You are on page 1of 63

Table of Contents

Section Particulars Page No

1. NOTICE INVITING TENDER 2

2. INSTRUCTIONS TO BIDDERS 4

3. GENERAL (COMMERCIAL AND LEGAL) 19


CONDITIONS OF THE CONTRACT

4. SPECIAL CONDITIONS OF THE CONTRACT 23

5. SCOPE OF WORK 27

6. TECHNICAL REQUIREMENTS 31

7. FORMATS TO BE USED FOR SUBMISSION OF 34


PROPOSAL

8. FORMATS FOR SUBMISSION OF BANK 45


GUARANTEES

9. DRAFT AGREEMENT 48

10 ANNEXTURE-3 TRAFFIC COUNT STATIONS 51

page 1 of 63
SECTION 1
NOTICE INVITING TENDER
(International Competitive Bidding)

NIT No. RW/KOL/ATCC/1/2010-11


Sealed bids are invited by the Regional Officer (Civil), Ministry of Road Transport
& Highways, Room No.106,1st Floor, CGO Complex, C-Wing, Salt Lake,Kolkata-
700 064 for and on behalf of President of India only from the eligible
Consultants/Contractors for the following works:

Sl. Name of work Estimated Earnest Period


No. Cost of the Money
work (Rs. in
lacs)
(Rs. in lacs)
1. Procuring, Commissioning, Operation 250 10.00 5 Years
and maintenance for five years a Portable
system* of 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,
WB, Orissa, Bihar, Jharkhand and
Chhattisgarh in India with data
processing unit Central Data Center
(CDC) at Zonal Headquarters at Kolkata.
2. Operation & Technical support Included in the Included
system/staff for data processing at above in the
Central Data Center at Zonal above
Headquarters at Kolkata for five years for
data collection, analysis, monthly report
publication of traffic data and provision of
an authorized/General user interface for
accessing the information through World
Wide Web (www), software up-gradation
etc.
*The ATCCs and CDC system at Zonal Headquarters at Kolkata shall be capable of collecting
weekly and long term traffic data, data storage in a secured database, data transmission from
ATCC to CDC at Zonal Headquarters by suitable / reliable latest technology viz GSM (Global
System for Mobile Communications) / GPRS (General Packet Radio Service), landline modem,
CDMA (Code Division Multiple Access)

2. The bid documents may be purchased by the prospective bidders in


person or through authorized representative from the office of the Regional
officer(Civil) on or after 11.10.2010 on written request/requisition indicating their
full name and address and on submission of a non-refundable fee of Rs. 5,000
(five thousand) in the form of Demand Draft 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 and attested copies of Income
Tax Permanent Account Number, VAT/Service Tax Clearance Certificate.

3. A pre-bid meeting will be held on 23.10.2010(FN) in Ministry’s Headquarters at


Transport Bhawan, No.-1 Parliament Street, New Delhi. The bids will be received

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.

Regional Officer (Civil), Kolkata,


Ministry of Road Transport & Highways

page 3 of 63
SECTION 2

2. INSTRUCTION TO BIDDERS

2.1 INTRODUCTION

2.1.1 The Ministry of Road Transport & Highways (MORT&H) is responsible


for the development, maintenance and management of National
Highways and for matters connected or incidental thereto.
2.1.2 MORT&H officiates from Transport Bhawan located at 1, Parliament
Street, New Delhi. MORT&H also has Regional offices in most of the
State Capitals. Issues relating to Planning for National Highways are
being done by MORT&H and the execution of work at site are being
done through agencies namely, National Highways Authority of India
(NHAI), National Highway (NH) wing of State Public Works Department
(PWD), Border Roads Organisation (BRO) etc.
2.1.3 Bids are invited by MORT&H from established and reliable
manufacturers / suppliers / agencies / institutions for procuring,
commissioning, Operation and Maintenance of portable type Automatic
Traffic Counter-cum-Classifiers (ATCCs) on sections of
single/intermediate/2/4/6 lane National Highways at identified locations
in the States of N.E states, WB, Orissa, Bihar, Jharkhand and
Chhattisgarh in India as given in Annexure-3 and providing technical
support system staff for data processing at Central Data Centre at Zonal
Headquarters at Kolkata ( East Zone).

2.2 DEFINITIONS

a) “MORT&H” means Ministry of Road Transport & Highways


b) “The Employer” means the, Regional Officer (Civil), Ministry of
Road Transport & Highways, Department of Road Transport &
Highways, Government of India, stationed at Kolkata.
c) “The Contractor” means agency appointed by MORT&H with a
stipulated mandate or Firm, or Institution undertaking Procuring,
Commissioning, Operation and maintenance for five years 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, WB, Orissa, Bihar,
Jharkhand and Chhattisgarh in India as given in Annexure 3 with
data processing unit Central Data Center (CDC) at Zonal
Headquarters at Kolkata.
d) “The Bidder” means a firm or JV or Consortium which participates
in the tender and submits its proposal.
e) “The Products/equipment/ system” means all the ATCC
equipment and related software, which produces the desired report,
which the Successful Bidder is required to supply to the Employer as
per this tender.
f) “Successful Bidder” means the Bidder, who, after the complete
evaluation process, gets the Letter of Award. The Successful Bidder

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.

