Professional Documents
Culture Documents
2. INSTRUCTIONS TO BIDDERS 4
5. SCOPE OF WORK 27
6. TECHNICAL REQUIREMENTS 31
9. DRAFT AGREEMENT 48
page 1 of 63
SECTION 1
NOTICE INVITING TENDER
(International Competitive Bidding)
page 2 of 63
in the office of Regional Officer (Civil) up to 11.00 A.M. on 29.11.2010 and bids
will be opened the same day at 3.30 p.m. in the office of Regional Officer (Civil) in
the presence of the intending bidders or their authorized representatives.
4. Bid documents may also be downloaded from the Ministry of Road Transport &
Highways website www.morth.nic.in, but in that case, prescribed fee of Rs.5,000
may be furnished towards cost of bid documents along with the submission of bid.
The format of the downloaded bid document should not be disturbed / altered;
otherwise the bid will be rejected. The bid documents are non- transferable and
only the firms to whom the bid documents have been issued may submit their
bids.
5. In case of closure of office, due to any reason, the last date of bid
submission/opening, stipulated in this notice would stand postponed to the next
working day.
page 3 of 63
SECTION 2
2. INSTRUCTION TO BIDDERS
2.1 INTRODUCTION
2.2 DEFINITIONS
page 4 of 63
shall be deemed as “Contractor” appearing anywhere in the
document.
g) “The Letter of Acceptance” means the issue of a signed letter by
the Employer of its intention to accept the offer of successful bidder
and awarding the work mentioning the total Contract Value.
h) “The Contract” means the agreement entered into between the
Employer and the Contractor, as recorded in the Contract
documents signed by the parties, including all attachments and
appendices thereto and all documents incorporated by references
therein
i) “The Contract Price” means the price payable to the Successful
Bidder under the Letter of Acceptance for the full and proper
performance of its contractual obligations. The Contract Price shall
be deemed as “Contract Value” appearing anywhere in the
document.
j) “Factory Acceptance Test (FAT)” is a process of verification of the
conformance of the Products/equipment (including hardware and
software) as per the Technical Specifications laid out in the Tender
Document at the factory before the dispatch of Products/equipment
to the respective sites.
k) “Site Acceptance Test (SAT)” is a process of testing the
contracted services provided by the Bidder at each site (location) of
the Employer. SAT comprises of Product Acceptance Tests with
respect to Technical Specifications and Bill of Materials as specified
in this tender, checking the installation, commissioning and
integration of sub-components.
l) “Services” means System Integration, Training and coordinating
with the original equipment manufacturer (OEM) for installation,
commissioning, system integration and maintenance of proper
working of supplied equipment etc.
m) “NIT” is the Notice Inviting Tender. It is essentially the Press
Notification of the Tender.
n) “OEM” - means Original Equipment Manufacturer and / or Original
Software Developer.
o) “Final Acceptance Certificate”- means a signed letter issued by
the Employer of its approval for successful commissioning of all the
equipment at respective locations and at Central Data Center at
Kolkata.
page 5 of 63
Section 6 Technical Requirements
Section 7 Formats for Submission of Proposals
Section 8 Formats for submission of bank guarantees.
Section 9 Draft Contract Agreement.
Section 10 Traffic Count Stations
2.3.2 The Bidder should carefully read all the instructions, terms and
conditions, specifications and various forms that are provided in the Bid
Document. The tender may be rejected if any or all of the information
asked for in this document are not furnished along with the tender or if
the tender is not responsive with the Bid Document.
At any time, 5 days prior to bid submission, the Employer may, for any
reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, modify bid documents by
amendments.
The Bidder has to bear all the costs associated with the preparation and
submission of the bid. Employer will, in no case, be responsible or liable
for any of the costs, regardless of the conduct or outcome of the bidding
process.
2.7.1 The proposal should be submitted along with EMD (for the amount
given in table below) in the form of Demand Draft / pay order drawn on
any scheduled bank or any multinational bank having its branch in India
in favour of Regional Pay and Accounts Officer (NH), Kolkata, payable
at Kolkata in the office of Regional Officer (Civil), Ministry of Road
Transport & Highways, Room No.106,1st Floor, C.G.O. Complex, C-
Wing, DF Block, Salt Lake, Kolkata-700 064.
EMD can also be in the form of a Bank Guarantee and the format
specified in section 8 of this document valid for a period of 180 days.
The Bid submitted without EMD will be summarily rejected. Application
fees of Rs. 5,000/- should also be accompanied with the furnished offer,
page 6 of 63
in case, the Bid documents has been downloaded from the Ministry’s
website www.morth.nic.in
2.7.2 The EMD of the successful Bidder will be returned when the Bidder has
signed the Contract Agreement with the Employer and has furnished
the required Performance Guarantee for the amount equivalent to 10%
of the contract price on the prescribed format as enclosed in section 8,
with in 15 days from the receipt of the Letter of Acceptance.
(a) If a Bidder withdraws its bid during the period of bid validity. Or
(b) If the Bidder fails to accept the Employer’s corrections of arithmetic
errors in the Bidder’s bid (if any), or
(c) If the Successful Bidder fails to sign the contract agreement with the
Employer with in the prescribed period, or
(d) If the Successful Bidder fails to furnish the Performance Guarantee
with in the stipulated time.
2.8.1 The Bidder shall give the pricing as individual and as a total composite
price inclusive of all levies & taxes i.e. Sales Tax, Service Tax, Octroi,
Entry Tax, Custom/ Excise Duty Packing, Forwarding, Freight,
Insurance etc.
page 7 of 63
2.8.2 Custom/Excise duty exemption will be as per the applicable provisions
of relevant act. Octroi / Entry tax will be as applicable. For these taxes
the bidder may find out themselves the applicable exemptions and
quote accordingly. The Employer would not be liable to pay them later
as these taxes are supposed to be taken in to account by the bidder in
the bid.
2.8.3 The prices quoted by the bidder shall be in sufficient detail to enable the
Employer to arrive at the price of equipment/system offered.
2.8.4 If any or all of the information asked in the Section-7 are not available in
the Commercial Proposal, the bid is liable for rejection.
2.9 DISCOUNTS
The bids shall remain valid for a period up to and including the date 180
(one hundred and eighty) days from the last date of submission of bids.
The Bidders are required to fill up and submit the Section 7 documents
with their proposals. Clause-by-clause compliance should be provided
against the technical specifications of the equipment mentioned in
Section 6.
page 8 of 63
The proposals shall be submitted in three parts, viz.,
2.12.1 In the case of a firm not registered under the Indian Partnership Act, all the
partners or the attorney duly authorized by all of them should sign the bid
and all other connected documents. The original power of attorney or other
documents empowering the individual or individuals to sign should be
furnished to the Employer for verification, if required.
page 9 of 63
2.12.2 Each bidder would be required to bid for all the proposed locations in the
zone, or otherwise the bid is liable for rejection.
2.12.3 The bids will be evaluated for all the proposed locations in the East zone.
2.12.4 The Bids and all correspondence and documents relating to the bids, shall
be written in the English language.
2.14.1 The Bidder is allowed to modify or withdraw its submitted bid at any time
prior to the last date prescribed for receipt of bids, by giving a written
notice to the Employer.
2.14.2 Subsequent to the last date for receipt of bids, no modification/withdrawal
of bids shall be allowed.
2.14.3 The Bidders cannot withdraw the bid in the interval between the last date
for receipt of bids and the expiry of the bid validity period specified in the
Bid. Such withdrawal may result in the forfeiture of its EMD from the
Bidder.
