HIMACHAL ROAD TRANSPORT CORPORATION, SHIMLA-171003.

Page created by Norman Dominguez
 
CONTINUE READING
HIMACHAL ROAD TRANSPORT CORPORATION,
           SHIMLA-171003.

      THROUGH E-TENDERING SYSTEM
      TENDER FOR THE SUPPLY OF
      HMV/LMV Simulator with Motion
      Platform.

      FOR THE YEAR 2017-2018.
      SCHEDULE NO. 67

      INVITATION FOR BIDS

      IMPORTANT DATES OF TENDER

      Last Date for Request:   23.01.2018
      Time                 :   02.00 PM

                      1
HIMACHAL ROAD TRANSPORT CORPORATION,
                               SHIMLA-171003.
               EPABX Nos. 0177-2658031-32, EXTN. 42 FAX-2802717,2656586 DM (Tech.). 2654670
               E. Mail:soworksho@gmail.com                     Website: http://www.hrtchp.com

                  No.HO:SO (W) 02 (HMV/LMV Simulator)/2017-18
                                 INVITATION FOR BIDS

                             (Only through E-Tendering)

SCOPE OF WORK: SUPPLY OF SIMULATOR HMV AND LMV FOR THE YEAR FOR THE
                          YEAR 2017-2018

1. INTRODUCTION:

Tender notice published in The Amer Ujala and Giriraj News paper in Hindi Edition
dated     01.01.2018      and    which    is   also   available   on   HRTC     website:
https://hptenders.gov.inorhttp://www.hrtc.gov.in.Sealed tenders are hereby
invited by the undersigned to Himachal Road Transport Corporation from the reputed
manufacturers/dealers, whose annual turnover of last three years is more than
50.00Lacs per year from the sale of HMV/LMV Motion Type Simulator, are eligible to
participate. Turnover should be duly supported by the Audited Statement of Accounts. The
Tender Document may be read in conjunction with the Tender Notice published on dated
01.01.2018and in case of any seeming conflict between the two, this Tender Document
shall prevail.

Important Dates of Tender:-
  1.   Tender Publishing Date:                            01.01.2018
       Document Download/Sale Start Date:(along
  2.                                                      01.01.2018 from 11:00 PM
       with DD towards cost of tender forms)
  3.   Seek Clarification Start Date                      01.01.2018 from 02:00 PM
  4.   Seek Clarification End Date                        23.01.2018 up to 02:00 PM
  5.   Bid Submission Start Date                          01.01.2018 from 02:00 PM
       Bid Submission Closing Date ( Last Date to
   6                                                      23.01.2018 up to 03:00 PM
       submit e-bid):
  7.   Technical Bid Opening Date (Annexure-A)            23.01.2018     at     03:00 PM.
       Earnest Money and Sample should reach in
                                                          Rs.500000/-in the shape of
   8   this office on or before 23.01.2018 at
                                                          Bank Draft
       03:00 PM positively,
   9                                                               Rs.5,000/-
       Cost of Tender Forms:(Non refundable)
                                                           In the shape of Bank Draft
       Financial Bid (Annexure-C) to be opened on
  10   (Annexure-B will be opened only of                 Will be intimated later on
       technically qualified bidders.)

Annexure _”A”
                                             2
DETAIL OF ITEMS REQUIRED AT FOLLOWING LOCATION
S.N. Description
                                        Mandi      Kullu    Taradevi     Bilaspur    Jassur      Total
     1      Heavy Motor Vehicle         1          1        1            1           0           4
            (Motion Type) Simulator
            with installation
     2      Light Motor Vehicle         0          0        0            0           1           1
            (Motion Type) Simulator
            with Installation

TERMS & CONDITIONS
1. PRE-QUALIFICATION CRITERIA:
           a)     All ASRTU RC/TRC, DGS&D Rate Contract holder firm(s)/ other reputed
                  manufacturers/dealers are eligible to participate, whose minimum Annual
                  Average Turnover is Rs.50.00 Lakh in each year for the last three years i.e.
                  2014-2015, 2015-2016 & 2016-2017 from the sale, duly supported by
                  the Audited Statement of Accounts i.e., Manufacturing / Trading, Profit &
                  Loss Account, Balance Sheets for all the three years.
           b)     Income Tax/Sales Tax/GST clearance certificate shall be furnished with the
                  Technical Bid.
           c)     Turnover during the last three year based on Annual Accounts of the
                  company, should be furnished duly attested by the C.A.
           d)     Bidding firm should preferably be OEM & ISO certified with prior
           experience of having supplied at least 10 Motion Type Driving Simulators
           to Govt / Semi-Govt organizations in India. Supporting documents in proof
           along with previous supply order copies of STU’s to be enclosed.

         e) Prequalification of tender shall be judged with regard to each bid answer of
         Technical    bid which is mandatory. In case firm fails to fill Technical Bid with
         supporting document the tender may be disqualified.

           General Terms & Conditions of e-tender:-
           Terms and General Conditions for the e-tender notice for supply of
           the items, mentioned in the bill of quantity to HRTC Shimla as
           follows:-

a)         E-Tenders are invited for supply of items mentioned as specified in bill of quantity as per
           specification mentioned there in, from the manufacturer of their authorized distributor.

b)         The e-tenderers are required to specify the differential cash discount as under payment
           terms mentioned in the financial bid.

                                                    3
c) In case the tender is accepted, tenderer will have to deposit a Bank Guarantee should be
     deposited as follow:

     a)For Simulator & CMC Period:-
       In case the tender is accepted, tenderer will have to deposit a 5% security of the
      combined order value and maintenance charges in the form of Bank Guarantee in
      prescribed format validity of which will be one year more than the last date of expiry of
      maintenance contract.

     d.) Each tenderer has to submit Technical Bid and financial bid separately as per the tender
     guideline given on e-portal and condition given by HRTC. Financial bid consists of only
     annexure annexure “C” and bill of quantity whereas quantity technical bid consists
     annexure A&C and all other document required in tender form. Technical bid shall be
     opened first. Subsequent to satisfactory approval, financial bid of only those who qualify in
     first round will be opened.

     e) If any tenderer withdraws his tender before expiry of the period referred to in para
        above, HRTC may agree to allow such withdrawal, but in such a case Earnest Money
        deposited by the tenderers may forfeited. In case of refusal to such withdrawal and
        acceptance of tender, still if the tenderer fails to perform his part of the contract, not
        only the earnest money deposited by the tenderer shall be liable to be forfeited but shall
        invite other consequences of breach of contract.