2.3 BID DOCUMENT

2.3.1 The process and procedures of bidding, the materials to be supplied


and the various terms and conditions of this tender are provided in the
Bid Document. The Bid Document include:

Section 1 Notice Inviting Tender


Section 2 Instructions to Bidders
Section 3 General (commercial & legal) Conditions of Contract
Section 4 Special Conditions of Contract
Section 5 Scope of the work

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.

2.4 PRE-BID MEETING

Pre bid meeting is scheduled on 23.10.2010(FN) in Ministry’s


Headquarters at Transport Bhawan, No.1 Parliament Street, New Delhi.
Clarifications sought during the meeting will be issued at the same time
and if any issue could not be resolved on the same day, clarifications of
the same can be collected from office of the , Regional Officer (Civil),
MORT&H, Kolkata 5 days prior to bid submission. No separate
information will be passed on to any individual Bidder in this regard.

2.5 AMENDMENT OF BID DOCUMENTS

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.

2.6 COST OF BIDDING

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 APPLICATION FEE (AF) AND EARNEST MONEY DEPOSIT (EMD)

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

Sl. Name of work EMD


No. (Rs. in lacs)
1. Procuring, Commissioning, Operation & Maintenance for 10.00
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 as given in
Annexure-3 with data processing unit at Central Data
Center (CDC) at zonal Headquarters 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
*The ATCC and CDC system shall be capable of collecting real time traffic data, data
storage in a secured database, immediate data transmission from ATCC to CDC by suitable
/ reliable latest technology viz GSM (Global System for Mobile Communications) / GPRS
(General Packet Radio Service), landline modem, CDMA (Code Division Multiple Access)

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.

2.7.3 The EMD will be forfeited:

(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.

2.7.4 The technically unqualified bidders would be informed regarding their


non qualification, without any explanation and thereafter EMD, price bid
(commercial proposal) would be returned unopened after the evaluation
of the commercial proposal and signing the contract agreement with the
successful bidder.

2.8 BID PRICES

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 Bidders are informed that discount, if any, should be indicated


separately at point 4, part –I, para 7.1 of section 7.

2.10 BID VALIDITY

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.

2.11 ONLY ONE BID PER PARTY

Each bidder is permitted to submit ONLY ONE BID for zonal


Headquarters at Kolkata irrespective of whether he is the sole bidder, or
the Leader or Member of a duly formed JV or Consortium. In case it is
found that any party has submitted more than one bid for the subject
work(s) in any of the above capacities, all bids so submitted shall be
summarily rejected and the EMPLOYER shall not entertain any
request/correspondence in this matter.

2.12 SUBMISSION OF PROPOSALS

All the proposals will have to be submitted ONLY in HARD BOUND (


Hard bound implies such binding between two covers through stitching
or otherwise whereby it may not be possible to replace any paper
without disturbing the document ) form with all pages sequentially
numbered either at the top or at the bottom right hand corner of each
page eg. by writing page 1 of 10 on page 1, if total pages are 10. It
should also have an index giving page wise information of above
documents. Incomplete proposal or those received without hard bound
will summarily be rejected.

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.,

Envelope-1: Containing application fee of Rs. 5,000 (Rupees Five


Thousand only) if a Bid document has been downloaded
from the Ministry’s website and an EMD as prescribed in
the tender document in section 2.7.1. The envelope
should be superscribed as “Envelope 1 – EMD /
Application Fee for ATCC Bid [East Zone]” at the top
left corner.

Envelope-2: Pre-qualification Proposal and Technical Proposal


superscribed as “Envelope 2 – Pre-qualification and
Technical Proposal for ATCC Bid [East Zone]”
(Containing duly signed PRE-QUALIFICATION
PROPOSAL SUBMISSION FORM as prescribed in
Section-7, Other required Prequalification documents,
clause-by-clause compliance to the technical
specifications of the equipment as prescribed in Section-
6, all technical literature, brochures etc.). In the technical
proposal, there should not be any indication about the
prices (printed or otherwise) of any of the products
offered.

Envelope-3: Commercial Proposal containing only the Section-7 –


Price Schedule superscribed as “Envelope 3 –
Commercial Proposal for ATCC Bid [East Zone]”.

All the sealed envelopes should again be placed in a sealed cover


super scribed as “ATCC Bid from: M/s ____________)” “NOT
TO BE OPENED BEFORE 29.11.2010 which will be received in the
office of the Regional Office (Civil), Ministry of Road Transport &
Highways, Room No.106,1st Floor, CGO Complex, C-Wing, Salt
Lake,Kolkata-700 mentioned above up to the 29-11-2010 at 1100 Hrs.

Any individual(s) signing the bid or other documents connected therewith


should specify whether he is signing the offer as Chief Executive of a single
firm / agency / institution making the offer, Lead partner of the consortium
of firm / agency / institution making the offer, a Director, Manager or
Secretary in case of the authority conferred by Memorandum of
Association.

The power of attorney should be executed separately by each member of


JV/ consortium authorizing the individual to sign the bid document on
behalf of JV/ consortium

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.

2.13 LATE BIDS


Any bid received by the Employer after the time and date for receipt of bids
prescribed by the Employer in the tender as per Section-2 – 2.12 may be
rejected and returned unopened to the Bidder.

