Home

TENDER DOC FOR Total station DGPS AND GPS

image

Contents

1. equipments as security for compliance with the terms and condition of this contract h That the contractor will be entirely responsible for the execution of this contract in all respect in accordance with the conditions of this contract and shall not assign or sub let the same That the contractor undertakes the guarantee to maintain repair supply the defective items items that go out of order free of cost during the maintenance period of 3 years up to the final destination j Ifthe contractor becomes insolvent or he or his Agent offers any bribe in connection with the contract or the contractor fails to observe or perform any condition of this contract then notwithstanding any previous waiver of such default or action being taken under any other clause hereof the may on behalf of the Government terminate the contract and forfeit the said deposit and recover from the contractor any loss suffered by the Government on account of the contract being terminated 31 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE In Witness whereof the parties have hereunto set their hands the day and year first above written Signed by the said contractor In the presence of 1 Witness Address 2 Witness Address Signed by the said for and on behalf of the Governor of Karnataka In the Pre
2. 3 2 Multitasking The software should be capable of multitasking so that multiple operations can be opened at a time e g COGO stakeout point manager etc Co ordinate Systems Manager Should have datum and projections support and needs to support GRID coordinates Colour Graphical support The software should have colour graphical support to visualize work while working Feature Coding Should support feature coding with attributes for GIS data collection Control coding should be possible for automatic plot creation Should support COGO functionality Should be able to Key in lines sub divide lines and creating parallel lines for staking out purpose Menu driven Should be user friendly and Menu driven for easy field operation Data storage Needs to store GNSS data collected by the PPK system Transfer data between field and office Should be able to email data collected in the field incase facility is available Should be able to import and export DXF files for effective GIS support Stake Out Should support Graphical stakeout not only for points but for Lines and DTM as well Should be able to perform Real time quality control for stake out position Background Map Should be able to accept background maps in CAD format d Processing Software specification SI NO CHARACTERISTICS SPECIFICATION 1 Operating System Win
3. ANNEXUREII TECHNICAL SPECIFICATIONS FOR DGPS ANNEXURE II TECHNICAL SPECIFICATIONS FOR GPS ki ANNEXURE IV WARRANTY CERTIFICATE ANNEXURE V AGREEMENT 2 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE SECTION 1 LETTER OF INVITATION Bangalore Date Department of Mines and Geology invites sealed proposals from reputed Indian Foreign manufacturers or authorized agents dealers distributors of the manufacturers for the supply of Electronic Total Stations DGPS and GPS The detailed specifications of the equipments to be supplied are listed in Annexure I II and III of this Request for Proposal RFP This RFP includes the following sections Section Letter of Invitation Section 2 Data Sheet Information to the bidders Section 3 Technical Bid Standard Forms Section 4 Financial Bid Standard Forms Section 5 Other Terms amp Conditions The Technical amp Financial Bid should be submitted in separate envelopes Which enclosed in a common sealed envelope to dropped in the tender box kept in the store section of the DMG by Last date and time of submission of sealed tenders is 07 08 2014 at 5 00pm 3 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of
4. better standard Weight Should be less than 350g with battery 26 page of 32 Directorate Department of Mines and Geology BANGALORE 13 Audio Built in speaker and microphone 14 Data logging interval 1 second 15 Data logging software should be capable of logging post process data based on Arcpad OEM solution a Provide second by second global display of the number of satellites tracked satellite geometry and differential GPS position status including current estimated accuracy and predicted post processed accuracy Provide audio and visual warnings and alarms for loss of GPS position Provide in field mission planning module for daily planning of GPS data collection schedule Provide a counter indicating the number of positions logged to the current feature Log data from external sensors output in ASCII format including Laser range finders for distance and bearing measurements Display map of collected features and GPS coordinates in UTM and other standard coordinate system Provide easy to use zoom in zoom out pan autopan select query measure search and filter capabilities for flexible and powerful map display Provide clear map symbology and coloring including GPS position navigation targets and start points Display background layers including JPEG JPEG 2000 TIFF MrSID E