f)      Tenderer must give detailed description, make and origin of the manufacturer of various
        items tendered, Tenderer shall be bound by guarantee of quantity and quality of
        supplies as specified in the tender and thereafter by the HRTC.
g)       All items supplies will be subject to an inspection before being accepted by the
        consignee.
h)      All disputes and differences arising out of the contract shall be referred to the sole/
        independent Arbitrator to be appointed by the Managing Director of HRTC, whose
        decision shall be final and binding on both the parties. Thus submission shall be
        deemed to be submission to arbitration within the meaning of Indian Arbitration and
        consolation Act.1996 and statutory modification thereof. All matters are subject to court
        at Shimla jurisdiction only.
i)      Any other condition as per Bill of Quantity and additional terms and conditions form
        enclosed shall also be treated as condition of tender.
j)      Any tender that does not contain all the information required accordingly to the
        conditions stated above or deviated from the above conditions on his own shall be liable
        for rejection.
k)      In case where there is reduction in the cost of raw material, benefit for the same will be
        passed on to the HRTC. The raw material price reduction will be established vis-a vis
        ASRTU price reduction with basic rate of ASRTU rate contract prevailing on the day of
        opening of tender as the reference rate.
l)       If bidder is on rate contract with ASRTU and if the rates quoted in the tender are higher
        that ASRTU rate, ASRTU rates shall prevailing such cases. If ASRTU allows price
        increase during the tendency of rate contract, same shall be passed on to the firm (after
        due consideration of comparative rate evaluation) subject to maximum limit of rate
        quoted in original tender to HRTC.
                                                 4
2.       Additional Terms &Conditions:-
     a) Complete Specification of each item giving details should be mentioned while
         quoting.

    b) Tender should confirm/grantee that the rates quoted are lowest for respective quantity and that
there are no other lower rates or discount etc. (Excluding statutory duties) quoted to other PSU/STU’s
or Govt. Dept./Undertaking. In case of such failure the difference shall be recovered from the ordered
firm/renderer, after the lower rate quoted in other STU’s is known from the date of quotation.
c) The supply must be strictly done as per delivery schedule to respective consignee.
d) Each document enclosed with the tender shall be self attested by the tenderer. The tenderer shall
produce a Notary affidavit regarding the authenticity of documents.
e) Each tender from whether purchased or downloaded should be dully filled, signed & stamped ny the
tenderer on each page of the tender.
f) Conditional technical of financial bid shall lead to rejection of tender.
g)Penalty for comprehensive maintenance charges:
Rs. 4000.00 per day after 72 hrs. Of brake down being notified to the party in case of motion Simulator.
         Delivery, Installation and commissioning period:-within 90 days from the date of purchase
order.
h) Original Cabin in case of HMV Simulator should be Tata/Leyland Model and incase of LMV should
be compatible to Car/Jeep.
i) Acceptance of credit is must. (30 days-default). The firm can offer differential cash discount also.
j) As per requirement of Tender uploading/submitting of(Affidavit) is must.
m) The tenderer are requested to indicate the minimum lead time required for delivery, from the date of
purchase order.

Signature of the Tenderer                                      Signature of Issuing Officer
With Stamp                                                     with Stamp.

3. EVALUATION CRITERIA:
          The Financial Bids will be opened only of those firms, who are technically
          qualified on the basis of specified parameters specified in the tender
          documents.

                The Tender document will be considered only after receipt of tender
                document cost Rs.5,000/- (Non-Re-fundable)by Demand Draft in the
                name of FA & CAO, HRTC, Shimla-171003. The Bank Draft in respect of
                Earnest Money be sent to the Managing Director, HRTC, Head Office, Old
                Bus Stand Complex, Room No. 22, Shimla-171003. (HP).

                                                       5
4          The bidders/contractors shall attach all the scanned copies of the documents
           pertaining to the technical bid criteria indicated in Annexure-B, which
           should reach in this office on or before 23.01.2018 up to 03:00 PM, failing
           which such tenderer(s) is/are liable for disqualification.

5          For tendering process tenderer shall obtain the user ID and password/Digital
           Signature Certificate for participating in e-tendering system through website:
           https://hptenders.gov.inOR www.hrtc.gov.in. The contact persons for
           the purpose are Mr. Saurabh/Mr. Prithvi Raj Negi, National Informatics
           Center, HP State Center, 6th Floor, Armsdale Building, H.P.
           Secretariat, Shilma-171002 (Phone No.0177-2880304).

6          The Managing Director, HRTC, Shimla reserves the right to accept or reject
           any or all the tenders without assigning any reasons thereon.

7          HRTC reserves the right of any information/documents furnished by the
           bidder, if the circumstances warrant verification will be made in the interest
           of the Corporation.

           The tenderer should produce the original documents of Technical Bids
           (Annexure-B), if required at the time of opening for verification.

8.   SUBMISSION OF TENDER DOCUMENTS
     i.    The Tender shall be submitted through e-Tender Mode only. The procedure
           shall be followed as described under “Procedure for e-Tender”.The whole
           process will be through e-tendering system i.e. downloading and
           uploading of files etc; by using Digital Signature Certificate only.

     ii.   The Tenders are invited under two cover system i.e., Pre-qualification
           (Technical) and Commercial offer separately. As the tender is having two
           stages in e-Tender mode. The following documents are available in the
           Tender.
     iii   Annexure-A: Pre-Qualification form (to be filled and uploaded in the same
           file).

     iv.   Annexure-C: Commercial Offer/Price Bid (to be filled and uploaded in the
           same file) as per annexure “C”.
     v.    Turnover during the last three years based on Annual Accounts of the
           company should be furnished with Pre-qualification offer.

9. Submission of Pre-qualification Offer through e-Tender only.
     i.    In the first cover Technical Bid/Pre-qualification details as specified in the
           Annexure-A, and Annexure “B” should be filled and the same should be
           uploaded to Website.

     ii.   The necessary pre-qualification documents i.e. the Audited Statement of
           Accounts, shall be scanned and attached as pdf image file along-with

                                           6
Annexure-A pre-qualification offer in electronic mode (scanned) in proof of
               sales turnover for all the years, as prescribed in the Pre-qualification Criteria.
               The Pr-qualification offer without attachment of scanned image of Audited
               Statement of Account will be disqualified.

      iii.     In case the Audited Statement of the Company is in the form of Published
               Annual    report,  which    runs   into   pages,   the   pages     of   only
               Manufacturing/Trading and Profit and Loss Accounts and Balance Sheets shall
               be scanned and attached. The Tenderer(s) should ensure that all the relevant
               pages of Statement of Accounts are attested by the Authorized Signatory of
               the firm and Chartered Accountant.