2.14 MODIFICATION AND WITHDRAWAL OF BIDS

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 LOCAL CONDITIONS

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

2.16 CONTACTING THE EMPLOYER

Any effort by a Bidder influencing the Employer’s bid evaluation, bid


comparison or contract award decisions may result in the rejection of the
bid.

2.17 ELIGIBILITY/ PRE-QUALIFICATION CRITERIA

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;

(a) Forms strictly as per format provided in Section – 7.


(b) Successful completion certificate mentioning the Purchase Order,
reference number and start and end date of the work duly signed
by the client organization’s project in-charge / any equivalent
officer / the authorized signatory

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.

2.17.2 Bids submitted by a Joint Venture or Consortium shall meet the


following:

2.17.2.1 The Agreement signed should legally bind all partners/members.


2.17.2.2 Consortium or joint venture allowed (maximum 2 partners). One of the
members/partners shall be nominated by the JV / Consortium as being
in-charge, and this authorization shall be evidenced by submitting a
Power of Attorney signed by legally authorized signatories of each
member/partner.
2.17.2.3 The partner in-charge shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the Joint
Venture / Consortium during the entire execution of the Contract.
2.17.2.4 All partners of the Joint Venture/Consortium shall be liable jointly and
severally for the execution of the contract in accordance with the
Contract terms, and a statement to this effect shall be included in the
Agreement (in case of successful bidder).
2.17.2.5 The joint-venture/consortium agreement shall indicate precisely the
responsibility of all members in respect of planning, design, construction
equipment, key personnel, work execution and financing of the project.
All the members should have active participation during the currency of
the contract. This shall not be varied/ modified subsequently without
prior approval of the Employer.
2.17.2.6 Copy of the agreement entered into by the partners shall be submitted
with the Bid.

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.

2.18.3 Evaluation Procedure


Stage-1(a): Responsiveness w.r.t. Application Fee & EMD:
First, the envelope containing Application fee (in case of Bid Document
downloaded from MORT&H’s web site) and Earnest Money Deposit will
be opened and if both are found furnished by the Bidders in the
prescribed manner as mentioned in para 2.7.1, then the second
envelope containing Pre-Qualification & Technical Proposal documents
shall be opened. At any stage during the evaluation, if the EMD is found
invalid, the respective Bidder’s bid will be summarily rejected.

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.

Stage-2: Commercial Proposal Evaluation: The Price Bids of


only the qualifying firms who are short-listed in Stage-I will be
evaluated. The proposals shall be opened in presence of their
representatives who choose to attend. The date of opening shall be
intimated to the qualified bidders at the appropriate time. The
unqualified bidders would be informed regarding their non qualification,
without any explanation and thereafter price bid (commercial proposal)
would be returned unopened after the evaluation of the commercial
proposal and signing the contract agreement with the successful bidder.
In respect of bids in other currencies, equivalent amount in Indian
Rupees shall be worked out based on the conversion (selling) rate for
the currency in question announced by the Reserve Bank of India
prevailing on the last date of bid submission.

The Commercial Proposal Evaluation will be based on the total payouts


including all taxes, duties and levies for procuring, commissioning,
system integration of equipment, Operation, Maintenance and data
processing with technical support system costs as per financial
proposal. Lowest of the total cost in Rupees will be successful bidder.

2.18.4 Evaluation of Technical bid shall be done based on the following:

page 13 of 63
Max.
Marks

1 Past experience of firm or Institution in collection of traffic data 30


separately or as part of preparation of feasibility / detailed project
reports, or supplied, commissioned and operated similar
equipment, or operated similar equipment or supplied
equipment for highway construction / Quality Control / operation &
maintenance / highway safety.
2 Past experience of firm in commissioning or operating or 15
maintaining similar system
3 System Architecture & Work methodology 30
4 Establishment of firm by lead partner or any JV partners in India 10
for installation / post warranty services
5 Operation & Maintenance planning 10
6 ISO 9000 Certification/Previous experience in collecting Traffic 5
data or evaluation of Traffic data by appointing a team leader.
TOTAL 100

Only bids securing > 75% marks shall qualify for further consideration.
Bidders shall fill up all formats as given in Section –7

2.18.5 The marking criteria will be based on the following:

(a) Past experience of contractor in executing similar system as per


clause 2.18.4(1) for installation of unit in following preference in last
5 years.

(i) on four lanes divided carriageway - 3 marks/unit or assignment,


max of 30 marks
(ii) on two lane (bi/ unidirectional traffic) - 2 marks/unit or assignment,
max of 20 marks
(iii) on single lane (bi/ unidirectional traffic) - 1 mark/unit or assignment,
max of 10 marks

(b) Past experience of Contractor in commissioning or operating or


maintaining similar system in last 5 years Subjected to satisfactory
certificate from client as per clause 2.18.4(2)

Past experience of firm in commissioning or operating 1 mark/year, max of 5


similar system marks
Past experience of firm in maintaining similar system 2 marks/year, max of 10
marks

(c) System Architecture & Work methodology as per clause 2.18.4(3)


Installed in India (preferably five units) max of 5 marks
Dependency on separate server (2), using existing max of 5 marks
Web/NIC Server (5)
Counting the traffic to accuracy more than 95% 1 mark/ 1% more, max of 5

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

(d) Establishment of firm by lead partner or any JV partners in India for


installation / post warranty Services as per clause 2.18.4(4) -2 marks
/year, max of 10 marks

(e) Operation & Maintenance planning with respect to output


reports, Direction wise category of vehicle, CVD, PCU, Number of
axles, frequency for updation in a day as per clause 2.18.4(5) – max of
10 marks

(f) ISO 9000 certification as per clause 2.18.4(6)


(i) by lead partner/JV partner - 2 marks
(ii) Team leader having minimum BE / B.Tech qualification having experience in
collection / evaluation of Traffic census data preferably using ATCC equipment for
minimum three years or three projects. - 3 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 Period of completion

2.19.1 Commissioning of ATCCs at the respective locations and technical data


support at central data center should be completed in 3 months from the
date of the signing of agreement.