2.15.1 Each Bidder is expected to visit and examine the sites / its surroundings
for getting fully acquainted with the local conditions & factors and to
obtain all information, which would have any effect on the execution /
performance of the contract and / or the cost for preparing the bid, at their
own interest and cost. The Employer shall not entertain any request for
clarification from the Bidder regarding such local conditions.
2.15.2 The Bidder and any of their employees/agents/subcontractors will be
granted permission by the Employer to enter upon its premises and lands
for the purpose of such inspection, but only upon the express condition
that the Bidder and any of their employees/agents/subcontractors will be
responsible for any personal injury (whether fatal or otherwise), loss of or
damage to life, property and other loss damage, costs and expenses
however caused, which, but for the exercise of such permission would not
have arisen.
2.15.3 It is the Bidder’s responsibility that such factors have properly been
investigated and considered while submitting the bid proposals and no
claim whatsoever including those for financial adjustment to the contract
awarded under the bidding documents will be entertained by the
Employer. Neither any change in the time schedule of the contract nor
any financial adjustments arising thereof shall be permitted by the
page 10 of 63
Employer on account of failure of the Bidder to know the local laws /
conditions.
2.15.4 The site related information furnished by EMPLOYER in this Bid
Document is only indicative. The bidders are advised to undertake site
visits and make their own assessment as to the correctness of the
information. Requests for price revision after bid opening on account of
inaccuracies in information given by EMPLOYER shall not be entertained
at any stage
2.17.1 Bidders that meet ALL of the following pre-qualification criteria need only
apply.
(i) The bidder should have average annual turnover over above Indian
Rs. 30 million per year in the last three financial years (for currencies
other than Indian Rupees, the applicable conversion [selling] rate of
Reserve Bank of India on the last date of bid submission shall apply).
Documentary proof in the form of a Certificate from the statutory
auditor /Chartered Accountant of the Bidder’s company strictly as per
the format specified in Section 7 duly signed and stamped by the
statutory auditor needs to be submitted as proof for the above. Any
declaration or letter from the Bidder in any other format will not be
accepted.
(ii) The bidder must have successfully collected traffic data separately or
as part of preparation of feasibility / detailed project reports for a
minimum of 10 Count Stations during the last 10 years, or supplied /
commissioned such equipment, or supplied equipment for highway
construction, operation / maintenance or highway safety during the
last 3 years. However, more weightage will be given if the bidder has
done such collections through ATCC or commissioned successfully
such equipment. This fact shall be supported by letters from the user
agency (ies) concerned. The bidder shall furnish contact particulars of
the relevant Officers of these agencies to enable EMPLOYER to verify
the claim of the bidder. The bidder should also furnish the following;
page 11 of 63
(c) Copies of work orders / contracts from the client stating the project
title, project value and the brief scope of work of the project.
2.18 EVALUATION
2.18.1 The Employer reserves the right to modify the Evaluation Process at
any time during the Tender Process, without assigning any reason,
whatsoever, and without any requirement of intimating the Bidders of
any such change.
2.18.2 Any time during the process of evaluation, the Employer may seek for
clarifications from any or all Bidders.
page 12 of 63
Stage-1(b): Technical Proposal Evaluation:
The Bidder shall have to fulfill all the Pre-qualification Criteria as
specified in para 2.17.1, in totality and submit all the required
documents that relate to the Pre-qualification Criteria terms and
conditions. These documents will be scrutinized along with the
Technical Proposal in this phase of evaluation. Those bidders who do
not fulfill the terms and conditions of Pre-qualification Criteria as
specified in this tender or whose Technical Proposal is non-responsive
will not be eligible for further Commercial Proposals Evaluation.
Technical Proposals of the Bidders would be evaluated for the clause-
by-clause compliance of the technical specifications as mentioned in the
Bid document. Evaluation of Pre-qualification and Technical Proposal
by MORT&H shall not be questioned by any of the Bidders. The
Employer reserves the right to ask for a technical
elaboration/clarification in the form of a technical presentation from the
Bidder on the already submitted Technical Proposal at any point of time
before opening of the Commercial Proposal. During Technical Proposal
Evaluation, the Employer also reserves the right to ask for any third-
party benchmarking reports in support of any performance parameters
mentioned in the Technical Specifications section (Section-6). Finally
bidders would be evaluated for technical competence using the
following marking system and only those bidders who score > 75%
marks shall qualify for commercial bid opening. Decision of Authorities
in the technical evaluation shall be taken as FINAL and no questions
shall be entertained in this regard.
page 13 of 63
Max.
Marks
Only bids securing > 75% marks shall qualify for further consideration.
Bidders shall fill up all formats as given in Section –7
page 14 of 63
marks
Classifying traffic to the specified category with the 1 mark/0.5% more, max of 10
accuracy of 95% marks
Flexibility of the equipment to cater nos. of lanes 1 mark/ extra lane (max. of
simultaneously 5 lanes), max of 5 marks
The bidders are advised in their own interest to frame the technical
proposal in an objective manner as far as possible so that these could
be properly assessed in respect of points to be given as part of
evaluation criteria.
2.19.2 Technical support system and staff for Data Processing at Central Data
Center for data collection & analysis, maintenance of equipment/ units,
software upgradation etc. for five years from the date of procuring of all
the equipment and issuance of final acceptance certificate by the
Employer. The Team Leader employed at CDC of the East Zone shall
frequently interact with the Regional Officer (Civil),MORT&H, Kolkata.
page 15 of 63
2.20.2 Adequate space at the edges / median of highway section will be
provided by the Employer to the Contractor for the installation of the
portable ATCC at site. Access to ATCC will remain valid for contractor
during the contract period.
2.22 NOTICES
2.23 MISCELLANEOUS
page 16 of 63
writing and signed by duly authorized officers or representatives of
both the parties.
d. All the provisions of the contract agreement shall be harmoniously
construed. In case of variation between certain points in the Tender
document and the attached specifications / requirements for the
inspection and acceptance of the system, the provision contained in
Contract Agreement shall have and over riding effect.
e. The contract shall be concluded in good faith and shall be kept
confidential by both the contracting parties.
f. The headings of Clauses are for the purposes of reference only and
shall have no effect on the meaning or substances of any clause of
the contract.
g. Any further modifications/improvements in the system desired by the
Employer shall be carried out by the contractor on mutually agreed
terms.
h. The contract shall be governed, interpreted and executed according
to the Indian Law.
i. The complete tender document comprising page 1 to page 63 forms
the "Accepted Tender" (AT). The authorised signatory of the
contractor i.e. the firm is supposed to initial every page of the AT
with complete signatures at places where the representatives of the
Employer has signed to acknowledge the acceptance of AT within
one week failing which it will deemed as accepted by the contractor.
The number of this AT would be quoted in all future correspondence.
j. The joint inspection of the systems shall be carried out by the
Employer’s inspection team of two technical officers and
Contractor’s authorized representative at respective locations in
accordance with the technical requirements for the system. The
inspection facilities in all respect shall be provided by the contractor.
The contract shall come into force with effect from the date of its signing
contract agreement by both the contracting parties. The contract
agreement will be operated by the Authorized Representative of
Director General (Road Development) & Special Secretary, Ministry of
Road Transport & Highways, New Delhi (India) on behalf of the
President of India.
page 17 of 63
b. Neither party shall be liable to the other party for loss or damage
sustained by such other party arising form any event referred to in
above mentioned section or delays arising from such event.
page 18 of 63
SECTION 3
3.1 WARRANTY
3.1.1 The Bidder will obtain on-site comprehensive warranty for all supplied
hardware and software from the OEMs and provide a copy to Employer.
This warranty, for all equipment, shall remain valid for five years after
the final acceptance certificate. No separate charges shall be paid for
visit of engineers or attending to faults and repairs or supply of spare
parts during warranty period.