10. Submission of Commercial Offer through e-Tender only.
      i.   In the second cover BOQ/Commercial/Price Bid details as specified in the
           Annexure-C should be filled and the same should be uploaded to Website,
           with the same file name as pdf image.
11. Submission of Tender:
      i.   The bidders/contractors shall attach all the scanned copies of the documents
           pertaining to the technical bid criteria indicated above in Annexure-A, which
           should reach in this office on or 23.01.2018 up to 03.00PM failing which
           such tenderers are liable for disqualification. The hard copies of these
           documents may be submitted if required. Non-submission of Pre-qualification
           documents in original on the date and time as stated above will lead to
           disqualification of the firm.

      ii.      Any variation noticed in the Original Pre-qualification documents compared to
               documents submitted through e-Tender mode will lead to disqualification of
               the firm. The Corporation reserves the right to black list such firms apart
               from initiating other legal action.

      iii.     The Commercial offer shall not be submitted in hard copy. Only offer
               submitted through e-Tender mode will be considered for evaluation.

      iii.     The Tender Inviting Authority reserve the rights to extend the last date of
               receipt of the Tender with due notification on the websites:
               https://hptenders.gov.in or http://www.hrtc.gov.inand to all the
               Tenderers to whom the Tender documents are sold.
      iv.      MANDATORY QUALIFICATION OF TECHNICAL BID FOR TENDERER
               (Pre qualification questionnaire condition to be filled by the firm)
               ( It is mandatory to fill YES/NO in all conditions given below)

                Annexure-“B”
1.           Whether the firm is manufacturer/authorized distributor of
             manufacturer/valid rate contract holder or has supplied earlier
             to any vehicle manufacturer/STU,s/Govt. Dept/PSU,s ( Enclose
             the proof).Those who will not submit the documentary
             evidence as required shall not be considered for the purpose
             of placing the order by HRTC
2            Whether the firm is ready to make the supply at the locations

                                                7
identified by the HRTC
3            Whether the firm is ready to make the supply on credit basis
             to HRTC
4            Whether the firm should be ready to take back the supplied
             item, if it is rejected by inspection committee.
5            Whether the firm is ready to deposit the Bank Guarantee as
             per the terms given in the tender
6            Whether the firm is ready to submit the EMD with the tender.
             Demand draft of Tender Fees & EMD should reach the office of
             the Managing Director, HRTC Shimla before the expiry of
             tender submission limit.
7            Whether the firm is ready to give the firmness of the rate for
             Quantity mentioned in bill of quantity.
8            The firm has supplied the quoted items earlier to any vehicle
             manufacturer/Govt. Organization/PSU,s/STU,s in previous
             years
9            Whether the firm has capacity to supply item wise full quantity
             as mentioned in b ill of quantity
10           Whether the firm is ready to provide on spot training to the
             drivers and technical staff of HRTC
11           Those tenderer who qualify technically should agree to give
             demonstration of their product at their works or at any other
             place after mutual agreement

Note:- Acceptance of all above conditions mentioned is mandatory for consideration for
qualifying in Technical Bid. Required proof must be enclosed.

SIGNATURE OF TENDERER
Name & Designation
  (with stamp)
Address
Date

12. OPENING OF TENDERS:
     i.   The Tenders will be opened on the due date and time at HRTC, HEAD
          OFFICE, SHIMLA-171003.

      ii.      The Tenderers or their representatives should be present on the date, time
               and place of opening of the Tender if willing, when the rates, terms and
               conditions offered by the Tenderers will be read out in their presence.

      iii.     The BOQ/Financial Bids/Commercial Bids of only those Tenderers will be
               considered for evaluation, who fulfill the Pre-qualification Criteria.

      iv.      Further, the Pre-qualification Offers and Commercial Offers of all the
               tenderers are available for free view in the Website to all the tenderers from
               the date and time of its opening.

                                               8
13. PRICES:
      i.   The Prices should be quoted F.O.R. destination basis to various destinations
           in Himachal Pradesh and should include the cost of Packing, Forwarding and
           Freight Charges, Insurance, otherwise offer is liable to be rejected.

      ii.   The Taxes and levies are applicable in full. No “C” or “D” declaration Form
            will be issued towards concessional rate of Taxes/levies. The firm should fill
            all the columns of the financial offer and Breakup of the Basic Price,
            Statutory levies and Incidental Charges shall be given as per the Billing
            Structure. The rate of statutory levies and incidental charges shall be
            mentioned in %age or in Rupees as applicable and the end rates shall be
            worked out. Words, such as "Inclusive", "Exempted", "Excluded”, As
            Applicable", “Extra Applicable"etc; shall not be used. In case the details
            of statutory levies and incidental charges not furnished, such offers will be
            evaluated on the basis of end rates offered and any increase in the statutory
            levies in future will not be admitted.

14. PAYMENT:
      i.  100% payment will be made after 30days from the date of successful
          installation and acceptance of the product at our end.

15. DELIVERY:
     i.   The successful Tenderer has to supply the ordered quantity of materials as
          per given delivery schedule of Purchase Order within 90 days or as per the
          revised delivery schedule if any, furnished by the consignee.

      ii.   The Tenderers should indicate the minimum lead-time required for delivery
            from the date of Purchase Order.

16. VALIDITY:
      i.  Initially, the Offer will be valid for One Year from the date of finalization of
          tender. No increase in the rates decided on any account will be entertained.
          The validity of date shall be deemed to have been extended till the date of
          finalization of next tenders.

      ii.   The Tender Inviting Authority may seek extension of the initial validity of
            offer by writing, in case of delay in acceptance of the tenders.

17. E.M.D:
      a.   The earnest money deposited by the unsuccessful bidder(s) will be returned
           immediately after finalization of tenders, whereas, the earnest money of
           successful tender(s) will also be refunded on receipt of performance security
           amount.

      b.    The earnest money amounting toRs.500000/-(Rupees Five Lakh,s) only
            in the shape of Bank Draft drawn on any Nationalized Bank payable in favour
            of the Financial Adviser and Chief Accounts Officer, HRTC, Shimla-3, should
            be enclosed with the technical bid of the tender in a separate cover. Any
            tender without earnest money will be rejected. On acceptance of

                                            9
tender, the firm will be liable to deposit the Performance Security @ 5% of
             combined order value in the shape of Bank Draft payable in favour of the
             Financial Adviser and Chief Accounts Officer, HRTC, Shimla-
             3immediately.

      c.     The Financial Bid (Envelop-C) of only those bidders will be opened, who
             deposit earnest money and are found technically qualified.

      d.     Earnest Money may be forfeited if:-

      i.  A bidder fails to deposit the Performance Security amount within 7 days from
          the date of LOA.
      ii) A bidder violates the conditions of this Tender Document or withdraws his bid
          during the period of its validity or does anything that may prove prejudicial
          to this tender.
18. SECURITY DEPOSIT:
      i.  In case the tender is accepted, tenderer will have to deposit a 5% security of
          the combined order value and maintenance charges in the form of Bank
          Guarantee. The security amount will be refunded after one year after the
          completion of successful contract or after settlement of all claims if any.

      ii.    The purchase order will be placed only on receipt of the Performance
             Security.

      iii.   The Security Deposit is liable to be forfeited either in full or in part, if the
             Tenderer to whom the purchase order is placed, fails to complete the
             supplies as per the terms and conditions of the purchase orders or in case of
             non settlement of claims.

      iv.    The Earnest Money/Security Deposit does not carry any interest.

19. RISK PURCHASE / PENALTY CLAUSE:
      i.   If supplies are not made as per prescribed delivery schedule of purchase
           order or the revised delivery schedule intimated by the consignee if any, the
           consignee will purchase such requirements from any available source and
           this extra expenditure incurred thereof will be recovered from the supplier's
           bills/invoices due for payment or from the Security Deposit.

      ii.    The product should meet the specific requirements/specifications as
             prescribed in the Tender. If the supplies do not conform to the specifications
             and if the supplies are not made as per delivery schedule, the HRTC reserves
             the right to Black list the firm.

      iii.   In case of forced majeure condition, like strike, riots, natural calamity etc.
             and if the Corporation is satisfied that the delay is beyond the control of the
             supplier, the delay may be condoned and the penalty waived off by the
             Managing Director, HRTC.