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.

2.20 Space for installation of equipment

2.20.1 An air-conditioned CDC of 40 sqm (minimum) along with necessary


electricity points shall be provided by the Contractor for the installation
of various equipment required for data retrieval and processing at the
Central Data Center at the Zonal HQ near the RO’s Office, without any
financial implication on the proposed work.

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.

2.21 Proposed locations and other details for installation of ATCCs :

The Contractor shall procure minimum six portable ATCCs for of


which one will be deployed for a longer duration of one year or more at
identified Count Stations in different States in the East Zone *with the
remaining five used for seven day counts at various Count Stations
identified by the Employer in different States in the East Zone every six
months (i.e., a total of 60 locations in all the States in the East Zone are
expected to be covered every six months, which may be different every six
months). The seven day Count in each Count Station is expected to be
completed in a cycle of 15 days (including dismantling, transportation and
commissioning). As such Monthly Reports of 7 day Counts from 10 Count
Stations (in addition to the long term location) shall be produced. Reaches
to be declared as National Highways in future (or new States formed within
the East Zone) shall also be covered (with the six ATCCs procured for East
Zone) as required by the Employer.Year wise location of long duration and
short duration count stations are given in Annexure-3 as broad guidance.

2.22 NOTICES

Any notice to be served under this contract shall be deemed to be validly


served if sent by registered post or fax to the Contractor’s registered office
herein before mentioned or in respect of the Employer, to the
Superintending Engineer, of the Regional Office (Civil) , Ministry of Road
Transport & Highways at Kolkata. Any notice so posted shall be prima-
facie proof of serving at the expiration of the time within which in the normal
course of posting, it would have reached the address to which it was sent.

2.23 MISCELLANEOUS

a. The contract or any interest there under shall not be assignable to


any third party by the contractor unless such assignment is mutually
agreed to in writing by both the Employer and the contractor.
b. No modification to the Contract document shall be binding unless it
is in writing and signed by both the parties to the Contract.
c. The terms and conditions in the Bidding document and the bids
submitted and accepted constitute the entire Contract Agreement
between the parties. Signed contract agreement shall supersede
previous communications, representations or agreements either oral
or written between the parties with respect to the subject matter of
the Contract Agreement and no agreement or understanding varying
or extending the Contract Agreement shall be binding on either the
Employer or the Contractor. Contract shall have to be executed in

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.

2.24 COMING INTO FORCE

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.

2.25 Force Majeure

a. If either party is temporarily unable by reason of force majeure or


the laws or regulations of India to meet any of tits obligations under
the contract, and if such party gives to the other party written
notice of the event within fourteen (14) days after its occurrence,
such obligations of the party as it is unable to perform by reason of
the event shall be suspended for as long as the inability continues.

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.

c. The term ‘force majeure’ as employed herein shall mean acts of


God, strikes, lock outs or other industrial disturbances, acts of the
public enemy, wars, blockades, insurrection riots, epidemics,
landslides, earthquakes, storms, lightning, floods, washouts, civil
disturbances, explosions, and any other similar events, not within
the control of either party and which by the exercise of due
diligence neither party is able to overcome.

2.26 ADDRESS AND COMMUNICATION

a. All communications to the Employer are to be addressed to the


Superintending Engineer, of the Regional Office (Civil) Ministry
of Road Transport & Highways, Room No.106,1st Floor, CGO
Complex, C-Wing, Salt Lake,Kolkata-700 064 (India),

b. All communications to the contractor are to be addressed to

______(to be filled by the contractor at the time of bidding)

page 18 of 63
SECTION 3

3.0 General (Commercial and Legal) Conditions of the Contract

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.

3.2 PAYMENT TERMS

3.2.1. Payments will be made in Indian Rupees only

3.2.2 Operation/Staff & Maintenance:


For Data processing at Central Data Center, Staff, operation &
maintenance and monitoring for five years along with training
(a) No advance payment.
(b) Payments will be made on quarterly basis within 30 days of
successful compilation of desired reports submitted to the Regional
Office (Civil),Kolkata .

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 EMPLOYER’S RIGHTS

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.

3.5 SUBCONTRACTING BY THE BIDDER

3.5.1 If sub contracting for specialized work, is required, the Successful


Bidder will take prior permission from MORT&H. Under all
circumstances, the value of works sub-contracted by Successful Bidder
should not exceed 25% of the Contract Price. The Bidder is required to
provide the details of the activities that it proposes to subcontract to
third parties as per format given in Section – 7.
3.5.2 In any case, the Successful Bidder shall be solely responsible to ensure
compliance of all obligations under the contract.