3.1.2 For the issuance of final acceptance certificate, the Bidder shall certify
that all the equipment procured under the contract is newly
manufactured and shall have no defect arising out of design, materials
or workmanship or from any act or omission of the Bidder that may
develop under normal use of the procured equipment in the conditions
prevailing across the country.
3.1.3 If the Contractor, having been notified, fails to rectify the defect(s) within
the period specified in the agreement, MORT&H may proceed to take
such remedial action as may be necessary at the Contractor’s risk and
expenses and without prejudice to any other rights, which MORT&H
may have against the Bidder under the contract.
3.3 PRICES
3.3.1 The rates and prices quoted by the bidder shall be fixed for the duration
of the contract and shall not be subjected to any adjustment.
page 19 of 63
3.3.2 All duties, taxes, royalties and other levies payable by the contractor under
the contract, or for any other cause (including service tax if any), shall be included
in the rates, prices, and total bid price submitted by the bidder. Statutory
deductions like income tax, service tax etc shall be deducted at source while
making the payment.
3.4.1 The Employer reserves the right to make changes within the scope of
the Contract Agreement at any point of time.
3.4.2 The Employer reserves the right to accept or reject any bid, and to
annul the bidding process and reject all bids, at any time prior to award
of contract without assigning any reason whatsoever and without
thereby incurring any liability to the affected bidder or bidders on the
grounds of Employer’s action.
page 20 of 63
3.6 STANDARDS GOVERNING THE TENDER
Wherever applicable, the standards published by following recognized
bodies shall be applicable for equipment to be supplied under this
contract.
(i) Bureau of Indian Standards (BIS)(ii) International Standards
Organisation ( ISO)
(a) This contract shall be governed by the laws of India for the time
being in force.
(b) Irrespective of the place of installation, the place of performance or
place of payment under the contract, the contract shall be deemed
to have been made at the place from which the acceptance of tender
has been issued.
(c) Jurisdiction of courts: The courts of the place from where the
acceptance of tender has been issued shall alone have jurisdiction
to decide any dispute arising out of or in respect of the contract.
page 21 of 63
3.9 Consequence of breach:
The decision of the DG (RD) & SS, as to any matter or thing concerning
or arising out of the contractor or any partner of the contractor firm has
committed a breach of any of the conditions of the contract, shall be
final and binding on the contractor.
(i) The Employer reserves the right to accept partly or reject any offer
without assigning any reason thereof. The Employer does not
pledge itself to accept the lowest or any other tender and reserves
to itself the right of acceptance of the whole or any part of the
tender or portion of the quantity offered and the contractor shall
supply the same at the rate quoted.
(ii) In respect of enquiries, which call for procurement of more than
one item, the Employer reserves the right to consider and accept
the offer for any other items in the enquiry reserving the right to
utilize the offer for balance items at a later stage within the validity
of offer.
3.12 License
The Contractor shall obtain and maintain the necessary license and
shall pay at his cost any fees connected therewith, or asked by the
competent authorities. Failure to obtain and maintain any licenses shall
not be considered as Force Majeure. In case the contractor fails to
obtain or maintain the license, or if the licenses are withdrawn, to
restore them within 2 months from the date of such
cancellation/withdrawal, the Employer shall have the right to cancel the
contract and the contractor shall forthwith return the amount paid in
advance if any.
3.13 Bankruptcy
page 22 of 63
SECTION 4
4. SPECIAL CONDITIONS OF THE CONTRACT
4.1 DEFINITION
4.2.1 All the equipment / systems to be procured shall conform to the relevant
technical requirements as mentioned in Section 4, 5 and 6 of this
document.
4.2.3 Software version of the equipment being supplied must be latest & must
be indicated. All software quoted as part of the solution shall be
licensed for unlimited period.
The Employer may carry out all the tests detailed in the Acceptance Test
Schedule to be furnished by the Contractor to confirm that the performance of the
different modules, sub-systems and the entire installation satisfies the
specification requirements. The Employer reserves the right to include any other
tests which in his opinion is necessary to ensure that the equipment meets the
specifications. Separate Video of the traffic for a minimum of 2 hours continuously
may be taken simultaneously with collection of traffic data through the ATCC at
each location and cross-checked before starting of the actual data collection work
at each location once for every seven day and every quarter for longer count.
The Employer reserves the right to ask for modifications/additions to the
Site Acceptance Test Procedure at any point of time till the Site Acceptance sign-
off for each set of six ATCCs.
page 23 of 63
desired staff for 7 days 24 hrs traffic survey necessary for performing and
demonstrating the Site Acceptance Tests.
The Employer or its appointed testing authority shall supervise the tests, as
described in the Site Acceptance Test Procedure and performed by the contractor
to confirm that the complete solution at site satisfies the technical requirements
including the service performance.
The contractor shall rectify all deficiencies immediately, if found, in the
performance of the system as per the requirement during the Site Acceptance
Tests, at no cost to Employer.
10 days fault free operation after SAT (Site Acceptance Testing): Any non-
conformity observed during this period shall be attended to by the contractor at
the topmost priority. In case, the installed systems fail to perform at the
performance levels as specified, penalty as applicable shall be levied in case the
contractor is not able to provide an acceptable and workable solution to Employer.
Once all the tests and 10 days fault free operation are completed
successfully, to the satisfaction of the Employer and the required onsite training
for the Contractor’s personnel is successfully completed, the appointed testing
authority and/or the MORT&H’s officer shall provide the Site Acceptance Sign-off.
Only after this sign-off, regular traffic counts shall start.
Any components or modules failing during the acceptance tests shall be
replaced free of cost by the Contractor. This shall also not entitle the contractor to
any extension of completion time.
The cost of all test and / or analysis shall be fully borne by the contractor.
Material put up for inspection shall be those to be supplied and in quantities laid
down in the Schedule of Quantities. Any variation shall require the prior approval
of the Employer before the material is manufactured/ offered for inspection.
The Employer shall inspect and test the work at all stages and shall have
full powers to reject all or any work that may be considered defective or inferior in
quality or material of poor workmanship or design. The Contractor shall carry out
any additional tests at his cost as are necessary in the opinion of the Employer to
ensure that the specifications of the Contract are being complied with.
All material brought to site shall be permitted to be erected only after initial
inspection / acceptance by the Employer.
The completed installation at all stages shall be subjected to checks and
tests as decided by Employer. The contractor shall be liable to remedy all of such
defects as discovered during these checks and tests and make good all
deficiencies brought out.
The contractor shall advise the Employer at least 15 days in advance for
inspection when new equipment or a portion of the work is offered for inspection.
The Employer shall carry out inspection upon receipt of such advice .
Even after inspection by the Employer as indicated above, the Contractor
shall be liable for rectification of any defects observed during the course of
installation or in use at his own cost.
page 24 of 63
4.4 PERFORMANCE AND SPARES
Contractor shall maintain sufficient spares for the equipment procured
by him for the satisfactory performance of the Contract.
4.5 DEVIATIONS
The Bidder shall clearly specify deviations from the clauses of the
tender, if any, in the format given in Section-7.
4.6 INSURANCE
4.6.1 All insurances (e.g. all risk insurance including transit, fire, theft etc.,
third party insurance, workmen’s compensation insurance etc.) are the
responsibility of the Bidder. The equipment procured by the Contractor
under the contract shall be fully insured by the Bidder against any kind
of loss or damage incidental to manufacture or acquisition,
transportation, storage, delivery and installation. The period of
insurance shall be from the date of commissioning of
products/equipment at each site till the completion of contract period.
4.6.2 The contractor shall cause all its workmen and the workmen of any sub
contractors of the Contractor to be covered by workmen's compensation
insurance in accordance with applicable laws. The contractor agrees
that the Employer shall not be liable for any damages or compensation
payable to any workman or other person in the employment of the
Contractor.