                                             10
iv.     All the disputes will be subject to the jurisdiction of the Hon’ble Court at
        Shimla.

v.      Payment for damaged/rejected material will not be made.

vi.     The entire responsibility of rejected/short supply detected at any stage will
        be of the supplier. In such cases the cost of the material will be recovered
        from the pending bill for payment or the Security amount as the case may
        be.
vii.    The decision of the Tender Committee regarding acceptance or otherwise of a
        technical bid shall be final and shall not be called upon to question under any
        circumstances.

viii.   Clarification, if any, must be sought timely.

ix.     The bank charges and other incidental charges if any will be borne by the
        supplier.

x.      In the case of goods received short on inspection, the supplier will make the
        loss good.

xi.     The Managing Director, HRTC, reserves the right of negotiations of rates with
        the tenderer in such cases only where deemed necessary.

xii.    Tender should be accompanied with the following declaration regarding
        acceptance of terms & conditions contained in the tender documents.

xiii.   Price Fall Clause: The offer of rates by the tenderer will be subject to the
        Price Fall Clause i.e., if an item is offered at a lower rate by the tenderer to
        any other State/place in India, he shall not charge higher rate for the item
        offered in the tenders. In the event of higher rates offered by such tenderers,
        the rates so offered by such party can be rejected at any stage besides
        taking action such as blacklisting or debarring the tenderer for future
        participation in tenders.

xiv.    Brand/Make and Specifications of items/products offered for supply may be
        indicated in the offer.

xv.     The preference will be given to those firms, who are in a position to execute
        the supply of required materials from the depots/dumps located in the
        Himachal Pradesh provided, the rates are cheaper and the quality of the
        materials are as per the specified specifications and our requirements.

20. Liquidated Damages:-
      If the contractor fails to deliver the stores or any installment thereof within
      the period fixed for such delivery or at any time repudiates the contract
      before the expiry of such period, the Undertaking may without prejudice to
      the other rights of the purchaser to recover damages for breach of the

                                        11
contract, recover from the contractor as agreed liquidate damages and not
                   by way of penalty a sum equivalent to 2% of the price of any stores which
                   the supplier has failed to deliver within the period fixed for the delivery in the
                   schedule for each month or part of a month during which the delivery of such
                   store may be in arrears, where delivery thereof is accepted after expiry of
                   the aforesaid period subject to the conditions that the damages to be
                   calculated shall be limited to 10% of the value of delayed supplies. Supply
                   may also be rejected because of late supply or non supply within validity
                   period. Those items which have been supplied in time but subsequently
                   rejected by the respective consignee consignee during inspection will be
                   treated as rejected supplies. The period of delay shall be reckoned from the
                   date of receipt of material by consignee as per specification.

21. WARANTEE:

              i.      Supplier should provide comprehensive system warranty for the
                      period of 5 years and no conditional warrantee shall be
                      entertained.
             ii.      The Product supplied should be free from manufacturing defects and free
                      replacement should be given in case of rejections due to manufacturing
                      defects and failure in performance due to manufacturing defects during
                      the period of Warrantee.
            iii.      Minimum life cycle of system should be 10 years and supplier
                      should have AMC facility post expiry of warrantee period.

22. GENERAL
     i.   The quantity indicated in the Annexure-A is approximate requirement.
          However, the actual quantity may vary as per the requirements at the time
          of releasing the purchase order. Accordingly supplies are to be effected.
     ii.  The Tender Accepting Authority at any time before passing an order of
          acceptance may reject all the tenders on the ground of changes in the scope
          of procurement, failure of anticipated financial sources, accidents, calamities,
          or any other grounds, which would render the procurement un-necessary or
          impossible.
     iii. The suppliers shall undertake to abide by all the terms and conditions of the
          tender.

      iv.          In the matter of any disputes, the decision of the Managing Director of HRTC
                   is binding on all the tenderers.

23. WORK INSPECTION
          The HRTC reserve the right to conduct Factory Inspection of the tenderers at
          any time to ensure that the firm is having required infrastructure facility to
          execute the orders and disqualify the firm, if found the tenderer is not having
          required infrastructure facility.

24. DECLARATION:

                                                    12
i.     The tenderer should declare that the rates quoted by them in the tender is
             lowest and they have not quoted/supplied the materials to any other STU’S/
             Organizations during the preceding one year at less than the rates offered
             by them in the subject tender.

             If the firm has supplied the materials to any other customers during the
             preceding one year at less than the rates offered by them in the subject
             tender, the firm shall furnish the details such as:

              Name of the STUs/Organizations to whom the supplies were made.
              Rates offered to them
              The reasons for variation
              Quality offered/ supplied
       iv.    The Declaration shall be scanned and attached as JPEG/GIF Image file along
              with Annexure-C ‘Commercial Offer’ in electronic mode (scanned). The
              original document shall be submitted along with the Prequalification Original
              Documents.
25.   Service Notice:
      Any notice required to be given under any of the foregoing Clause shall be deemed
      to have been given and served if sent to the supplier by registered Post/Speed Post
      notified by the supplier.
26.   If the lower rates offered in fresh tender in comparisons to the previous tender the
lower rates shall be applicable for the balance qty/supply from the date of New Tender
technical Bid Opening.

27. SPECIFICATION:

Technical specifications of HMV & LMV (Motion Type) Driving Simulators required to be
supplied are listed hereunder in Annexure – I & Annexure – II respt.

                                            13
Technical specification of HMV Simulators
          HMV SIMULATOR-FEATURES:
             (Dynamic Version)
          With 1:1 Configuration

                                (ANNEXURE – I)
                  HMV DRIVING SIMULATOR – MOTION TYPE
Sr.No.   Features  Description
a        Driver    Driver station to be built up on TATA / ASHOK LEYLAND make
         Station   OEM cabin with actual interiors & mounted with following
         Cabin     controls those shall be fully activated & simulated.

                         Adjustable driver seat, Seat belt, steering wheel, Gear
                          shifting lever with six speed gear box, Accelerator, Break &
                          Clutch pedals Hand brake, Dashboard & Instrument panel
                          etc.
                       Instrument cluster panel having OEM gauges / display meters
                          shall be physically / graphically represented through software
                          on front visual display screen
                      Provision for side view mirror operations on small LCDs mounted
                      on both sides of cabin through software.
b        Instructor   Simulator provided with instructor operating station (IOS) in
         Station      1 :1 configuration shall be capable of performing / control
                      following functions.
                          a. IOS allows the instructor to configure / supervise the
                              training session of learners, monitor / control and obtain
                              print output of trainee’s report at the end.
                          b. IOS also allow trainees database management by
                              instructor.
                          c. Allows administration of trainee’s personal data
                              (Add/modify/delete trainee’s profile). Instructor can
                              configure the scenarios in following manner.
                                 i.  Selection of terrains
                                ii.  Selection of daylight conditions
                               iii.  Selection of weather conditions
                               iv.   Selection of traffic density
                                v.   System caliberation & diagnostics of controls
                                         a. Accelerator
                                         b. Brake
                                         c. Clutch
                                         d. Steering
                                         e. Handbrake
                                         f. Gears
                                         g. Indicators
                                         h. Low beam / High beam

                                           14
i. Hazard switch
                                        j. Wipers
                          d. Printouts of assessment reports in order to establish the
                             improvement areas of trainees.
                          e. Provision for random interjection of objects / situations in
                             increasing order of difficulties from IOS.
                          f. Possibility to display the training software in a classroom
                             in order to prepare the training sessions.

c         Visual       Three projectors based customized visual projection created on
          Projection   three large screens (8’x6’ each) providing realistic picture and
                       180 degree field of view with following parameters.
                           Depth
                           Magnification
                           3D

d         Processing High end computer based processing
          Type
e         Electric   400 to 440 volts; three phase power supply for dynamic (6 DOF)
          Supply     version.