3.5.3 Changes in a Firm


(i) Where the contractor is a partnership Firm, a new partner shall not
be introduced in the Firm except with the previous consent in
writing of the Director General (Road Development) & Special
Secretary, MORT&H, [DG (RD)&SS], which may be granted only
upon exception of a written undertaking by the new partner to
perform the contract and accept all liabilities incurred by the firm
under the contract prior to the date of such undertaking.
(ii) On the death or retirement of any partner of the contractor firm
before complete performance of the contract, the DG(RD) & SS
may, at the option of the contractor, cancel the contract, and in
such case the contractor shall have no claim whatsoever to
compensation against the Employer.
(iii) If the contract is not determined as provided in sub-clause (ii)
above, notwithstanding the retirement of a partner from the Firm,
he shall continue to be liable under the contract for acts of the Firm
until a copy of the public notice given by him under section 32 of
the Partnership Act has been sent by him to the DG (RD) & SS by
registered post acknowledgement due.

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)

3.7 Delays in installation of ATCCs, commissioning of systems at


Central Data Centers and providing technical support / staff / Team
Leader.

Should any of the said system / services / personnel not be executed /


provided during the contract period, the Employer shall in respect of any
delays, have the right to claim and deduct from the payments due
affected by such delay as agreed, liquidated damages in respect of
such said system / services / personnel for the sum of 1% of the
Contract price of the unexecuted portion of the anticipated system /
services / personnel for each and every week or part of a week subject
to a maximum of 10% of the contract price for delayed system /
services / personnel. Only in case of Force Majeure, this clause can be
condoned by the Employer.

Should the said delay in respect of execution of the said system /


services / personnel exceed two and a half months, the Employer shall
have the right to terminate this contract fully, or in so far as it relates to
the system / services / personnel which are subject matter of such
delay, by sending written notice to that effect to the Contractor, in which
case the furnished performance Bank Guarantee will be revoked. .

The Employer is also entitled to cancel the contract either in whole or in


part in case rejected / defective assemblies/parts of the system cannot
be reinstalled / replaced by the Contractor within one month from the
date of its notification, in which case the furnished performance Bank
Guarantee will be revoked.

3.8 Laws Governing the Contract:

(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.

Should the contractor or a partner in the contractor firm commit breach


of either of the conditions of the contract, it shall be lawful for the DG
(RD) & SS, to cancel the contract and commission or authorize the
commissioning of the ATCCs system to other contractor at the risk and
cost of the contractor.

3.11 Right of acceptance of offer

(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

If the contractor commits any act of bankruptcy or goes into liquidation


or shall commence winding up by reasons of its insolvency or shall
make an assignment for the benefit of creditor or goes into liquidation,
this agreement may be terminated wholly or in part by the Employer and
amount paid in advance if any received by the contractor shall become
due to the Employer.

page 22 of 63
SECTION 4
4. SPECIAL CONDITIONS OF THE CONTRACT

4.1 DEFINITION

These conditions given in this Section 4, supplement the “Instructions to


the Bidders” given in Section 2 & "General (Commercial and Legal)
Conditions of the Contract" given in Section 3 and in case of any
conflict, the conditions given herein shall prevail over those in Sections
2 and 3.

4.2 EQUIPMENT AND SUPPORTING SOFTWARE

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.

4.2.2 Bidders have to give clause-by-clause compliance to the clauses


mentioned in Sections 5 & 6 of this document along with reference to
documentary support, giving the Page / Para number of the document.
The clauses for which the compliances are required to be provided by
the Bidders are given in the Section-7.

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.

4.3 SITE ACCEPTANCE TESTS (SAT)

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.

Initial one time Site Acceptance Testing:


The contractor shall carry out the one-time Site Acceptance Tests for the
equipment / software procured in the presence and supervision of the Employer or
its designated agency at the sites identified by the Employer. Contractor, at his
own cost, shall provide the testing equipment / instruments /software/ programs/

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:

(a) adequate all-risks insurance in respect of all the equipment and


(b) any additional insurance required by law in respect of the Contract
Works and the performance thereof by the Contractor, including in
respect of motor vehicles used by the Contractor in relation
thereto.
(c) any other insurance sufficient to provide adequate coverage for
those types of risk which are reasonably foreseeable in the
performance of the Contract Works.