5. necessary original battery cables to be provided Operating Temperature 20 deg C to 50 deg C or better Clamps amp Slow Motion Drives Friction Clamp with endless slow motion for fine movement of telescope Plummet Inbuilt laser plummet Dust and Water Proof IP 54 standard Prism Positioning Light Track light Guide light preferred in the instrument for fast stake out operation and signaling Prism Height Automatic change of signal prism height with change from IR to DR mode in Instrument Data Downloading From suitable data storage device to computer Instrument should have facility to connect USB drive pen drive or Card Memory or a separate controller Instrument Control Unit Keyboard Display Windows CE NET color controller Touch screen having front light illumination with passive touch screen works with stylus or finger or separate wireless controller should be provided for this Display unit should be day light readable in bright outdoor atmospheric conditions Control Unit should have both Touch Screen and hard Key pad operation Color graphical display with identical keyboard and display on both sides Communication Port RS 232 Port with Minimum two of the below communication port should be available in the instrument Serial USB Ethernet Memory Card Slot Bluetooth Instrument Memory Internal 128MB or better using controller or instrument Ext
6. Inclusive in Rupees numbers of all taxes Inclusive of all taxes Electronic Total Station 04 DGPS 03 GPS 73 1 The method of Selection LEAST COST LC method 2 The Price should be inclusive of all duties taxes insurance freight loading amp unloading charges handling charges and other charges levies as applicable 3 All the duties that would be waived if the department gives Customs Duty Certificate to be indicated separately in the financial bid If the department gives customs duty certificate the lowest bid would be calculated on the net cost excluding customs duty otherwise cost including customs duty will determine lowest bid NOTE o The instruments should have been sold in the past three years in sufficient numbers Any invoice not backed by delivery challan and completion certificate will not be accepted It was also made clear to the vendors that in case of doubt the Department would either resort to verification with the other clients or would demand credentials of the bidders to be certified by clients claimed by the bidders 12 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE SECTION 5 OTHER TERMS amp CONDITIONS Following are the Departmental terms amp conditions applicable during the bid process amp aft
7. Majeure means events such as but not limited to acts of God not confined to the premises of the supplier claiming the force Majeure flood drought lightning or fire earthquakes strike lock outs beyond its control labour disturbance not caused at the instance of the supplier claiming Force Majeure acts of government or other competent authority war terrorist activities military operations riots epidemics civil commotions etc No failure delay or other default of any contractor or sub contractor of the supplier shall entitle the supplier to claim Force Majeure under this Article The supplier seeking to rely on force Majeure shall prove that Force Majeure Conditions indeed exist and promptly within 2 days notify the Department of the occurrence of a Force Majeure event as a condition precedent to the availability of this defense with particulars detail in writing and shall demonstrate that it has and is taking all reasonable measures to mitigate the events of Force Majeure In the event the Force Majeure substantially prevents hinders or delays the supplier s performance of his obligations for a period in excess of 5 days the Director DMG may declare that an Emergency exists The Director DMG will issue a notice to the Supplier to perform his obligations within the time prescribed in the notice In the event that the supplier is not able to perform his obligations within the time provided in the notice The Director DMG may terminate th
8. date and time ii Proposal is not accompanied by all requisite documents Information submitted in technical bid is found to be misrepresented incorrect or false accidentally unwittingly or otherwise at any time during the processing of the contract no matter at what stage or during the tenure of the contract including the extension period if any ix Financial Bid is enclosed with the same envelope as Technical Bid Bidder tries to influence the proposal evaluation process by unlawful means at any point of time during the bid process i In case any one party submits multiple proposals or if common interests are found in two or more bidders the bidders are likely to be disqualified unless additional proposals bidders are withdrawn upon notice immediately In case the terms amp conditions of the contract applicable to this invitation to tender are not acceptable to any bidder he should clearly specify any deviation in the format appended to this RFP refer Form 4 q Service Manual Service Operation Manual will have to be provided with the instrument 18 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE ANNEXURE I TECHNICAL SPECIFICATIONS FOR TOTAL STATION 1 ACCURACY ELECTRONIC TOTAL STATION DESCRIPTION SPECIFICATIONS ANGLE MEASUREMENT Angular Accuracy Sta