         COMPUTER HARDWARE

    Sr. Features       Description

                       Separate computers for Driver Station & Instructor station
                       having minimum performance / configuration parameters as
                       given below.

                         S.N.   Key              Computer –       Computer –
                                Parameters       CGI / Motion     Instructor Station
        Computer                                 Platform
    g                                            (Min             (Min configurations
        Hardware
                                                 configurations   criteria)
                                                 criteria)
                         1      Mother           DZ68DB           DZ68DB
                                board
                         2      Processor        Intel i7         Intel i7
                         3      VGA              GE Force 9800    GE Force 9800

                                            15
4        Sound card  On board      On board
                    5        Memory      Minimum 8 GB Minimum 8 GB DDR3
                                         DDR3
                     6     HDD           Minimum 500   Minimum 500 GB
                                         GB
                     7     CD / DVD      52 X CD / DVD -------------------------
                           Writer        Writer
                     8     Serial Card   02:01         -------------------------
                     9     SMPS          750 Watts     750 Watts
                     10    Key Board     USB           USB
                     11    Mouse         USB           USB
                   Simulator should be following controls fully activated &
                   simulated.
                        Steering wheel
                        Gears
                        Clutch
    Activated           Accelerator
h
    Control             Brake
                        Handbrake
                        Windshield wiper
                        Lighting combination switch

                   Following OEM controls of instrument panel should be physically
                   activated & simulated.

                           Speedometer
                           L / R turn indicator
                           Hand brake indicator
                           Head light indicator
                           High beam indicator
                           Hazard switch
    Instrument
i                          Temperature indicator
    Cluster
                           Parking brake indicator
                           Seatbelt indicator
                           Odometer
                            Note:- The instrument cluster/dashboard panel mounted
                            in actual/mock cabin having OEM gauges/meters/control
                            functions, as mentioned above, should be physically
                            activated & simulated.

                        1. Visulization of graphics through projectors one/two/three
    Immersive
                           large screens arranged in curvature to provide 180 degree
    audio-visual
                           field view. Display system placed at appropriate distance
    system
j                          & hight for better simulation of the optical field of the
                           driver.
                        2. Sound System
                           High quality stereophonic sound system that reproduces
                                          16
the vehicle & environment sounds such as
                               a. Starting ignition sound
                               b. Vehicle engine sound in proportion to gear ratio
                               c. Surrounding traffic noise
                               d. Horn
                               e. Rain drops
                               f. Wind shield wiper
                               g. Indicator's ticking sound
                               h. Vehicle crash sound
                               i. Acceleration/ Retardation sound
                               j. Car malfunction

    Force
                    Simulator to be equipped with a motorized steering to give same
k   feedback
                    feeling on turning as observed in actual vehicle.
    steering
                      I.3D high definition graphical database
                     II.Road network comprising of following terrains
                           a. Maneuvering area
                           b. City & suburbs: intersections, traffic lights & stop
                              signs.
                           c. Residential suburb: Built with different priorities
                              such as stop, give way, priority from right etc.
                           d. Country road
                           e. Hill road
    Visual                 f. Cross road
    Environment/           g. Jungle road
l   Simulated              h. Deserts trrain
    Road                   i. Simulated vehicle density
    Network                j. Possibility to simulate dangerous situations like
                                  i. slippery road surface
                                  ii. low visibility
                                  iii. sudden pedestrian or animal movements in
                                       front of vehicle
                                  iv. unexpected behavior of surrounding vehicles
                                  v. brake failures etc.
                 Note ;- Simulated road network must replicate Indian Road
                 conditions and Traffic rules as per Central Motor Vehicle Act.

                    Instrcutor should be able to configure / manage the drivng
                    scenarios based on individual training & evaluation needs by
                    random selection of following parameters.
    Random             a. Nature of terrain / surrounding environment
m   Scenario           b. Traffic density
    Selection          c. Adverse weather conditions
                       d. Time of Day
                       e. Hazards induction
                       f. Assessment

                                         17
    The instructor should be able to inject random hazards in the
                        training scenario in real time. Hazards of the following nature
                        will be present :
                        a. Car – Emergence of a car suddenly
                        b. Bike – Emergence of a bike suddenly
                        c. Man – Pedestrian crossing the road suddenly
                        d. Dog – Dog crossing the road suddenly
                        e. Trees – Tree falling in front of vehicle suddenly

                       The instructor should be able to inject faults to the vehicle to
    Instructor
                        see how the driver handles situations. Faults of the following
n   Induced
                        nature will be present :
    Features
                        a. Oil Pressure Low
                        b. Battery Not Charging
                        c. Fuel Tank Empty
                        d. Engine Temperature High
                        e. Brake Fail
                        f. Left Front Tyre Burst
                        g. Right Front Tyre Burst
                        h. Left Rear Tyre Burst
                        i. Right Rear Tyre Burst
                        j. Headlight Failure
                       Simulator evaluates the driver throughout the training,
                        assessment & clinical test modules. The Evaluation criteria
    Performance
                        are as per MVA and RRR standards in India.
    Evaluation &
o                      A printed report should be generated at the end of each
    report
                        session. The system shall also produce and prints a
    Generation
                        consolidated report of the drivers’ entire training period.

      Module - Basic This module should cover training chapters for beginners
      Driving        on following areas of skill explanation. Each chapter
                     involves detailed training lessons & practice sessions
                     helping learner to acquire basic driving skills. Some of
                     the chapters on progressive learning are as follows:
                        a) Learning vehicle pre-checks
p                       b) Starting off
                        c) Learning steering controls
                        d) Learning gear changing
                        e) Learning to manoeuvre at slow speed
                        f) Learning precision on acceleration, braking &
                           stopping.

      Module           - This is a stage further to the progressive curriculum for
      Advanced           beginners. Curriculum under this section should
q     Driving            overtraining lessons on the following aspects of driving
                         training:
                           a) Training lessons on checking your blind spot in

                                         18
different conditions.
                         b) Training lessons on merging from a parking space.
                         c) Training lessons on getting into an acceleration lane.
                         d) Training lessons on leaving the road into parking.
                         e) Training lessons on exiting the road using an exit
                            ramp.
                         f) Training lessons on moving through intersections,
                            changing directions and stopping yielding right of
                            way.
                         g) Training lessons on crossing the intersections,
                            traffic lights &multiple lanes in following conditions.
                         h) Training lessons on negotiating intersections at
                            traffic circles.
                         i) Training lessons on moving through narrow lanes &
                            oncoming traffic.
                         j) Training lessons on overtaking & being passed by
                            surrounding traffic.