4.7 TECHNICAL SUPPORT FROM THE OEM

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

(a) In the event of any question, dispute or difference arising under


general conditions or special conditions of contract, or in connection
with this contract (except as to any matters the decision of which is
specially provided for by the general or the special conditions), the
same shall be referred to the sole arbitrator, an officer to be
appointed the arbitrator by the DG(RD) & SS . It will be not be
objectionable if the arbitrator is a Government Servant or that he had
to deal with the matters to which the contract relates or that in the
course of his duties as a Government servant he has expressed
views on all or any of the matters in dispute or difference. The
'Award' of the arbitrator shall be final and binding on the parties to
this contract.
(b) In the event of the Arbitrator’s dying, neglecting or refusing to act or
resign or being unable to act for any reason, or his Award being set
aside by the Court for any reason, it shall be lawful for the DG(RD) &
SS to appoint another arbitrator in place of the outgoing arbitrator in
the manner aforesaid.
(c) It is further a term of this contract that no person, other than the
person appointed by the DG(RD) & SS as aforesaid, should act as
arbitrator and that, if for any reason that is not possible, the matter is
not to be referred to Arbitration at all.
(d) The arbitrator may, from time to time with the consent of all the
parties to the contract, extend the time for making the Award.
(e) Upon every and any such reference, the assessment of the costs
incidental to the reference and Award, respectively, shall be at the
discretion of the arbitrator.
(f) Subject as aforesaid, the Arbitration Act, 1996 as amended and the
rules there under and any statutory modification thereof for the time
being in force shall be deemed to apply to the Arbitration
proceedings under this clause.
(g) If the value of the claim in a reference exceeds Rs. 1 lakh, the
arbitrator shall give reasoned Award.
(h) The venue of arbitration shall be the place from which formal
Acceptance of Tender is issued or such other place as the DG(RD)
& SS at his discretion may determine.

page 26 of 63
Section – 5

5. SCOPE OF WORK

i) Procurement, Installation, Commissioning, Operation & Maintenance


for five years of a system of six portable Automatic Traffic Counter-cum-
Classifiers (ATCCs) for collection of Traffic Data from various identified
locations on identified single/intermediate/2/4/6 lane National Highways
in the States of N.E states, WB, Orissa, Bihar, Jharkhand and
Chhattisgarh in India with data processing unit at Central Data Center
(CDC) at Zonal Headquarters at Kolkata including Technical support
system / staff / Team Leader for data collection, data processing,
analysis, monthly reporting / uploading on the Web the traffic data,
provision of an authorized / General user interface for assessing the
information through World Wide Web (www), and software upgradation
etc.

*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 INSTALLATION PRACTICE AND METHOD OF WORK

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 OPERATION & MAINTENANCE OF THE INSTALLED EQUIPMENT

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.

5.4 PREVENTIVE AND CORRECTIVE MAINTENANCE DURING


WARRANTY

5.4.1 During the period of OPERATION & MAINTENANCE, the


CONTRACTOR shall inter alia:

(a) Diagnose and rectify the equipment and configuration faults


(b) Repair and replace the faulty equipment or part thereof
(c) Carry out the periodic preventive maintenance. This also includes
periodic calibration of the sensors / other measuring devices.
(d) Ensure commitments as per following Service Level Requirements:

page 28 of 63
d.1 Unscheduled Downtime penalties for the faults
attributable to the Contractor:

(a) Unscheduled downtime is defined as the period of time for


which the traffic data will not be collected and recorded.

(b) Up to first 5 hours total unscheduled downtime in a month per


unit, the penalties shall be as below:

i. Rs. 5/- per minute for first 30 minutes unscheduled


downtime in a day per unit
ii. Rs. 10/- per minute from 31st minutes onwards
unscheduled downtime in a day per unit
iii. Unscheduled downtime more than 60 minutes in a day
shall be treated as non-performance under the
contract. Three Days 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.

(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.

5.4.2 The CONTRACTOR shall prepare the schedule of preventive


maintenance for each quarter and shall submit the same to the
Employer in advance.

5.4.3 The CONTRACTOR shall be solely responsible for the maintenance,


repair of the whole system integrated and Employer shall not be liable
to interact with any of the partners/ collaborators or subcontractors of
the CONTRACTOR.

5.5 DOCUMENTATION

5.5.1 Documents on design of the system, functional design specifications,


installation drawings for all equipment, details of fault diagnostics,
Operating and Maintenance manuals, SAT reports of all equipment
shall be submitted by the Contractor.

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 TRAINING TO EMPLOYER’S PERSONNEL

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:

i. Monthly traffic composition


ii. Traffic pattern in urban / rural locations
iii. Seasonal traffic variation factors
iv. Growth factors
v. Trend analysis
vi. Forecasting
vii. Peak hour and lean hour analysis and factors
viii. Modal shift
5.7.2 The Contractor shall perform any other analysis of collected traffic data
as per the requirement of Employer for which no additional cost shall be
payable.

page 30 of 63
Section – 6

TECHNICAL REQUIRMENTS

All equipment shall have built-in or have complete protection devices.

6.1 ATCC SYSTEM

The Automatic Traffic Counting & Classification system is proposed to


be installed on section of single/intermediate/2/4/6 lane National
Highways at identified locations with the objective of carrying out traffic
study and survey to enable the Ministry of Road Transport & Highways
to collect vehicle count data by classes.

6.1.1 GENERAL REQUIREMENT

a) The ATCC system shall classify the vehicles as defined in IRC:3-


1983 and IRC:9-1972. Further calibration of the instrument / system
can be done in consultation with Employer. Slow moving/under sized
vehicles which may not be able to be identified by the ATCCs due to
limitation of technology shall be counted & classified manually for
seven days at each location and shall be included in the traffic data
being reported. The contractor under discussion with Employer shall
plan such manual count. The approval of Employer shall be obtained
in writing before starting manual count and including it in the traffic
data at Central Data Centres.
b) This information of nos of categorised vehicle shall be stored in a
secured database and further transmitted to the central data centres
by using any of the available communication mode at site like GSM
(Global System for Mobile Communications) / GPRS (General
Packet Radio Service), landline modem, CDMA (Code Division
Multiple Access) or any other links depending upon the effective and
economic operation of the particular mode available at the site.
c) The system should be able to work as true Multi-lane free flow
operation in which the Lane crossing classification should be possible
together with simultaneous passages. The system should be capable of
recognising the flow of traffic in either direction.
d) Vehicles that change the lanes while passing across the ATCCs,
shall be detected and classified as accurate as vehicles.
e) Vehicles passing at the same time – side by side shall be separately
detected and classified.
f) Trailers with the shafts shall be detected and classified as one
vehicle and not classified and counted as separate vehicles.
g) The system shall be electric/ solar power operated depending upon
the availability of source.

page 31 of 63
h) The design and installation of ATCCs should be such that no
manpower shall be required at ATCC locations.