9. demonstrate guaranteed output after installation and use of the machine Attach lists duly signed for such spare parts and tools as are absolutely essential for proper maintenance and operation of machine for a period of Ten years in the case of Electronic and Optical Spare Parts software s and other related peripherals of the equipments and 10 years in the case of Electronic and Mechanical Spare Parts giving full particulars of the spare parts and tools with the price of each spare part and tool separately All the accessories must be from the original manufacturer only Bidders who claim to be authorized suppliers agents of OEMs should submit an authorization from the OEM to that effect Confirmation that the bidder has adequate servicing and spare parts facilities in 8 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE Bangalore in respect of the equipments instruments tendered for or that bidder will arrange to provide such facilities simultaneously with the supply of the equipments instruments Confirmation from manufacturer that necessary maintenance of equipments instruments and spare parts will be made available for life of the machine on a continuous basis Confirmation that the contractor supplier shall be responsible for the correct supply of the stores being
10. for each battery should be supplied RTK Compatibility Should have both integrated UHF and GSM for RTK b Specification for Rover Integrated Bluetooth SI NO CHARACTERISTICS SPECIFICATION 1 Measurement specification 1 1 Satellite Tracking Should be capable of tracking GPS L1 C A code L1 L2 full cycle carrier L2C and GLONASS L1 L2 and capable for the upgradation to Galileo No of channels 120 channels with Gagan capable and capable of tracking 60 satellites simultaneously Measuring Mode Static stop and Go Measurement technology High precision multiple co relator for GNSS measurement for low noise low multi path error Receiver should be capable to log the data without controller in internal memory of GNSS receiver Accuracy High Precision static Horizontal 3mm 0 1ppm Vertical 3 5mm 0 4ppm PP Kinematic Horizontal 10mm 1 ppm Vertical 20mm 1 ppm Code accuracy Horizontal 0 25m lppm 22 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE RMS GNSS Antenna Multi frequency High gain integrated antenna with sub mm phase center repeatability General Specification Bluetooth Integrated Bluetooth to communicate between GP
11. ordered and shall replace the same free of cost if found not conforming to the required specifications or incomplete in any performance The spares shall be guaranteed for interchangeability and performances The changed parts if any will be guaranteed for correctness and interchangeability 8 Indian Agents submitting their offer on behalf of their Foreign Principals are required to furnish the following information documents along with the Technical Bid Authority letter from their Foreign Principals Warranty Certificate from their Foreign Principals Annexure IV Attested copy of latest Income Tax Clearance Certificate Xerox copy of latest Central sales Tax Certificate Technical brochure literature catalogue of the Main Instrument Equipment quoted for 9 Form 1 General Information of the Bidder Name Address Telephone Fax E mail website Date of Incorporation Date of commencement of business Number of Employees as on 31 03 2014 Details of Authorized Person please attach Power of Attorney Name Designation Address Telephone 9 page of 32 Directorate Department of Mines and Geology BANGALORE Form 2 Financial Information of the Bidder OEM Years FY 2011 12 FY 2012 13 FY 2013 14 Average annual Turnover Particular Total From Sale Total From Sale Total From Sale Total From Sale l and Service and Service and Service and Service of ETS of
12. the instrument The warranty from OEM to include the transportation cost from the site to the authorized service center and back to the site in case the local supplier has not discharged his contractual obligation within the timelines as per the RFP In addition the successful bidder shall provide a bank guarantee of 15 of the value of the total contract valid for three years The bidder to give bank guarantee in the denominations of 5 2 and 8 for a total of 15 value The 5 Bank Guarantee will be valid for 1 year the 2 Bank Guarantee will be valid for 2 years and the 8 Bank Guarantee will be valid for 3 years At the end of Ist year the bank guarantee for 5 will be returned and at the end of 2nd year the bank guarantee for 2 will be returned and the at the end of 3rd year the bank guarantee for 8 will be returned in case there is no complaint on repair service In case of any penalties that need to be imposed as per the RFP the same will be deducted and the Bank Guarantee will be returned at the end of first year So also at the end of the second year penalties if any as specified in the RFP will be deducted and the Bank Guarantee will be returned and at the end of the third year penalties if any as specified in the RFP will be deducted and the Bank Guarantee will be returned The penalty provisions as mentioned in Section 5 1 and d will continue In case the penalty amount is more than the Bank guarantee amount then t