4.6.3 The Contractor hereby undertakes:
The bidder shall submit the confirmation from the OEMs of the
equipment, indicating the technical compliance and product support for
5 years from the final acceptance certificate.
page 25 of 63
4.8 Arbitration
page 26 of 63
Section – 5
5. SCOPE OF WORK
*The ATCC and CDCs system shall be capable of collecting real time
traffic data, data storage in a secured database, data transmission from
ATCC to CDCs and the Employer by suitable / reliable latest technology
such as GSM (Global System for Mobile Communications) / GPRS
(General Packet Radio Service), landline modem, CDMA (Code
Division Multiple Access)
5.1.1 The work shall be executed to the highest standards using scheduled
quality material. The system design shall use state-of-the art
techniques/tools. The contractor shall ensure that the entire
specification is complied with. It shall be the responsibility of the
contractor to demonstrate compliance of technical as well as functional
specifications. Meeting individual requirements shall not be deemed as
meeting the overall efficient functioning of the total system
5.1.2 The completed installation shall be subject to checks at all stages and
tests as prescribed in the bid or as deemed necessary by the Employer.
The same shall be done by the Employer and the contractor shall be
liable to rectify such defects as brought out by the Employer during
these checks and tests and make good all deficiencies at his own cost.
5.2 OPERATION
The ATCC system shall store the data and transfer it every hour to the
CDC and the Employer in case communication link is available at the
location; otherwise the transfer shall be effected every week through
nearby networks. The design and structure of the database shall be
submitted to the Employer for approval prior to the final development
thereof.
page 27 of 63
5.2.1 The reporting shall consist of the following:
(i) Position & status of the logger and in the event of failure, the time /
duration of the failure.
(ii) Hourly traffic reports by count, class and direction.
(iii) Daily summary reports.
(iv) Weekly summary reports.
In addition,
(v) Monthly summary reports.
(vi) Quarterly Summary Reports
(vii) Annual Summary Reports (every January for the previous calendar
year)
shall also be provided by the Contractor within a fortnight.
5.2.2 Only Employer and the authorized representative will have the authority
to see, print & study the reports. Contractor will provide the access
controlled facility for the authorized representatives of the Employer.
5.2.3 Any modifications in the desired report shall be carried out by the
contractor after written instructions from the Employer
5.3.1 The contractor will be required to operate & maintain the installed
systems during the contract period.
5.3.2 The Contractor shall obtain a guarantee from the manufacturer that
spare parts for the system shall be available for the contract period. At
least six months notice shall be given to the Employer before any
equipment or components are to be discontinued or phased out from
the manufacturing plans. This will enable MORT&H / Contractor to
assess the requirement of spares needed and order in sufficient
quantity prior to stoppage of the manufacture.
page 28 of 63
d.1 Unscheduled Downtime penalties for the faults
attributable to the Contractor:
(c) Rs. 1000/- per hour from 6th hour onwards unscheduled
downtime in a month. Unscheduled downtime more than 10
hrs in a month per unit shall be treated as non-performance
under the contract. Three Months continued non-
performance in such manner may lead to termination of the
contract by Employer by giving a notice of 30 days to the
contractor.
5.5 DOCUMENTATION
5.5.2 The contactor shall supply the following sets of documents. All
documents shall be in English language. An index of all hand books,
drawing etc. shall be available with each set.
a. Installation manual
b. Equipment layout drawings
c. Cabling and wiring diagrams
page 29 of 63
d. Overall system specification and description of hardware, software,
explaining facilities, functions & principles
e. Equipment installation drawings
f. Installation instructions and testing procedures
g. Fault location/trouble shooting instructions incl. Fault Dictionary
h. Operation Manual
i. Acceptance testing schedules
j. Emergency action procedure
5.5.3 The documents required for installation and those required for operation
and maintenance shall be supplied in separate sets. Two sets of each
shall be supplied for each unit.
5.6.1 The contractor shall arrange for an onsite and at Head Quarters training
of at least Four (4) of Employer’s personnel. Hands-on operational and
diagnostic training in all aspects of software and hardware shall be
covered in the training. The training shall be imparted free of cost for the
Trainees whose TA/DA upto (and including) the zonal Headquarters at
Kolkata only will be met by the Employer.
5.6.2 Training shall be for two days duration each at site and at Head
Quarters, the contents of which shall be finalized in consultation with the
Employer.
5.7 ANALYSIS
5.7.1 The Contractor shall analyze the collected traffic data as per the
requirement of the Employer for Hourly, daily, weekly, monthly and
yearly traffic variation with pictorial diagrams/graphs for all types of
vehicles to determine, but not be limited to, the following:
page 30 of 63
Section – 6
TECHNICAL REQUIRMENTS
page 31 of 63
h) The design and installation of ATCCs should be such that no
manpower shall be required at ATCC locations.
page 32 of 63
(i) Position and status of the ATCC and in the event of failure the time
of the failure.
(ii) Hourly traffic reports by number, class and direction.
(iii) Daily/ weekly/ monthly / quarterly / annual summary of the above
hourly reports.
page 33 of 63
Section – 7
7.0 FORMATS TO BE USED FOR SUBMISSION OF PROPOSAL
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement, Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal,Orissa,Bihar,Jharkhand and Chhattisgarh in India with data processing
unit at Central Data Centers (CDC) at Zonal Head Quarters at Kolkata including Technical
support system/staff for data processing, data collection, analysis, monthly report
publication of traffic data, provision of an authorized/General user interface for assessing
the information through World Wide Web (www), and software upgradation etc
Ref.:NIT NO. RW/KOL/ATCC/1/2010-11
Dear Sir/Madam
We, the undersigned, offer to provide the services as required in the above referenced tender and
our Proposal (Pre-Qualification, Technical and Financial). Our attached financial proposal for
Procurement, Installation, Commissioning, Operation & Maintenance for five years of a system of
Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified locations on identified
single/intermediate/2/4/6 lane National Highways in the States of N.E. States, West
Bengal,Orissa,Bihar,Jharkhand and Chhatisgarh in India with data processing unit at Central Data
Centers (CDC) at Zonal Head Quarters at Kolkata including Technical support system/staff for data
processing, data collection, analysis, monthly report publication of traffic data, provision of an
authorized/General user interface for assessing the information through World Wide Web (www),
and software upgradation etc. is INR______________ (Amount in words
) for a set of six portable units. This amount is inclusive of all taxes, duties etc.
Our Proposal is binding upon us and subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
"Prevention of Corruption Act 1988".
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized signatory:
Name and title of Signatory:
Name of Firm:
Address:
Encl. Detailed Break up of Cost.
page 34 of 63
Detailed Break up of Cost for Procurement, Installation, Commissioning, Operation &
Maintenance for five years of a system of Portable Automatic Traffic Counter-cum-
Classifiers (ATCCs) at identified locations on identified single/intermediate/2/4/6 lane
National Highways in the States of N.E. States, West Bengal,Orissa,Bihar,Jharkhand and
Chhatisgarh in India with data processing unit at Central Data Centers (CDC) at Zonal Head
Quarters at Kolkata including Technical support system/staff for data processing, data
collection, analysis, monthly report publication of traffic data, provision of an
authorized/General user interface for assessing the information through World Wide Web
(www), and software upgradation etc
PART - I:
1. Procurement of equipment
Sl.No Item Description Unit Qty. Unit Rate Amount
Indian National Rupee (INR)
(INR)
01 System Design LS
02 Automatic Traffic Counter cum Portable Six
Classifiers (ATCCs) units for
use at
different
locations
03 Control Data Centre equipment 1
including Database Servers at zonal
Headquarters
04 Any other item not mentioned above
but required to meet the stated
performance requirements (bidder to
furnish full details and justification)
Total Amount (INR)
Total Amount in Words :
Note: The quantities mentioned above are indicative only. MORT&H reserves the right to
change the quantities.