6.1.2 TECHNICAL REQUIREMENT

6.1.2.1 Performance Requirement


The system shall be capable of the following performance criteria:
(i) Counting the traffic to an accuracy of 95% of actual traffic .
(ii) Classifying traffic to the specified classes with the accuracy of 95%.
(iii) Operating speed of vehicles shall be of upto 160 kmph.
(iv) Operating temperature shall be -10o C to +55o C
(v) Sufficient stand alone storage for each device for 15 days of traffic
data.
(vi) Each ATCC should have a unique local address that shall allow for
remote access.
(vii)The software shall enable full remote and local status monitoring of
the following functions.
(a) Power status
(b) Sensor status
(c) Memory status
(viii) The system shall be capable of operating using mains and battery
power. Batteries shall have sufficient capacity to operate the system
for a period of not less than 7 days without recharging. Batteries
shall be fitted with a solar recharging device also that would enable
the batteries to support the system indefinitely in average daylight
conditions.
(ix) The Road-side unit shall be lockable stainless steel cabinet and
shall comply with IP 65 standards.

6.1.2.2 ATCC Reporting Requirements

It is a requirement that the ATCC system shall be capable of providing


data and reports on a regular, usually hourly, daily and weekly basis, by
remote log in by the Employer / MORT&H. The ATCC and CDC system
shall be capable of collecting real time traffic data, data storage in a
secured database, immediate data transmission from ATCC to CDC by
suitable / reliable latest technology viz GSM (Global System for Mobile
Communications) / GPRS (General Packet Radio Service), landline
modem, CDMA (Code Division Multiple Access) or any other links, if
available at the location. The ATCC system shall validate process, store
and transfer the processed data at least every hour. The design and
structure of the data base shall be submitted to the MORT&H for
approval prior to the final development thereof.
In case there is no communication link available at the location, the
seven day data shall be transmitted to CDC within 48 hours of
completing the seven day count.

The reporting shall consist of the following:

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

7.1 FINANCIAL 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 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.

2. Installation, Testing, Commissioning, Documentation and Training.


Particulars Total no of Total cost (INR)
units
Installation & Testing
On site 6
At CDC 1
Commissioning
On site 6
At CDCs 1
Documentation LS
Training LS
Total Amount (INR)
Total Amount in Words:

3. Details of any other items considered necessary by the bidder for ATCC system.

Particulars Unit Price Qty Total cost (INR)

4. Discounts, if any: INR…….

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)]

Technical support/staff for


data processing, data
collection, analysis
Team Leader
Others
Submission to the Employer
of monthly report of traffic
data in the format approved
by Employer (Hard copy &
Soft Copy – 1 per East Zone
+2 more for MORT&H)
Submission to the Employer
of annual report of traffic data
in the format approved by
Employer (Hard copy & Soft
Copy – 2 per East Zone + 6

page 36 of 63
more for MORT&H)
Software upgradation
Any other items not
mentioned above

Total year wise Amount a1 b1 a2 b2 a3 b3 a4 b4 a5 B5


Total amount for five years In Words Rupees……………………………………………
[a1+a2+a3+a4+a5+12x(b1+b2+b3+b4+b5)]
* The amounts intended to be incurred annually shall be filled in ‘Annual’ Column and the amounts intended to be incurred monthly shall be filled in
‘Monthly’ Column. The duplication of cost in Annual and Monthly columns shall not be done.

2. Discounts, if any: INR…………

GRAND TOTAL AMOUNT:


[(1+2+3) of Part I + 1 of Part II – (4 of Part I + 2 of Part II)] = INR……………………………………………….(in figures)
…………………………………………....(in words)

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

Ref.: NIT NO. RW/KOL/ATCC/1/2010-11

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.

Sl. Firm Year Year Year


No. (2007- (2008- (2009-
2008) 2009) 2010)
Amount Amount Amount

If the audited figures for 2009-010 is available the same may be provided in lieu of 2007-
08.
Yours Sincerely,

(Signature of Statutory Auditor)


Name of the Statutory Auditor:
Name of the Statutory Auditor Firm:
Seal:

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

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), 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.

2. We are intending to subcontract the following works to the respective subcontractors as


found in the table below. We submit the same for your approval.
Brief Profile of Sub- Value of the
Details of the Contractor subcontracted
Name of
Sl. the Subcontractor Name, work.
Subcontracted
No. Subcontrac proposed Address and
Service
t work Contact
Numbers

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,

(Signature of Authorized Signatory)


Name and Designation of the Authorized Signatory:
Name and address of the Bidder Company:
Seal:

page 41 of 63
Form: PQ-4

TECHNICAL SUPPORT FROM OEM


Proof for clause 4.7

__________ (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.

We hereby attach the relevant brochures to support our claim

Yours Sincerely,

(Signature of Authorized Signatory)


Name and Designation of the Authorized Signatory:
Name and address of the OEM Company:
Email :
Telephone No.:
Fax No.:

Seal:

page 42 of 63
Annexure 1

Clause by Clause compliance statement on the technical specification of the


equipment as prescribed in the section 6 of this document.