13. CW BMP SHP etc Display multiple background layers concurrently in the map window Collecting point line and polygon with attribute Support customized user interfaces allowing field workers to see the overview of a data form more clearly avoiding confusion and guiding them through only required form sections speeding up form completion without sacrificing accuracy Support point offsets including distance bearing bearing bearing triple bearing distance distance and triple distance offset types Include time saving features for attribute entry including repeat functions default values menu pick lists auto incrementing and auto generation of date and time attributes Support for digitizing of points lines or areas for simple feature capture when GPS is not available Should collect raw data for post processing the data for improving GPS accuracy Support for logging data directly to a removable storage card Allow configuration of navigation information including distance bearing heading velocity go east go north go up go down ETA and time to go cross track error altitude and turn direction s Provide easy to follow arrow or guidance indicators for intuitive navigation to a target t Support for waypoint upload and display u Office post process software based on Arc GIS Desktop edition one license Accessories to be supplied a USB cable for data
14. Department shall have full power to reject the whole or any part of the stores which to the true intent and meaning is not in exact accordance with the approved sample and that the decision of the Department shall be final f that the payments to the bidder will be made as follows 100 payment shall be made within 60 days of completion of acceptance testing of the equipment The successful bidder has to provide the Bank Account Details for Payment through treasury cheque only The vendor to furnish 3 years unconditional warranty from the OEM This warranty will not be affected even if the supplier s bank guarantee is forfeited for default in execution of warranties In other words the OEM would stand guarantee for the repair service of the instrument even if the local supplier is not in a position to repair service the instrument The warranty from OEM to include the transportation cost from the site to the authorized service center and back to the site in case the local supplier has not discharged his contractual obligation within the timelines as per the RFP In addition the successful bidder shall provide a bank guarantee of 15 of the value of the total contract valid for three years The bidder to give bank guarantee in the denominations of 5 2 and 8 for a total of 15 value The 5 Bank Guarantee will be valid for 1 year the 2 Bank Guarantee will be valid for 2 years the 8 Bank Guarantee will be valid for 3 years At the end of Ist yea
15. ETS of ETS of ETS DGPS DGPS amp GPS DGPS amp DGPS amp GPS amp GPS Equipments GPS Equipments Equipments Equipments Turnover ETS ETS ETS ETS Rs 000 DGPS DGPS DGPS DGPS GPS GPS GPS GPS Total Total Total Total Profit Rs 000 A statement of turnover from the sales and service of ETS DGPS and GPS equipments signed by the company s auditor should be enclosed as supporting document From 3 Past Experience in sales and service of ETS DGPS and GPS and survey related equipments as stipulated in the serial number 2 12 on eligibility criteria 1 Customer Name Government Department 2 Name of the contact person and contact details address phone number amp e mail ID Details of Equipment Supplied amp Quantity S1 Item 2011 12 2012 13 2013 14 Quantity Supplied No Name 1 ETS 2 DGPS 3 GPS Start Date End Date of Supply Total cost of the Equipment Supplied by the Bidder Maintenance cost for above equipment Start Date to End Date 10 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE Important Notes The bidders need to provide copies of at least 3 THREE Purchase Orders for each of the
16. Mines and Geology BANGALORE SECTION 2 DATA SHEET 2 1 Purpose of the Procurement of Electronic Total Stations DGPS and GPS Tender Document 22 Cost of Tender The Tender Document is available for sale against a payment of Document Rs 2 500 Rupees Two thousand five hundred only through Demand Draft drawn in favor of The Director Department of Mines and Geology Bangalore Payable at Bangalore The Names Addresses and telephone numbers of the contact officer official of the Department are Names and Designations Address Contact Numbers 1 Sri LS Sathish Additional Director No 49 Khanija Bhavan 080 22384134 Department of Mines South Block Race Cource and Geology Road Bangalore 560 001 2 Store Officer An Floor DMG Bangalore Method of selection Two bid proposal consisting of prequalification Technical amp of the bidder Financial bids of only technically qualified bidders will be evaluated Prequalification of bidders would be done on the basis of compliance to the conditions in 2 12 This will be followed by technical evaluation of the instruments Calendar of events Refer Table 2 1 Language of English proposal Currency All prices should be quoted in Indian Rupees only This is applicable even where the items are proposed to be supplied to the Department buy importing them from a foreign country into India Proposal validity 180 days after the last date of submission period Number of copies To subm