3. Details of any other items considered necessary by the bidder for ATCC system.
page 35 of 63
Part –II
1. Operation & Maintenance, Technical support system/staff for data processing, data collection, analysis, monthly report publication of
traffic data, provision of an authorized/General user interface for accessing the information through World Wide Web (www) and software
upgradation etc.
Charges (INR)*
Particulars 1st Year 2nd Year 3rd Year 4th Year 5th Year
Annual Monthly Annual Monthly Annual Monthly Annual Monthly Annual Monthly
Operation & Maintenance
[including relocating at
different locations - 105
locations within the Zone per
annum (for 100 seven day
counts and 5 long duration
counts)]
page 36 of 63
more for MORT&H)
Software upgradation
Any other items not
mentioned above
page 37 of 63
PRE-QUALIFICATION PROPOSAL SUBMISSION FORM
__________ (Location)
__________ (Date)
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement, Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal,Orissa,Bihar,Jharkhand and Chhatisgarh in India with data processing
unit at Central Data Centers (CDC) at Zonal Head Quarters at Kolkata including Technical
support system/staff for data processing, data collection, analysis, monthly report
publication of traffic data, provision of an authorized/General user interface for assessing
the information through World Wide Web (www), and software upgradation etc
Ref.: NIT NO. RW/KOL/ATCC/1/2010-11
Dear Sir/Madam,
We, the undersigned, confirm that we meet all the pre-qualification criteria listed in the bid
document.
We are submitting the following documents for our eligibility for the above assignment.
Form PQ-1,
Form PQ-2,
Form PQ-3
Form PQ-4
Annexure 1
Annexure 2
Our Proposal is binding upon us and subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
"Prevention of Corruption Act 1988". We understand you are not bound to accept any Proposal you
receive.
Yours sincerely,
(Signature of the Authorized signatory):
Name and Designation of the Authorized signatory:
Name and Address of Firm:
Phone, Fax & E-Mail
Seal:
page 38 of 63
Form: PQ-1
BIDDER’S ANNUAL TURNOVER
Proof for clause 2.17.1 (i)
__________ (Location)
__________ (Date)
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement, Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal,Orissa,Bihar,Jharkhand and Chhatisgarh in India with data processing
unit at Central Data Centers (CDC) at Zonal Head Quarters at Kolkata including Technical
support system/staff for data processing, data collection, analysis, monthly report
publication of traffic data, provision of an authorized/General user interface for assessing
the information through World Wide Web (www), and software upgradation etc
Dear Sir/Madam,
We hereby certify that the average annual turnover of M/s. _________________ (name of the
bidder) is not less than Rs.30 Million (Rupees Thirty Million) per year during the last three financial
years.
If the audited figures for 2009-010 is available the same may be provided in lieu of 2007-
08.
Yours Sincerely,
Important Notes: The above data should relate only to the Bidder /JV who has submitted the
tender. Data relating to sister companies, group companies, parent company, subsidiary
companies shall not be considered.
page 39 of 63
Form: PQ-2
SIMILAR WORK EXPERIENCE
Declaration for clause 2.17.1 (ii)
__________ (Location)
__________ (Date)
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement, Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal, Orissa, Bihar, Jharkhand and Chhattisgarh in India with data
processing unit at Central Data Centers (CDC) at Zonal Head Quarters at Kolkata including
Technical support system/staff for data processing, data collection, analysis, monthly
report publication of traffic data, provision of an authorized/General user interface for
assessing the information through World Wide Web (www), and software upgradation etc
Ref.: NIT NO. RW/KOL/ATCC/1/2010-11
1. We hereby declare and confirm that we, ____________ (Name of the Bidder), having registered office at
_______________ (address) have successfully executed the following qualifying works in the last 10 years.
We are providing the details below: (Note: add rows as required).
Sl. Name of the Purchase Project Brief Whether the Whether the copies of the
No. client Order Value Scope of successful completion purchase orders / contracts
organization (P.O) No. Work certificate as required, from the client as required, is
& Date of is attached? attached?
issue of Yes/No Pg. No. on Yes/No Pg. No. on the
P.O. the Proposal
Proposal
Yours Sincerely,
(Signature of Authorized Signatory)
Name and Designation of the Authorized Signatory:
Name and address of the Bidder Company:
Seal:
page 40 of 63
Form: PQ-3
SUBCONTRACT DECLARATION & REQUEST FORM
Declaration for clause 3.5
__________ (Location)
__________ (Date)
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal,Orissa,Bihar,Jharkhand and Chhatisgarh in India with data processing
unit at Central Data Centers (CDC) at Zonal Head Quarters at Koklata including Technical
support system/staff for data processing, data collection, analysis, monthly report
publication of traffic data, provision of an authorized/General user interface for assessing
the information through World Wide Web (www), and software upgradation etc
1. We hereby declare and confirm that we, ____________ (Name of the Bidder), having
registered office at _______________ (address), undertake that the following services
towards this tender will not be sub-contracted and will be executed only by the employees
of our Company who are on our payrolls.
a. Design of deployment of ATCC equipment
b. Installation and Commissioning of ATCC.
c. Site Acceptance Tests,
d. Trainings and Handover,
e. Project Management.
3. We also undertake that under all circumstances, the value of the works sub-contracted by
us will not exceed 25% of the contract price.
Yours Sincerely,
page 41 of 63
Form: PQ-4
__________ (Location)
__________ (Date)
From To
The Regional Officer (Civil)
Ministry of Road Transport & Highways
Room No.106,1st Floor, C.G.O.
Complex,C-Wing,DF Block,Salt Lake,
Kolkata-700 064
Subject: Procurement, Installation, Commissioning, Operation & Maintenance for five years
of a system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in the States of N.E.
States, West Bengal,Orissa,Bihar,Jharkhand and Chhatisgarh in India with data processing
unit at Central Data Centers (CDC) at Zonal Head Quarters at Kolkata including Technical
support system/staff for data processing, data collection, analysis, monthly report
publication of traffic data, provision of an authorized/General user interface for assessing
the information through World Wide Web (www), and software upgradation etc
Ref.: NIT NO. RW/KOL/ATCC/1/2010-11
Dear Sir/Madam,
We, M/s _____________, hereby confirm that we are the OEM of the following equipment and we
certify that our products mentioned below are meeting the technical compliance as indicated in
section 6 of this tender document.
Further, on being awarded the tender, we confirm that we will provide the complete technical
support to the bidder, M/s_________________ for a minimum period of five years from the date of
commissioning of the system.
Yours Sincerely,
Seal:
page 42 of 63
Annexure 1
page 43 of 63
Annexure 2
The Bidder is required to provide the details of the deviations of the tender clauses
(in any section of the bid document) in the following format.
page 44 of 63
Section -8
(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)
We _________ Bank further agree that the guarantee herein contained shall remain in full
force and effect upto the date six months after the expiry of the Contract period
i.e.________(hereinafter referred as the said date) and that if any claim accrues or arises against
us, we _______ Bank by virtue of this guarantee before the said date, the same shall be
enforceable against us. Notwithstanding the fact that the same is enforced within six months after
the said date, provided that notice of any such claim has been given to us by Employer within this
period. Payment under this letter of guarantee shall be made within seven days upon receipt of
notice to that effect from Employer.
It is fully understood that this guarantee is effective from the date of the said contract and
that we __________ Bank undertake that no change or addition or modification of the terms of the
contract or the work to be performed thereunder or any of the contract documents which may be
made between “Employer” and the successful bidder, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
page 45 of 63
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Successful bidder shall have no claim against us for making such payment.