Sl No Clause no. Complied / Not complied

(Signature of Authorized Signatory)


Name and Designation of the Authorized Signatory:
Name and address of the Bidder Company:

page 43 of 63
Annexure 2

DEVIATION STATEMENT FORMAT

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.

Clause Clause Non-Compliance /


Sl. No. Section No. Remarks
No. Description Partial Compliance

(Signature of Authorized Signatory)


Name and Designation of the Authorized Signatory:
Name and address of the Bidder Company:

page 44 of 63
Section -8

FORMAT FOR SUBMISSION OF BANK GUARANTEES (PERFORMANCE BANK


GUARANTEE)

(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)

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
Against contract awarded vide letter of award ref. no. _____________ dated _________ for the
Tender No. ________ dated _______ for 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
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 Kokata 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 (hereinafter termed as
the said “Contract”) entered into between The Regional Officer (Civil) Ministry of Road Transport &
Highways ,Kolkata (hereinafter called “ Employer”) and M/s __________________ having its
registered office at _____________________________________ and branch office at
_____________________________ (hereinafter called the successful bidder), this is to certify that
at the request of the successful bidder, we ________________ Bank having its Registered/Head
office at _______________________ and branch at _____________________ are holding in trust,
in favour of Employer, the amount of Rs. ____________(Rs. in words___________) to indemnify
and keep indemnified Employer against any loss or damage that may be caused to or suffered by
Employer by reason of any breach by the successful bidder of any of the terms and conditions of
the said contract/and/or in the performance thereof. We agree that the decision of Employer,
whether any breach of any of the terms and conditions of the said contract and/or in the
performance thereof has been committed by the Successful bidder and the amount of loss or
damage that has been caused or suffered by Employer shall be final and binding on us and the
amount of the said loss or damage shall be paid by us forthwith on demand, and without demur to
Employer. The decision of Employer in this regard shall be final and binding upon the successful
bidder and the 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.

We undertake to pay to Employer any money so demanded, notwithstanding any dispute or


disputes raised by the Successful bidder in any suit or proceeding pending before any court or
Tribunal relating thereto, our liability under this present being absolute and unequivocal.

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.

Notwithstanding anything contained hereinbefore:

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 _______________

SIGNATURE OF THE AUTHORIZED SIGNATORY OF THE BANK


(WITH CODE NO.)_______________________
SEAL OF THE BANK _____________________________
SIGNATURE OF THE WITNESS ____________________

Name and Address of the Witness ___________________

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)

Ref.: Tender No. _________, dated ________

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.

THE CONDITIONS of this obligation are:

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 _______________

SIGNATURE OF THE BANK _______________________


SEAL OF THE BANK _____________________________
SIGNATURE OF THE WITNESS ____________________
Name and Address of the Witness ___________________

The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India

page 47 of 63
Section -9
DRAFT AGREEMENT

Contract agreement 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

(To be executed on appropriate Stamp Paper of Govt. of India)

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.

5. Now this agreement witnessed as follows:-

(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.

Zone consisting No of locations in the Zone


of States as on
………..2010
100 per annum for seven day counts and 5 for long
duration counts, during the five year contract period

(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…………………..

(v) Schedule of Payment

(1) Payments will be made in Indian Rupees only

(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.

(vi) In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the contractor hereby covenants with the Employer to execute and
complete the works and remedy any defects therein in all respects inconformity with the
provisions of the Contract.

(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.

(For an on behalf of the


Contractor) Regional Officer (Civil)
Ministry of Road Transport & Highways
_________________________ Kolkata
_

Witness
1. Signature __________________ 1. Signature __________________

Name _____________________ Name ______________________

Address ____________________ Address ____________________

2. Signature __________________ 2. Signature __________________

Name _____________________ Name _____________________

Address ____________________ Address _______________________

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

(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 6 137 Kharagpur
2 60 156 Chandrakona Rd
3 60 232 Bankura
4 2B 28 Ghuskara
5 60A 75 Purulia
6 35 6 Barasat
7 117 100 Namkhana
8 81 2 Padubari More
9 55 32 Kurseong
10 31 595 Sevok
11 31 721 Birpara
12 31 810 Tufangunj
13 31C 15 Panitanki More
14 31C 183 Hasimara

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

State: Meghalaya page 52 of 63


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 39 310 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

1 201 240 Bolangir


(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
10 55 6 Batase
11 55 67 Sukna page 53 of 63
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 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

(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 60 156 Chandrakona Rd
2 60 232 Bankura
3 60 322 Dubrajpur
4 2B 28 Ghuskara
5 32 132 Nimdihi
6 35 6 Barasat
7 117 60 Diamond Harbour
8 117 134 Bakkhali
9 55 32 Kurseong
10 31 595 Sevok
11 31 645 Lataguri
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
4 200 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

(B) Short 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 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

You might also like