        Module      – This section should make the driver realize an emergency
        Emergency     braking action in varied dangerous situations. Under each
        Braking&      braking action, response/reaction time of driver should be
        Stopping      captured with allied driving parameters.

                         a) Random braking action in different road conditions
                            & braking modes.
                             i) Dry Road
                             ii) Wet Road
r                            iii) Icy Road

                          b) Sudden braking action test at stop signal should
                             predict driver behaviour on following parameters.
                              i) Speed
                              ii) Reaction time
                              iii) Reaction distance
                              iv) Braking distance
                              v) Stopping distance
                              vi) Deceleration
    s   MODULE –       1.     Visual Acuity Test
        CLINICAL       Test to analyse eye-sight of operator.
        TESTS
                       2.     Judgment of Speed and Time Test
                       Test to see reaction time of operator.

                       3.     Reactive Stress Tolerance Test
                       Test to see how operator behaves under stress.

                       4.     Road Sign Test
                       Test for knowledg of road signs.

                                      19
5.     Colour Blindness Test:
                        Test for colour blindness.
     t     MATHEMATICAL  Simulator provisioned with high end vehicle dynamics
           MODELING FOR    simulation software based on mathematical models
           TRUE VEHICLE    necessary for the computer to simulate requisite
           DYNAMICS        elements for driving.
                         SW to provide vehicle selection mode i.e. flexibility to
                           the driver of choosing between minimum 3 vehicles
                           types.
                         By using the same hardware / simulator set up the
                           driver may choose from maximum three vehicles types
                           to configure the simulator.

    A. Motion Platform (6 DOF)
24       MAX. PAYLOAD      1000 kgs

25       MAX INERTIA       900kg-m2
26       DIMENSIONS        2000X2000X600 m3
27                            1. Surge, Sway, Heave
                                  Displacement: ± 100mm
                                  Velocity: ±0.5 m/s
                                  Acceleration: ± 0.35g
                              2. Roll, Pitch, Yaw
                                  Displacement: ± 15°
         MOTION            Velocity: ± 60° /s
         SPECIFICATIONS    Acceleration: ± 175° /s
28       POSITIONAL
         ACCURACY          ± 0.25mm
29       DELAY             < 110ms
30       TYPE OF MOTORS    Servo
31                            1.   Limit switches to stop motor over travel
                              2.   Safety relay in emergency stop circuit
                              3.   SIL-2 rating for emergency stop
                              4.   Motion to be active only when the seat belt is used
         SAFETY FEATURES
    B. Training
u        OPERATIONAL
            Minimum three days training program to be conducted for user on
             simulator operations coveing following elements
             a. On cockpit drill
             b. On major HW controls
             c. On SW / HW features
             d. On Do’s & Don’t’s of equipment
             e. On strcutred training curriculum

                                              20
TROUBLESHOOTING
             Training shall also involve the following
              a. Familiraziation with tool – kit to be provided by supplier
              b. Familiraization with mandatroty spares to be provided by supplier.
              c. Switch ON & Switch OFF drill of equipments
              d. Safety tips on motion platform
              e. Safety tips on electrical cabinets & cabling involved
              f. Familiraztion with 3 tier service managemnet process during
                 breakdown.

        C. Technical Documnetsion / User Manual
    v     USER / OPERATOR’s MANUAL
             User / Operator manual shall be provided along with the physical supply
               of equipment covering following key areas
               a. Brief introduction on system
               b. Features – Driver Station
               c. Features – Motion Platform (optional)
               d. Features – Instructor Station
               e. Features – Display Staion
               f. Features – Software Curriculum
               g. Features – Software Assessment
               h. Troubleshooting – System / Sub-system
x          Progressive Training & assesment Curriculum
          A hard copy and a soft copy of training and assesment curriculum should be
          provided.

          Miscellaneos:
             1. Free of cost periodic software updates with latest software being sold by
                 the company and regular technical support through phone/e-mail during
                 pre/post warranty management.
             2. Supplier should necessarily be OEM devolper/manufacturer of software,
                 Motion paltform & major sub-systems integrated with the system for
                 incorporating needful technology upgrades in future and registering
                 maximum up time of overall system.
             3. Appropriate training on operations, maintenance and troublshooting of
                 simulators to at least 5 personel for each simulator should be provided.
             4. Supplier should provide on-site comprehensive warranty for 5 years.
                 AMC charges to be offered by supplier for ensuring the trouble free
                 operation of equipment covering life cycle of 10 years of equipment
                 supplied.
             5. Supplier should have following in terms of supplies/system delivered in
                 Indian Market minimum 10 driving Simulators with Motion Platform.

                The software should also have the following features:
                a) Useful Video about maintenance and other handling.
                b) Start & stop of vehicle.
                c) 90 deg. Turn corner.

                                                21
d) Ground training.
      e) City driving
      f) Sensitivity training.
      g) Up and down shift.
      h) Lateral parking
      i) Road training
      j) Highway training
      k) Parachromation.
      l) Limited doors
      m) Driving ramp
      n) Uni & Bi laterial.
      o) Snow driving
      p) Listening test
      q) Wel cover
      r) Reverse training
      s) 8 shape
      t) Mountain driving
      u) Curve driving
      v) Stability test
      w) Undulating rod.

The software should be:
  1. Any time upgrade in terms of SW (Ex from LMV to HMV or HMV to LMV)
  2. Minimum power consumption product like run on 1-2 KAV invertor offline
     (Except motion platform)
  3. Maintenance CBT should be prefferd if implemented is same simulator.
  4. Upgrading at any pont of life time should be free in terms of software (Ex
     from LMV to HMV and HMV to LMV).Also the simulator should have
     option for right hand drive.
  5. Low cost maintance hardware.

                                     22
(ANNEXURE – II)
    LMV DRIVING SIMULATOR – MOTION TYPE (Dynamic Version-6DOF) with 1:1

    D. PHYSICAL HARDWARE

Sr. Features                   Description

                               Driver station on to be built up on MARUTI /
                               MAHINDRA’S/ TATA make OEM LMV cabin with actual
                               interiors & mounted with following controls those shall be
                               fully activated & simulated.