17. No Item Refrence 1 General information about the bidder Form 1 2 Financial information about the bidder Form 2 3 Past experience of the bidder in supply Form 3 of Electronic Total Stations DGPS and GPS Statement of deviations Form 4 Important Notes The Technical Bid should be submitted strictly in the formats specified in this RFP Along with the Proposal the bidder is required to submit a copy of this RFP signed on every page All supporting documents required for the submission of Bid shall be duly certified and attested Otherwise the proposal would be summarily rejected The bid shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract The letter of authorization shall be indicated by written power of attorney accompanying the bid The person or persons signing the bid shall initial all pages of the bid except for un amended printed literature The bid shall contain no interlineations erasures or overwriting except as necessary to correct errors made by the bidder in which case the person or persons signing the bid shall initial such corrections Bidder s Technical Bid should contain the following sections a Introduction General information about the bidder in Form 1 Financial information about the bidder in Form 2 Reconfirmation by the bidder on acceptance of the following important terms amp conditions bidd
18. OEM should have an annual average turnover of not less than Rs 4 Crores each in last 3 financial year of 2011 12 2012 13 2013 14 form the sales amp service of electronic ETS DGPS and GPS any other survey related equipments and should be a profit making entity A statement of average turnover from the sales and service of ETS DGPS and GPS in last 3 financial years of 2011 12 5 page of 32 Directorate Department of Mines and Geology BANGALORE 2012 13 2013 14 signed by the company s auditor should be enclosed as supporting document The Department will intimate the bidders about the requirements of Technical Demonstration only after getting through the technical bid Necessary supporting document i e certificate of incorporation audited financial statements etc should be enclosed in proof of satisfying the above eligibility criteria Evaluation The bid evaluation will be done in three steps as mentioned Procedure below Evaluation of pre qualification amp Technical proposal to verify adherence to eligibility criteria mentioned above Evaluation of financial Proposals of those bidders who successfully qualify the technical evaluation i e bidders who meet the eligibility criteria specified above and short listing of bidder who quotes the lowest price L1 bidder Proposal 1 Proposals should strictly be prepared in the formats as Submission provided in this RFP Oth
19. Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE Government of Karnataka DIRECTORATE amp DEPARTMENT OF MINES AND GEOLOGY No 49 KHANIJA BHAVAN SOUTH BLOCK RACE COURSE ROAD BANGALORE 560001 REQUEST FOR PROPOSAL FOR SUPPLY OF 04 NUMBER OF ELECTRONIC TOTAL STATIONS 03 NUMBER OF DGPS AND 73 NUMBERS OF GPS Note 1 This uploaded documents is meant only for the information of the consent agencies 2 The interested parties shall obtain in the original Tender document with authorized seal and signature of the department at the address mentioned in the tender advertisement 3 The Tender documents of those parties who have manually obtained the documents after paying the tender document fee of 2 500 will only be allowed Tender document submitted in any other way downloaded document Photo Copies etc will be summarily rejected 1 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE SECTION TABLE OF CONTENTS No SECTION 1 LETTER OF INVITATION SECTION 2 DATA SHEET SECTION 3 TECHNICAL BID STANDARD FORMS SECTION 4 FINANCIAL BID STANDARD FORMS SECTION 5 OTHER TERMS amp CONDITIONS ANNEXURE I TECHNICAL SPECIFICATIONS FOR ELECTRONIC TOTAL STATION 7
20. S and controller No of ports 1 no s RS232 ports 1 no of Power Data Bluetooth port Power Port 1 no of power port as above with input voltage polarity protection Internal batteries Needs to supply 2 batteries for each receiver and needs to last for 10 hrs of field operation using 2 batteries Operating Temperature 40 degree C to 65 degree C Storage Temperature 40 degree C to 70 degree C Humidity 100 condensing and IP 68 Drops Withstands pole drop onto concrete up to 1m Position Update Rate 20 Hz NMEA Needs to support Internal memory Minimum GB RTK Compatibility Should have both integrated UHF and GSM for RTK c Controller Specification SI NO CHARACTERISTICS SPECIFICATION 1 Controller Needs to supply one controller along with one set base amp rover kit Controller Requirements e Windows mobile version 6 5 533 Mhz processor with 256 MB RAM 1 GB internal Storage with micro SD memory card slot 2 MP camera Controller On Board Software Requirements Survey Style Configuration The Software should allow configurable survey style for PPK Static Fast static amp RTK etc 23 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE
