mm / yyyy
To,

Municipal Commissioner,

Patna Municipal Corporation,

Patna, Bihar

Subject: Request for Proposal for selection of agency for supply, installation, testing, commissioning &
5 years comprehensive maintenance of 15 “smart poles” to Patna Municipal Corporation.

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

With reference to your “RFP Request for Proposal for selection of agency for supply, installation,
testing, commissioning & 5 years operation & maintenance of 15 “smart poles” to Patna Municipal
Corporation.

, we hereby submit our Prequalification bid, Technical Bid and financial Bid for the same.

We hereby declare that:

a) We hereby acknowledge and unconditionally accept that the PMC can at its absolute discretion
apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP and
related documents, in short listing of Agency for providing services.

b) We have submitted EMD of INR [ ] lakh and Tender fee of INR [ ]

<<Financial Instrument details>>.

c) We hereby declare that all information and details furnished by us in the Bid are true and correct to
the best of our knowledge, and all documents accompanying such application are true copies of their
respective originals.

d) We agree to abide by our offer for a period of 180 days from the date of Submission of bid
prescribed by PMC and that we shall remain bound by a communication of acceptance within that
time.

e) We have carefully read and understood the terms and conditions of the RFP and the conditions of
the contract applicable to the RFP. We do hereby undertake to provision as per these terms and
conditions.

f) In the event of acceptance of our bid, we do hereby undertake:

 To undertake the project services for entire contract period from the date of signing of the contract
as mentioned in the RFP document.

P a g e | 47
 We affirm that the prices quoted are inclusive of design, delivery and discounts etc.

g) We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.

h) We understand that the PMC may cancel the bidding process at any time and that PMC is not
bound to accept any bid that it may receive without incurring any liability towards the bidder.

i) We fully understand and agree to comply that on verification, if any of the information provided in
our bid is found to be misleading the selection process, we are liable to be dismissed from the
selection process or termination of the contract during the project, if selected to do so

In case of any clarifications please contact: , email, contact no.

Thanking you,
Yours sincerely,
(Signature of the bidder) (Printed Name)

Designation
Seal Date: Place:
Business Address:

P a g e | 48
Form 3 – Brief Company Profile

S Particulars Description
No.
1. Name of Bidder
2. Legal status of Bidder (company, Pvt.
Ltd., NGO etc.)
3. Main business of the Bidder
4. Registered office address
5. Incorporation date and number
6. GST No
7. PAN details
8. Primary Contact Person (Name,
Designation, address, mobile
number, fax, email)
9. Secondary Contact Person (Name,
Designation, address,
mobile number, fax, email)
10. EMD details

P a g e | 49
Form 5 -Declaration of Non-Blacklisting (To be provided on the Company letter head and in the form of
affidavit on notarized non-judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act)

To,
Municipal Commissioner,
Patna Municipal Corporation (PMC),
Patna, Bihar, India
Place Date

Subject: Self Declaration of not been blacklisted and debarred for Request for Proposal for selection of
agency for supply, installation, testing, commissioning & 5 years comprehensive maintenance of 15 “smart
poles” to Patna Municipal Corporation

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We confirm that our company or firm, ,is currently not blacklisted and (or) debarred in any manner
whatsoever by any of the State or UT and or Central Government in India on any ground including but not
limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

(Signature of the Bidder)

Printed Name
Designation
Seal Date: Place:
Business Address:

P a g e | 50
Form 6 – Self-certificate for Project execution experience (In Bidding Entity’s Letter Head)

This is to certify that < Name of the Bidding entity > has been awarded with < Name of the Project > as
detailed under:

Name of the Project


Client's Name, Contact no. and Complete
Address
Contract Value for the bidder (in INR)
Current status of the project
(Completed/Ongoing)
Details of Task Assigned
(N.B Only relevant activities as sought in the
Criteria to be included)
Value of Work completed for which
payment has been received from the client.
Date of Start
Date of Completion

(Authorized Signatory)
Signature:
Name:
Designation:
Bidding entity’s name Address:
Seal and Date:

P a g e | 51
Form 7- Bank Guarantee

Ref: Date
Bank Guarantee No.
<Name>
<Designation>
<Address><Phone Nos.><Fax Nos.>
<Email id>

Whereas, <<name of the agency and address>> (hereinafter called “the agency”) has undertaken, in
pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation services for

<<Name of the assignment>> to Patna Municipal Corporation (hereinafter called “the PMC”)

And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a bank
guarantee by a recognized bank for the sum specified therein as security for compliance with its
obligations in accordance with the contract;

And whereas we, <Name of Bank> a banking company incorporated and having its head/registered
office at

<Address of Registered Office> and having one of its office at <Address of Local Office> have agreed to
give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and we undertake to
pay you, upon your first written demand declaring the supplier to be in default under the contract and
without cavil or argument, any sum or sums within the limits of Rs. <Insert Value> (Rupees <Insert Value
in Words> only) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the bidder before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the
System Integrator shall in any way release us from any liability under this guarantee and we hereby
waive notice of any such change, addition or modification.

This Guarantee shall be valid until <<Insert Date>>) notwithstanding anything contained herein:

 Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert Value
in Words> only).

 This bank guarantee shall be valid up to( <Insert Expiry Date>)

 It is condition of our liability for payment of the guaranteed amount or any part thereof arising
under this bank guarantee that we receive a valid written claim or demand for payment under this bank
guarantee on or before <Insert Expiry Date>) failing which our liability under the guarantee will
automatically cease.

P a g e | 52
Date
Place

Signature

Witness
Printed name

(Bank's common seal)

P a g e | 53
Form 8–Format for Power of Attorney to Authorize Signatory

POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]

We, M/s. (name of the firm or company with address of the registered office) hereby constitute,
appoint and authorize Mr. or Ms. (Name and residential address) who is presently employed with
us and holding the position of , as our Attorney to do in our name and our behalf all or any of
the acts, deeds or things necessary or incidental to our RFP for the Project (name of the Project),
including signing and submission of the RFP response, participating in the meetings, responding to
queries, submission of information or documents and generally to represent us in all the dealings with
Client or any other Government Agency or any person, in connection with the works until culmination of
the process of bidding till the Project Agreement is entered into with (Client) and thereafter till the
expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this
power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall
always be deemed to have been done by us.

Dated this the day of 2021 (Signature and Name of authorized signatory)

(Signature and Name in block letters of all the remaining partners of the firm Signatory for the
Company)

Seal of firm Company

Witness 1: Witness 2:
Note: The Mode of execution of the power of attorney should be in accordance with the procedure, if any
laid down by the applicable law and the charter documents of the executant(s) and when it is so required
the same should be under common seal affixed in accordance with the required procedure.

P a g e | 54

You might also like