                                  i) Igni on key
                                  ii) Accelerator Pedal
                                  iii) Brake Pedal
                                  iv) Clutch Pedal
                                  v) Gear Shifting lever
                                  vi) Gear Box Assy-6 speed manual gear box
                                  vii)Hand Brake
                                  viii)      Horn
                                  ix) Steering Wheel
                                  x) Wipers-on display screen
                                  xi) Direction on indicators
      Driving                     xii)Actual adjustable driver seat with provision of seat
1
      Station                          belt.
                                  xiii)      Rear view mirror inlaid on front screen
                                  xiv)       Side view mirror opera on provided on LCD
                                       mounted on driver side.
                                  xv)        Dashboard ac va on-ac on of OEM
                                       gauges/meters mounted on actual dashboard.
                                       a) Speedometer
                                       b) L/R turn indicator
                                       c) Head light indicator with low beam/high beam
                                          opera ons.
                                       d) Hazard switch
                                       e) Temperature indicator
                                       f) Parking brake indicator
                                       g) Seat belt indicator

                               Three projectors based customized visual projection
                               created on three large screens (8’x6’ each) providing
2     Visual Display Station
                               realistic picture and panoramic field of view with following
                               parameters.
                                           23
   Depth
                                     Magnification
                                     3D

                                  i. Equipment instrumented & linked to simulator
                                      computer cabnit in such a way that controls like
                                      ABC pedals, gear box assy., steering wheel
                                      controls, dashboard & instrument panel controls
                                      have the same functions as on the real vehicle.
3   ORGONOMICS
                                  ii) The main controls of vehicle are linked to the
                                  compu ng cabinet via high-end customized
                                  interfacing and have force feedback system
                                  enabling them to recreate forces close to original
                                  vehicle.
                            400 to 440 volts; three phase power supply for dynamic
4   Electric Supply         (6 DOF) version.

                        High quality stereophonic sound system that reproduces
                        the vehicle & environment sounds such as
                                   a. Starting ignition sound
                                   b. Vehicle engine sound in proportion to gear
                                      ratio
                                   c. Surrounding traffic noise
    IMMERSIVE    AUDIO-
5                                  d. Horn
    VISUAL SYSTEM
                                   e. Rain drops
                                   f. Wind shield wiper
                                   g. Indicator's ticking sound
                                   h. Vehicle crash sound
                                   i. Acceleration/ Retardation sound
                                   j. Car malfunction
                        Separate computers for Driver Station & Instructor
                        station having minimum performance / configuration
                        parameters as given below.

                              S.N. Key        Computer – Driver Station
                                   Parameters (Min configurations criteria)
                              1    Mother     DZ68DB
                                   board
                              2    Processor  Intel i7
6   Computer Hardware         3    VGA        GE Force 9800
                              4    Sound card On board
                              5    Memory     Minimum 8 GB DDR3
                              6    HDD        Minimum 500 GB
                              7        CD / DVD       52 X CD / DVD Writer
                                       Writer
                              8        Serial Card    02:01
                              9        SMPS           750 Watts
                              10       Key Board      USB
                                           24
11    Mouse         USB

                       Buyer to ensure following site preparation on
                       requirements before installation is undertaken by the
                       supplier
                       Space-Clean & dust free space of requisite size.
                       Electricals-Single phase power supply.          Confirming to
    OPERATIONAL        standards of electrical installation for building. On line
7
    REQUIRMENTS        stabilization equipment as suggested by supplier.
                       Temperature
                       10 to 30 degree Celsius under operation/use.
                       10-50 degree Celsius in idle conditions
                       Air conditioning of simulator zone in order to maintain
                       the aforesaid ambient temperature.
                       Equipment to be integrated with high end vehicle
                       dynamic simulation software based on mathematical
                       models necessary for the computer to simulate requisite
                       element for driving. Following vehicle element to be
                       simulated on mechanical models.
                           1. Simulated vehicle model
                               High definition modelling of vehicle dynamics in
                               order to achieve realistic physical behaviour of
    MATHEMATICAL               vehicle depending upon the nature of different
8   MODELING FOR TRUE          command used vehicle configurations opted and on
    VEHICLE DYNAMIC            different driving conditions (Uphill,rain,braking etc)
                           2. Environment model
                               Vertical and horizontal signage (road sign, traffic
                               lights, ground marking etc.)
                               Representation of traffic & behaviour of other
                               vehicles.
                               Reproduction of sounds
                               Environment & curriculum must be compatible with
                               Indian traffic environment & motor vehicle act.
                       1) 3D high definition graphic database
                       2) Road network comprising of following terrains.
                       a) Manoeuvring area
                       b) City suburbs intersections traffic lights & stop signs
                       c) Residential Subrub: Built with different priorities such
                       as stop, give way, priority from right.
                       d) Country Road
    SIMULATED     ROAD e) Hill terrain
9
    NETWORK            f) Cross road
                       g) Jungle road
                       h) Deserts terrain
                       i) Simulated vehicle density
                       j) Possibility to simulate dangerous situations like:
                       Slippery road surface
                       Low visibility
                       Sudden pedestrian or animal movements in front of
                                         25
vehicle
                              Unexpected behaviour of surrounding vehicles
                              Brake failure etc.

                              Simulator provided with instructor operating station
                              (IOS) in 1 :1 configuration shall be capable of performing
                              / control following functions.
                                     a) IOS allows the instructor to configure /
                                         supervise the training session of learners,
                                         monitor / control and obtain print output of
                                         trainee’s report at the end.
                                     b) IOS allows trainees database management
                                         management by instructor
                                     c) Allows adminstrartion of trainee’s personal data
10   Instructor Station
                                         (Add/modify/delete trainee profile)
                                     d) Printouts of assessment reports in order to
                                         establish the improvement areas of trainees.
                                     e) Provision for random interjection of objects /
                                         situations in increasing order of difficulties from
                                         IOS.
                                     f) Possibility to display the training software in a
                                         classroom in order to prepare the training
                                         sessions.

                        Instructor can configure/manage the driving scenarios
                        based on individual training & evaluation needs by
                        random slection of following parameters
                           a) Nature of terrain/sorrounding environment
     RANDOM    SCENARIO
11                         b) Traffic density
     SLECTION
                           c) Adverse weather
                           d) Time of day
                           e) Hazards induction
                           f) Assesment
                         The instructor should be able to inject random
                           hazards in the training scenario in real time. Hazards
                           of the following nature will be present :
     INSTRUCTO INDUCED     a) Car – Emergence of a car suddenly
12
     HAZARDS               b) Bike – Emergence of a bike suddenly
                           c) Man – Pedestrian crossing the road suddenly
                           d) Dog– Dog crossing the road suddenly
                           e) Tree – Tree falling in front of vehicle
                         The instructor should be able to inject faults to the
                           vehicle to see how the driver handles situations.
                           Faults of the following nature will be present :
     INSTRUCTOR INDUCED
13                         k. Oil Pressure Low
     FAULTS
                           l. Battery Not Charging
                           m. Fuel Tank Empty
                           n. Engine Temperature High

                                          26
o. Brake Fail
                               p. Left Front Tyre Burst
                               q. Right Front Tyre Burst
                               r. Left Rear Tyre Burst
                               s. Right Rear Tyre Burst
                             Headlight Failure

                       The instructor should be able to view errors committed
                       by the driver and the following parameters are provided
                       in the report:
                           a) Accidents
                           b) Longer time to brake
                           c) Over speed
                           d) Over revving
     ASSESMENT             e) Under revving
14
     PARAMETER             f) Clutch riding
                           g) Clutch riding duration
                           h) Lane violation
                           i) Signal violation
                           j) No indicator while turning
                           k) Stalled
                           l) Parking brake engaged
                           m) Grading
                       Progressive training curriculum provided to help learners
                       in acquiring basics to advanced driving skills in user
                       friendly manner. Training curriculum comprising of
                       detailed modules/ training lessons on basic to advanced
                       driving skills followed by assessment /review at the end.
                       STANDARD MODULES
     STRUCTURED
                           1. Basic driving
15   TRAINING
                           2. Advanced driving
     CURRICULUM/MODULE
                           3. Free driving
                           4. Risk awareness
                           5. Emergency braking
                           6. Eco-driving
                           7. Physchomotors testing

                             This module should cover training chapters for beginners
                             on following areas of skill explanation. Each chapter
                             involves detailed training lessons & practice sessions
                             helping learner to acquire basic driving skills. Some of
                             the chapters on progressive learning are as follows:
     MODULE-BASIC               a) Learning vehicle pre-checks
16
     DRIVING                    b) Starting off
                                c) Learning steering controls
                                d) Learning gear changing
                                e) Learning to manoeuvre at slow speed
                                f) Learning precision on acceleration, braking &
                                   stopping.