21. a To be eligible for technical Evaluation the following conditions should be satisfied by the bidder The bidder should be a Company registered under the Companies Act1956 on or before April 1 2014 and should have been in the business of supply of ETS DGPS and GPS amongst any other survey instruments The bidder shall be a manufacturer or authorized agent dealer distributor of the manufacturer who has designed manufactured supplied erected commissioned maintained Electronic Total Station DGPS and GPS of the type and capacity required under this RFP to at least 3 different customers projects in the last 3 years a The bidder should have sold at least 300 Total Station 100 DGPS for the last 3 years to various different customers Out of these 300 100 instruments there can be a variation of plus or minus 25 instruments in a year and plus or minus 10 instruments for the last three years b Bidder should quote the rate of unit cost for all the three items partly quotations will be summarily rejected The electronic Total Stations DGPS and GPS should have been in successful operation in other National International Scientific Government organizations for two years on the date of bid opening certified documents obtained from end users to be attached The manufacturer OEM of ETS DGPS and GPS should be manufacturing and supplying ETS DGPS and GPS equipments atleast for 5 Five years as on this date The bidder
22. cified at Section 5 b of this RFP He should also provide in depth functional theoretical and practical training and basic repair amp maintenance related training to employees as specified by the Department The employees would be nominated by the Department and training to be provided in the locations which will be specified by the department The Department estimates the training efforts of a minimum 10 TEN working days The bidders should consider these factors at the time of finalizing their Financial Bids The rates quoted by the bidders should be inclusive of installation amp training charges The selected agency need to train the candidates at two 2 Zonal offices viz Mysore and Bellary apart from Bangalore ie Head Office n Repairs amp Maintenance The supplier should provide comprehensive warranty for the 16 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE equipments as per Section 5 Clause d for three years at no extra cost The supplier shall have to support the equipments after three years also for at least next seven 7 years at the mutually agreed price if so required by the department The proposal of the bidders should explain in detail the repairs amp maintenance facilities that would be made available to the Department by the bidder Force Majeure Force
23. dows high end OS Currency Better 1 1 Importing Raw Data Needs to import RAW data from the GPS GLONASS 24 page of 32 Directorate Department of Mines and Geology BANGALORE receiver as well as RINEX data and should be able to import raw data as well as precise ephemeris data via internet IGS data from net Baseline processing Should be capable of processing GPS L1 and L2 as well as GLONASS raw data Network Adjustments Should be able to perform Network adjustment using Least square adjustment principle Export Capable of Exporting the data in RINEX format as well in CAD format Reporting Software should be capable of generating reports directly for the surveyed data Datum Transformation Capable for transferring the data from one datum to another for given set of common points with or without the knowledge of datums Feature coding Needs to support feature coding COGO Should have COGO functionality PPK data Should be able to handle PPK data Surfaces The software should be capable of Surface Modeling 3D visualization and quick contouring Google earth support and export 25 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE Annexure III TECHNICAL SPECIFICATIONS FOR GPS Specification
24. e items items that go out of order up to the final destination and during the maintenance period and the inland expenses borne by the indentor will be at our cost The warranty shall survive inspection and payment for and acceptance of the goods but shall expire except in respect of complaints of which the contractor has been notified prior to such date 3 years after their successful acceptance by the purchaser SEAL of manufacturer Signature Name amp address of manufacturer 28 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE ANNEXURE S AGREEMENT An agreement made this BETWEEN hereinafter called the contractor which expression shall include his legal representatives of the one part and the Governor of Karnataka hereinafter called the Government of the other part and WHEREBY the contractor agrees to supply to the Department of Mines and geology Government of Karnataka hereinafter called Department the under mentioned articles at cost mentioned against them lt lt Insert a table here containing the items quantity amp contract price gt gt and on the terms and conditions hereinafter mentioned a That all stores shall be delivered free at b that all stores supplied shall be new and of good quality and in exact accordance with the sample submitted tha