We __________ Bank further agree that Employer shall have the fullest liberty, without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the
said contract or to extend time for performance by the Successful bidder from time to time or to
postpone for any time any of the power exercisable by Employer against the said Successful Bidder
and is to forbear or Bank shall not be released from our liability under this guarantee by reason of
any such variation or extension being granted to the said Successful bidder or for any forbearance
by Employer or any other matter or thing what-so-ever, which under the law relating to sureties
would, but for this provision have the effect of so releasing us from liability under this guarantee.
This guarantee will not be discharged due to the change in the constitution of the Bank or
Successful Bidder.
Our liability under this bank guarantee is limited to Rs. ______ (Rs. in words)
Will remain in force upto upto six months after the expiry of Contract period i.e. __________;
And unless a claim or demand under this guarantee is made on us in writing on or before
_________ all our liability shall cease.
DATE _______________
The bank guarantee shall be issued either by a bank (Nationalized/Scheduled) located in India
page 46 of 63
BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT (EMD) IF
PROVIDED AS BANK GUARANTEE
(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)
Bank Guarantee:
Date:
WHEREAS, _________________(Name of Bidder) __ (hereinafter called “the bidder”) has
submitted his bid dated ______________________ (date) for the Tender No. _________, dated
_________ (hereinafter called “the Bid”).
KNOW ALL MEN by these presents that We, ______________________ [Name of Bank)
of ___________________________________ [Name of Country] having our registered office at
________________________ (hereinafter called “the Bank”) are bound unto
____________________________________________________ [Name of Employer] (hereinafter
called “the Employer”) in the sum of Rs. _______ (Rupees ______ Lakhs Only) for which payment
will and truly to be made to the said Employer the Bank binds himself, his successors and assigns
by these presents.
SEALED with the Common Seal of the said Bank this _______day of _________ 2008.
1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid document; or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in accordance
with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer during the
period of bid validity,
a. fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders,
we undertake to pay the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer
will note that the amount claimed by him is due to him owing to the occurrence of one or any of the
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date 180 (one hundred and eighty) days
after the deadline for submission of bids as such deadline is stated in the Instructions to Bidders or
as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.
Notwithstanding anything contained herein before, our liability under this guarantee is restricted to
Rs.__________ (Rs._________________________) and the guarantee shall remain valid till
________. Unless a claim or a demand in writing is made upon us on or before ____________ all
our liability under this guarantee shall cease.
DATE _______________
page 47 of 63
Section -9
DRAFT AGREEMENT
This Contract agreement is made on __________ between the President of India, represented by
the Regional Officer (Civil), Kolkata____________________[for Director General (Road
Development) & Special Secretary], Ministry of Road Transport & Highways, India (hereinafter
referred to as the ‘Employer / Client’ the term which shall mean and include its heads,
administrators, executors and assignees) of the first part and M/s
______________________________ , (hereinafter referred to as the Contractor) of the second
part.
2. WHEREAS the Contractor represents that it is well reputed Contractor for Procurement,
Installation, Operation and Maintenance of a wide range of Portable Automatic Traffic Counter
Cum Classifiers to international standards and is possessed of design, engineering and
production knowledge, data and information in Procurement, Installation, Operation and
Maintenance of Automatic Traffic Counter Cum Classifiers meeting the system requirement as
described in Section 6 of the bid documents .
3. And WHEREAS the Contractor has offered to the Employer for Procurement, Installation,
Operation and Maintenance (hereinafter called services) of 6……..units of Portable Automatic
Traffic Counter Cum Classifiers at 105 locations within the Zone per annum given at para 5(iii)
below, along with complete data processing system at Central Data Centers (CDC) which is
here- in- after referred to system besides, providing technical support system / staff for data
processing at CDCs, at the Zonal Head Quarter Kolkata .
4. And WHEREAS the Employer agrees to get the services and the Contractor agrees to provide
the services in pursuant to the bid submitted by the contractors vide letter No.______ Dated
_______ (hereinafter referred to as “the offer”) and the Employer has by his letter of
acceptance No.______ Dated ______ accepted the offer submitted by the contractor at the
contract price of Rs._____ (in words) with details mentioned in para 5(iv) below in accordance
with the terms and conditions below hereinafter contained and schedule of payement as
mentioned in para 5(v) AND WHEREAS the contractor has agreed to provide services and has
furnished performance security pursuant to para 2.7.2 of the instructions to bidders, section- 2.
(i) In this agreement words and expressions shall have the same meanings as are
respectively assigned to them in the condition of contract hereinafter referred to:
(ii) The following documents/ sections of the Bidding Document shall be deemed to form
and be read and construed as part of this agreement
page 48 of 63
Letter of Acceptance
Section 2 Instructions to Bidders
Section 3 General (Commercial and Legal) Conditions of Contract
Section 4 Special Conditions of Contract
Section 5 Scope of Work
Section 6 Technical Requirements
Section 7 Formats submitted with the proposal
Section 10 Traffic Count Stations
(iii) Scope and object of the Contract is Procurement, Installation, Commissioning, Operation &
Maintenance for five years of a system of Portable Automatic Traffic Counter-cum-
Classifiers (ATCCs) at identified locations on identified single/intermediate/2/4/6 lane
National Highways in the States of N.E. States, West Bengal,Orissa,Bihar,Jharkhand
and Chhattisgarh in India with data processing unit at Central Data Centers (CDC) at
the Zonal Head Quarter (Kolkata). including Technical support system/staff for data
processing, data collection, analysis, monthly report publication of traffic data, provision
of an authorized/General user interface for assessing the information through World
Wide Web (www), and software upgradation etc complete in all respects and conforming
strictly to the technical requirements mentioned in section 6 of the Bidding document.
(iv) Referring to contractor’s price bid No. ______ dated _________ the total price of the
Procurement, Installation, Commissioning, Operation & Maintenance for five years of a
system of Portable Automatic Traffic Counter-cum-Classifiers (ATCCs) at identified
locations on identified single/intermediate/2/4/6 lane National Highways in India with data
processing unit at Central Data Centers (CDC) at the Zonal Head Quarters at Kolkata.
including Technical support system/staff for data processing, data collection, analysis,
monthly report publication of traffic data, provision of an authorized/General user
interface for assessing the information through World Wide Web (www), and software
upgradation etc. is INR…………………..
(2) For Data processing at Central Data Center, operation, maintenance and monitoring
for five years along with training
(a) No advance payment.
(b) Payments will be made within 30 days on quarterly basis (i.e., 5% of the Contract
Price) after successful submission of desired reports.
(vii) The contractor hereby also covenants that all the partners of Joint Venture shall be jointly
and severally responsible to the Employer for the execution of the contract in accordance
with the contract terms.
page 49 of 63
(viii)The Employer hereby covenants to the contractor in consideration of the execution and
completion of the works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the contract at the times and in
the manner prescribed by the Contract.
In witness whereof the parties hereto have caused this agreement to be executed the day
the year first before written.
Signed, sealed and Delivered by the said Employer through his authorized representative and
the Contractor through his Power of Attorney Holders.