                                        27
Free Driving Module provides instuctor a flexibility to
                      configure scenarios and tests covering the following
                      parameters :
                         a) Traffic
                                a. Low
                                b. Medium
                                c. High
                         b) Weather
                                a. Clear
                                b. Fog
                                c. Heavy Fog
     MODULE-FREE                d. Rain
17
     DRIVING                    e. Heavy Rain
                         c) Time
                                a. Morning
                                b. Noon
                                c. Evening
                                d. Night
                         d) Driving Terrain
                                a. City Road
                                b. Hill Road
                                c. Country Road
                                d. Cross Country Road
                      Express Way
                      Night Driving :
                         1. Basic
     MODUE-NIGHT         2. Crossing vehicles
18
     DRIVING             3. Being passed by surrounding vehicles
                         4. Passing surroonding vehicles
                         5. Pedestrains and other movement
                      Risk awareness :-
                         1. Predicting behaviour
                         2. Mental models
                         3. Deviding and focusing
     MODULE-RISK         4. Defencive driving
19
     AWARENESS           5. Assesment :
                            a) Country 1
                            b) Country 2
                            c) City 1
                            d) City 2
                      Emergency braking
                         1. Randing braking Ac on
                            a) Dry Road
     MODULE EMERGENCY
20                          b) Wet road
     BRAKING
                            c) Icy road
                         2. Sudden braking Ac on
                         3. Braking Ac on test
                                        28
a) County road
                               b) City road
                         This modules should have provision for giving indicative
                         fuel consumption on sand pollution result of driver before
                         learning eco driving principles and afterwards, when
                         he/she uses these skills. The results should capture
                         following element :
                             a) Fuel consumtion
21   MODUL-ECO DRIVING       b) CO2emission
                             c) Nitrogen oxide
                             d) CO
                             e) Hydrocarbons
                             f) PM particles
                             g) Fuel savings
                             h) Accident reduction ratios.
                         This module should test the drives clinical abilities like :
                             1. Judgement
                             2. Anticipation
                             3. Aptitude
     MODULE
                             4. Reaction
22   PSYCHOMOTOR
                             5. Colour blindness
     TESTING
                             6. Vision Analysis
                             7. Vision anlysis
                                 A detail scintific report should be generated at the
                                 end of each test.
                          Free of cost periodic software updates with latest
                             software being sold by the company and regular
                             technical support through phone/e-mail during
                             pre/post warranty management
                          Supplier should necessarily be OEM
                             devolper/manufacturer of so ware, Motion Platform &
                             major sub-system integrated with the system for
                             incorporating needful technology upgrades in future
                             and registering maximum up me of overall system
23   MISCELLANEOUS        Appropriate traing on operation,maintenance and
                             troubleshooting of simulators to at least 5 personnel
                             for each simulator should be provided.
                          Supplier should provide warranty for 5 years and AMC
                             facility to be offered by supplier for ensuring the
                             trouble-free operation of equipment covering
                             minimum life cycle 10 years of equipment supplied.
                          Supplier should have following experience in terms of
                             supplies/system delivered in Indian market.

24        MOTION PATFORM (6DOF)

A    MAX. PLAYLOAD       1000 Kgs

                                     29
B    MAX.INERTIA                   900 Kg-m2

C    Dimension                     Min 2000x2000x600 m3

                                     1. Surge, Sway, Heave
                                        Displacement: ± 100mm
                                        Velocity: ±0.5 m/s
                                        Acceleration: ± 0.35g
D    Motion Specification
                                     2. Roll, Pitch, Yaw
                                        Displacement: ± 15°
                                           Velocity: ± 60° /s
                                           Acceleration: ± 175° /s

E    Positional Accuracy                  ± 0.25mm

F    Delay                                < 110ms

G    Type of Motors                       Servo

                                     1.   Limit switches to stop motor over travel
                                     2.   Safety relay in emergency stop circuit
H    Safety features                 3.   SIL-2 rating for emergency stop
                                     4.   Motion to be active only when the seat belt is used

                                          1. Surge, Sway, Heave
     Motion   Specification   (6             Displacement: + 100mm
i
     DOF)                                    Velocity: + 600/s
                                             Acceleration + 1750/s

The projection in case of HMV and LMV simulator should be 1800 projector based visual
station.
Installation/Site Requirements (to be provided by HRTC)
Sr.No.    Space            Required criteria
                              1. Clear approach up to installation site for transportation
                                 and unloading of goods inside the installation room.
                              2. Indoor space necessarily at ground floor with dimensions
                                 as following required. Clear entrance of 8x8 size required
                                 to take equipment inside room.
                                 HMV Dynamic – 25x20x15 (L xWxH)
                                 LMV Station - 20x20x12 (LxWxH)
                              3. In case the desired width of entrance/door is not
                                 available, the needful civil work to widen the entrance &
                                 re-erect the door so as bring in equipment without any
                                 scratches/physical damages.
                              4. Installation room to have standard concrete flooring to x
                                 up driver station rigidly on it.
          Site                   Required Criteria
                                               30
Installation
    Parameters
1   Environment        1. Dust & moisture free indoor environment for trouble
                          free usage fof equipment
                       2. Ambient temperature of 10 to 30 degree Celsius to be
                          maintained while the equipment is under
                          use/operation
                       3. Hygroscopic parameters at 20% to 80% without
                          condensation while in operation or else 10% to 90% in
                          idle condition
                       4. Provision of 2T capacity split AC for maintaining the
                          ambient operating temperature of simulator zone as
                          mentioned above.
2   Electricity           1. Available of standard uninterrupted power supply
                              inside the installation room as follows:
                              HMV Dynamic - 3 phase power supply required
                              LMV Dynamic - 3 phase power supply required.

      The hard copy of financial bid shall not be accepted.

      Managing Director, Himachal Road Transport Corporation.
                [Tender Inviting Authority]

                                            Signature Not Verified
                                            Digitally signed by RAJINDER KUMAR
                                            SHARMA
                                  31        Date: 2018.01.01 12:10:38 IST
                                            Location: Himachal Pradesh
You can also read