25. e Agreement and or obtain the item items from an alternate supplier Unless otherwise directed by the Department in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event Termination The Department may at any time terminate the Contract by giving written notice to the Supplier without compensation to the Supplier if the Supplier becomes bankrupt or otherwise insolvent provided that such termination will not prejudice or effect any right of action or remedy which has accrued or will accrue thereafter to the Department p Disqualifications The proposal is liable to be disqualified in the following cases or in case bidder fails to meet the bidding requirements as indicated in this RFP i Proposal not submitted in accordance with this RFP ii During validity of the proposal or its extended period if any the bidder increases his 17 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE quoted prices ii The bidder qualifies the proposal with his own conditions iv Proposal is received in incomplete form The bidder should mandatorily fill the columns regarding compliance and deviations if any i Proposal is received after due
26. e amount would be adjusted against the penalty Payments Payments to the party will be made as follows The successful bidder has to provide the Bank Account Details for Payment payment will be done only through treasury cheque 100 payment shall be made within 60 days of completion of acceptance testing of the equipment The vendor to furnish 3 years unconditional warranty from the OEM This warranty will 13 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE not be affected even if the supplier s bank guarantee is forfeited for default in execution of warranties In other words the OEM would stand guarantee for the repair service of the instrument even if the local supplier is not in a position to repair service the instrument The watranty from OEM to include the transportation cost from the site to the authorized service center and back to the site in case the local supplier has not discharged his contractual obligation within the timelines as per the RFP The vendor to furnish 3 years unconditional warranty from the OEM This warranty will not be affected even if the supplier s bank guarantee is forfeited for default in execution of warranties In other words the OEM would stand guarantee for the repair service of the instrument even if the local supplier is not in a position to repair service
27. equipments i e ETS DGPS and GPS of value as indicated in the RFP Maintenance Contract Order Completion Certificates amp letters of satisfactory maintenance The period of supply should be from April 1 2011 to March 31 2014 Ref to 2 12 3 Please enclose technical leaflet brochure literature Form 4 Format for Statement of Deviation s from Scheduled Requirements Sl Reference of Clause Deviation in the Reasons in brief No No amp Pg No Proposal 11 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE SECTION 4 FINANCIAL BID STANDARD FORMS IMPORTANT NOTES Bidders are advised to carefully consider the following points before finalizing their Financial Bids 1 A Bid to supply quantities lesser than those mentioned below will be declared invalid 2 The rates quoted should be inclusive of onsite installation and training charges The bidder should also consider the expenses that will be incurred on training 3 The bidder should provide the technical details of all the parts of the equipments instruments The Financial Bid should be prepared in the following format amp sealed in a separate envelop Format for Financial Bid Electronic Total Stations DGP Sand GPS S1 Item Name Quantity to Unit Price Total Price No be Supplied in Rupees
28. er selection of successful bidder a Decrease Increase in quantity to be supplied The total number of equipments to be produced May vary according to the available budget and cost of procurement Normally no item or quantity will be cancelled or reduced increased within the delivery period But the Department reserves the right to cancel any item or reduce any quantity from the purchase order if the stores are not supplied within the original delivery period The Departments also reserves the right to increase decrease the quantity within the original delivery period or during the finalisation of the contract Shipping location The equipment have to be supplied to the following address ee Item Name Destination Number of Np equipments 1 Electronic Total Store Officer Head 04 Station office Bangalore 2 DGPS Store Officer Head 03 office Bangalore 3 GPS Store Officer Head 13 office Bangalore Penalties for delay in supply of equipments The equipments tendered for should be supplied within 30 days from the date of release of Purchase Order by the Department For the delays which are solely attributable to the bidder the Department would levy a penalty of 3 of Purchase Order per week on the successful bidder If the delay exceeds 4 weeks the penalty shall be 5 of Purchase Order per week and if delay exceeds 10 weeks the Purchase Order may be cancelled amp the EMD performance Bank guarante