Witness
1. Signature __________________ 1. Signature __________________
page 50 of 63
ANNEXURE‐3
Traffic Count Stations in East Zone
Year-1
A) Long duration traffic count station
State : West Bengal
Sl. No. N.H. No. Location/ Km of Name of nearby Town/village
ATCC Station of count station
1 60 322 Dubrajpur
State: Odisha
1 43 399 Koraput
2 75(Ext) 12 Remuli
3 200 182 Riamal
4 200 40 Gandhi Chhak
5 201 146 Bhawanipatna
6 201 240 Bolangir
7 217 482 Berhampur
8 217 76 Nuapara
9 224 57 Nayagarh
10 224 217 Teliban
State : Bihar
1 2C 34
2 19 135
3 30 10
4 30A 21
5 80 146
6 81 13
7 82 113
8 98 100
9 99 10
10 101 53
11 102 23 page 51 of 63
12 103 23
13 104 79
14 105 19
15 106 59
16 110 33
State : Jharkhand
1 75 160
2 75-Ext 40 Khunti
3 78 16 Raideeh
4 80 233 Boriyo
5 98 26 Harihargunj
6 99 33 Bhuyadeeh
7 100 56
8 23 60
9 31 33 Baghitar
10 32 34 Telmocho
11 33 193 Gurdi
12 6 206 Sasan Gumariya
State Chattishgarh
1 6 209/20 Kuhari
2 217 43/10 Bagbahara
3 216 91/6 Jhilmila
4 200 44/2 Simga
5 200 254/6 Kharasia
6 43 27/4 Abhanpur
7 43 133/6 Kanker
8 16 504/8 Jagdalpur
9 221 108/60 Sukma
10 111 73/10 Uduipur
11 78 345/2 Surajpur
State: Assam
1 31 861 Gauripur
2 31B 2 Deohati
3 36 92 Bakulia
4 37 128 Mirza
5 37 505 Botiapar
6 37 639 Laipuli
7 37A 2 Kaliabor Tiniali
8 38 24 Digboi
9 39 56 Silonijan
10 44 205 Badarpur
11 51 2 Paikan
12 52 134 Tezpur
13 53 255 Silchal
14 61 257 Amguri
15 62 2 Dudnai
16 151 5 Karimgunj
17 153 15 Lakhapani
18 154 20 Hailakandi
5 51 105 Tura
6 62 50 Darugre
7 62 200 Dimapara
State Mizoram
1 44A 8 Sairang
2 54 180 Aizawl
3 54A 1 Lunglei
4 54B 25 Saiha
5 150 465 Imphal
6 154 147 Bilkhaudhir
State Manipur
1 39 310 Imphal
2 150 5 Shelling
State Nagaland
1 61 105 Mokonkchung
2 36 161 Dimapur
3 150 780 Kohima
4 155 100 Tueng sang
* Total CS 100
* 10 to 15 per cent variation in the locations may occur in each State because of
declaration of new NHs and/ or stretches being entrusted to NHAI .
Year-2
A) Long duration traffic count station
State : Odisha
Sl. No. N.H. No. Location/ Km of Name of nearby Town/village
ATCC Station of count station
State: Odisha
1 43 349 Boriguma
2 43 467 Sunki
3 200 90 Kolabira
4 200 244.5 Rengali
5 201 82 Koksara
6 201 190 Belgaon
7 201 304 Badapali
8 217 213.89 Amath Chhak
9 224 16 Bagamari
10 224 100.3 Dasapalla
State : Bihar
1 2C 6
2 2C 75
3 28B 71
4 30 85
5 30A 58
6 80 181
7 81 41
8 98 33
9 101 19
10 102 58
11 103 45
12 104 33
13 105 44
14 106 110
State : Jharkhand
1 75 75 Chandwamore
2 75 185 Ornar
3 75-Ext 16 Satarnji
4 75-Ext 169 Tant Nagar
5 80 197 Sahibgunj
6 99 103 Chitarpur
7 100 11
8 100 103
9 23 92 Gumla
10 32 1
11 32 136 Neemdhi
12 33 313 Pokhariya
13 6 185
State Chattishgarh
1 6 115/80 Banjarinaka
2 6 217/00 Ghodari
3 200 78/10 Chaqndrakhura
4 200 192/6 Champa
5 12A 244/60 Kawardha page 54 of 63
6 43 55/4 Kurud
7 43 227/2 Konadagaon
8 16 432/8 Geedam
9 111 173/10 Khaghora
10 78 304/60 Baikunthpur
11 78 385/8 Shreeghar
State: Assam
1 31 845 Balajan
2 31 934 Boitamari
3 31 962 Rakhaldubee
4 36 21 Dobaka
5 37 17 Soalmari
6 37 325 Jakhalabanda
7 37 517 Sibsagar BP
8 37 622 Chabua
9 37 665 Hansara
10 39 5 Numaligarh
11 44 173 Malidhar
12 44 280 Churaibari
13 52 5 Baihata Chariali
14 52 182 Lamaguri
15 52 345 North Lakhimpur
16 52A 2 Gophur
17 53 290 Badarpur
18 152 5 Patshala
State: Meghalaya
1 40 60 Barapani
2 40 210 Jowai
3 44 140 Sonapur
4 44( Shillong- 80 Nongstoin
Nongstoin Section)
5 51 85 Asanang
6 51 146 Dalu
7 62 150 Bagmara
State Mizoram
1 44A 75 Mamit
2 54 128 Kawnpui
3 54 225 Sheling
4 54 406 Theiriat
5 54 484 Langtlai
6 150 400 Churachandpur
State Manipur
1 39 220 Mao
2 39 342 Thouba
State Nagaland
1 61 4 Kohima
2 61 150 Tongdentsuyoung
3 155 2 Mokonkchung page 55 of 63
4 155 310 Meluri
* Total CS 100
* 10 to 15 per cent variation in the locations may occur in each State because of
declaration of new NHs and/ or stretches being entrusted to NHAI.
Year-3
A) Long duration traffic count station
State : Assam
Sl. No. N.H. No. Location/ Km of Name of nearby Town/village
ATCC Station of count station
1 37 128 Mirza
State: Odisha
1 43 399 Koraput
2 75(Ext) 12 Remuli
3 200 182 Riamal
4 200 40 Gandhi Chhak
5 201 146 Bhawanipatna
6 201 240 Bolangir
7 217 500 Gopalpur
8 217 319 Baliguda
9 224 57 Nayagarh
10 224 217 Teliban
State : Bihar
1 2C 34
2 19 135
3 30 10
4 80 101
5 80 146
6 82 113
7 98 150
8 101 53 page 56 of 63
9 102 23
10 103 23
11 104 50
12 104 133
13 106 59
14 110 33
State : Jharkhand
1 75 21 Kunderi
2 75 160
3 75 260
4 75-Ext 141 Chaibasa
5 78 16 Raideeh
6 80 277 Barhawa
7 99 33 Bhuyadeeh
8 100 56
9 23 15 Balideeh
10 23 138
11 32 70 Sarada
12 33 136
13 6 206 Sasan Gumariya
State Chattishgarh
1 6 209/20 Kuhari
2 216 91/6 Jhilmila
3 200 128/4 Masturi
4 200 254/6 Kharasia
5 43 27/4 Abhanpur
6 43 76/4 Dhamtari
7 43 292 Asna
8 16 504/20 Jagdalpur
9 111 73/10 Udaipur
10 78 345/2 Surajpur
11 78 569/2 Gamharia
State: Assam
1 31 861 Gauripur
2 31 948 North salmara
3 31B 2 Deohati
4 36 148 Dillai
5 37 44 Dudhnoi
6 37 128 Mirza
7 37 145 Jalukbari
8 37 402 Numaligarh
9 37 555 Maran
10 37 648 Sukanpukhuri
11 37A 2 Kaliabor Tiniali
12 39 56 Silonijan
13 44 252 Patharkhandi
14 52 134 Tezpur
15 52 270 Bandardewa
16 53 255 Silchal
17 151 5 Karimgunj
18 154 20 Hailakandi page 57 of 63
State: Meghalaya
1 40 3 Jorabat
2 40 78 Shillong
3 44 5 Shillong
4 44( Shillong- 5 Shillong
Nongstoin Section)
5 51 105 Tura
6 62 100 Siju
7 62 200 Dimapara
State Mizoram
1 44A 8 Sairang
2 54 70 Bilkhatir
3 54 180 Aizawl
4 54 290 Serchhip
5 54 530 Zero point
6 154 147 Bilkhaudhir
State Manipur
1 39 265 Senapati
2 39 430 More
State Nagaland
1 61 75 Wokha
2 61 230 Tuli
3 150 780 Kohima
4 155 220 Kiphere
* Total CS 100
* 10 to 15 per cent variation in the locations may occur in each State because of
declaration of new NHs and/ or stretches being entrusted to NHAI .
Year-4
A) Long duration traffic count station
State : Jharkhand
Sl. No. N.H. No. Location/ Km of Name of nearby Town/village
ATCC Station of count station
1 75 21 Kunderi
(B) Short duration Traffic count station
State : West Bengal
Sl. No. N.H. No. Location/ Km of ATCC Name of nearby Town/village
Station of count station
1 6 166 Lodhasuli
2 60 115 Kharagpur
3 60 198 Bishnupur
4 60 312 Dubrajpur
5 60 387 Rampurhat
6 60A 5 Dhauldanga More
7 32 79 Chasmore
8 35 45 Chandpara
9 117 24 Joka page 58 of 63
10 55 6 Batase
11 55 67 Sukna
12 31 573 Siliguri
13 31 702 Gayerkata
14 31 755(New alignment) Ghuskadanga
15 31C 106 Chalsa
State: Odisha
1 43 349 Boriguma
2 43 467 Sunki
3 200 90 Kolabira
4 200 244.5 Rengali
5 201 82 Koksara
6 201 190 Belgaon
7 201 304 Badapali
8 217 213.89 Amath Chhak
9 224 16 Bagamari
10 224 100.3 Dasapalla
State : Bihar
1 2C 6
2 28B 71
3 30A 21
4 80 181
5 81 13
6 82 113
7 98 100
8 99 10
9 102 58
10 103 45
11 104 79
12 105 19
13 106 110
14 110 69
State : Jharkhand
1 75 75 Chandwamore
2 75 185 Ornar
3 75-Ext 40 Khunti
4 80 233 Boriyo
5 98 26 Harihargunj
6 99 103 Chitarpur
7 100 103
8 23 60
9 31 33 Baghitar
10 32 34 Telmocho
11 32 136 Neemdhi
12 33 193 Gurdi
13 6 185
State Chattishgarh
1 6 115/80 Banjarinaka
2 6 217/00 Ghodari
3 217 43/10 Bagbahara page 59 of 63
4 200 44/2 Simga
5 200 192/6 Champa
6 43 55/4 Kurud
7 43 133/6 Kanker
8 16 432/80 Geedam
9 221 108/60 Sukma
10 111 173/10 Khaghora
11 78 385/80 Shreeghar
State: Assam
1 31 845 Balajan
2 31 934 Boitamari
3 36 21 Dobaka
4 37 17 Soalmari
5 37 325 Jakhalabanda
6 37 517 Sibsagar BP
7 37 665 Hansara
8 39 5 Numaligarh
9 44 173 Malidhar
10 44 280 Churaibari
11 52 5 Baihata Chariali
12 52 51 Kharupetia
13 52 182 Lamaguri
14 52A 2 Gophur
15 61 257 Amguri
16 62 2 Dudnai
17 152 5 Patshala
18 153 15 Lakhapani
State: Meghalaya
1 40 60 Barapani
2 40 210 Jowai
3 44 140 Sonapur
4 44( Shillong- 80 Nongstoin
Nongstoin Section)
5 51 85 Asanang
6 51 146 Dalu
7 62 150 Bagmara
State Mizoram
1 44A 75 Mamit
2 54 128 Kawnpui
3 54 225 Sheling
4 54 406 Theiriat
5 54 484 Langtlai
6 150 400 Churachandpur
State Manipur
1 39 310 Imphal
2 150 5 Shelling
State Nagaland
1 61 4 Kohima page 60 of 63
2 61 150 Tongdentsuyoung
3 155 2 Mokonkchung
4 155 310 Meluri
* Total CS 100
* 10 to 15 per cent variation in the locations may occur in each State because of
declaration of new NHs and/ or stretches being entrusted to NHAI .
Year-5
A) Long duration traffic count station
State : Bihar
Sl. No. N.H. No. Location/ Km of Name of nearby Town/village
ATCC Station of count station
1 101 19
1 6 137 Kharagpur
2 60 156 Chandrakona Rd
3 60 232 Bankura
4 60 322 Dubrajpur
5 2B 28 Ghuskara
6 32 132 Nimdihi
7 35 6 Barasat
8 117 60 Diamond Harbour
9 117 134 Bakkhali
10 55 32 Kurseong
11 31 595 Sevok
12 31 721 Birpara
13 31 770 Pundibari
14 31 810 Tufangunj
15 31C 183 Hasimara
State: Odisha
1 43 399 Koraput
2 75(Ext) 12 Remuli
3 200 182 Riamal
4 201 146 Bhawanipatna
5 201 240 Bolangir
6 217 500 Gopalpur
7 217 482 Berhampur
8 217 76 Nuapara
9 224 57 Nayagarh
10 224 217 Teliban
State : Bihar
1 2C 34
2 2C 75
3 30 10
4 30 85
5 30A 58 page 61 of 63
6 80 101
7 81 41
8 98 33
9 98 150
10 102 23
11 103 23
12 104 33
13 105 44
14 110 33
State : Jharkhand
1 75 21 Kunderi
2 75 260
3 75-Ext 16 Satarnji
4 75-Ext 169 Tant Nagar
5 80 197 Sahibgunj
6 99 33 Bhuyadeeh
7 100 11
8 23 15 Balideeh
9 23 92 Gumla
10 32 1
11 33 136
12 33 313 Pokhariya
13 6 185
State Chattishgarh
1 6 209/20 Kuhari
2 216 91/6 Jhilmila
3 200 78/10 Chaqndrakhura
4 200 128/4 Masturi
5 12/A 244/6 Kawardha
6 43 76/4 Dhamtari
7 43 227/2 Konadagaon
8 43 292 Asna
9 111 73/10 Udaipur
10 78 304/60 Baikunthpur
11 78 569/20 Gamharia
State: Assam
1 31 861 Gauripur
2 31 948 North salmara
3 31 962 Rakhaldubee
4 31B 2 Deohati
5 36 92 Bakulia
6 37 128 Mirza
7 37 505 Botiapar
8 37 622 Chabua
9 37 639 Laipuli
10 37A 2 Kaliabor Tiniali
11 38 24 Digboi
12 44 205 Badarpur
13 51 2 Paikan
14 52 134 Tezpur
15 52 345 North Lakhimpur page 62 of 63
16 53 255 Silchal
17 151 5 Karimgunj
18 154 20 Hailakandi
State: Meghalaya
1 40 3 Jorabat
2 40 129 Tamabil
3 44 60 Jowai
4 44( Shillong- 5 Shillong
Nongstoin Section)
5 51 105 Tura
6 62 50 Darugre
7 62 200 Dimapara
State Mizoram
1 44A 8 Sairang
2 54 180 Aizawl
3 54A 1 Lunglei
4 54B 25 Saiha
5 150 465 Imphal
6 154 147 Bilkhaudhir
State Manipur
1 39 220 Mao
2 39 342 Thouba
State Nagaland
1 61 75 Wokha
2 61 105 Mokonkchung
3 36 161 Dimapur
4 155 100 Tueng sang
* Total CS 100
* 10 to 15 per cent variation in the locations may occur in each State because of
declaration of new NHs and/ or stretches being entrusted to NHAI .
page 63 of 63