29. er may explain these amp other terms in more detail i Inspection ii Warranty iii Guarantee iv Maintenance 7 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE v Training vi After sales support vii Validity of offer viii Penal clauses e Past experience of the bidder in supply of Electronic Total Stations DGPS and GPS in Form 3 Statement of deviations in Form 4 Details of the 3 different customers projects as required in clause 2 12 of this RFP Any other information that the bidder would like to highlight e g how the equipment are proposed to be sourced technical comparison with peers in the market etc i Miscellaneous attachments e g Power of Attorney 6 The bidder shall furnish details of supplies made in the last 3 years to the Government Organizations in India along with the user s certificate regarding satisfactory functioning of and satisfactory maintenance of the equipment instrument as specified in clause 2 12 4 7 The bidder should also furnish the following confirmations in this Technical Bid a In a separate sheet duly signed full information in respect of the output that the bidder obtained from the machine offered and also that bidder guarantees for the performance of the machine under the normal conditions and also that bidder will
30. ernal Card Memory USB drive with total memory storage capacity of 1 GB or better with facility to log data directly to external memory Controller Software Software should be able to support data collection feature coding COGO functions should be able to generate plots should be able to do sub division of plots should support active DXF maps as background files should be able to link ASCII files with graphic display of measured points amp points from the linked file Survey Software Software capable of generating Automatic Drawing Generation from feature codes Area Volume 3 Dimensional View Generation of formats to Export to third party software 20 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE ANNEXURE II TECHNICAL SPECIFICATION FOR SURVEY GRADE PROFESSIONAL GNSS SYSTEM a Specification for Base station SI NO CHARACTERISTICS SPECIFICATION 1 Measurement specification 1 1 Satellite Tracking Should be capable of tracking GPS L1 C A code L1 L2 full cycle carrier L2C and GLONASS L1 L2 and capable for the upgradation to Galileo No of channels 120 channels with Gagan capable and capable of tracking 60 satellite simultaneously Measuring Mode Static stop and Go Measurement technology High precision multiple co relator for GNSS
31. erwise the bids will be summarily procedure rejected 2 Technical and Financial Bids should be submitted in tender Table 2 1 Calendar of Events Events Date Time 10 30 am to 5 00 pm on all working days only Date and time of issue of tender 19 07 2014 to document 06 08 2014 Last date and time for receipt of written 28 07 2014 5 00 pm queries by bidders Place time and date of Pre bid meeting 30 07 2014 11 00 am Clarifications to bidder queries 02 08 2014 5 00 pm Last date and time for submission 07 08 2014 5 00 pm of tender document Date andr Meot opemne c 08 08 2014 11 00 am technical bid Demo of instruments Only by 11 08 2014 to 11 00 am onwards technically qualifying bidders 14 08 2014 Date and time of opening of Financial 16 08 2014 bid oe 11 00 am Table 2 2 Items to be supplied Sl Item Name Item Specification Quantity to be No supplied numbers 1 Electronic Total Station Refer Annexure 1 04 2 DGPS Refer Annexure 2 03 3 GPS Refer Annexure 3 73 6 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE SECTION 3 TECHNICAL BID STANDARD FORMS Proposal format amp submission procedure Technical Proposal should consist of the following forms Sl
32. for high accuracy mapping grade hand held GPS for data collection with attribute value and office software for post processing and exporting importing the data to from GIS The hand held device specification must be equivalent to below mentioned specifications or higher latest with compatible software SI No Specification 1 Integrated high sensitivity GPS SBAS receiver amp antenna capable to record Longitude Latitude and Altitude 2 Positional Accuracy HRMS a Less than 3 meter post processed b Less than 5 meter in real time with SBAS c Less than 10 m standalone GPS accuracy Integrated GPS receiver should have minimum 48 channels and should be capable of tracking a GPS L1 code b SBAS Processor 800 MHz minimum Memory a 256 MB RAM minimum b 2 GB flash Memory minimum c Support micro SD card up to 16 GB Display a 3 5 inch diagonal length b Sunlight Readable c Color and touch screen with alphanumeric d 640 x 480 pixel minimum Integrated Camera with LED flash a 3 2 megapixel resolution minimum b Auto focusing facility c Geo tagging facility Battery a Min 10 hours with GPS on b Removable amp Rechargeable Li Ion Battery Communications Integrated Voice Calling Facility GSM Integrated 3G Modem Integrated Bluetooth Integrated Wireless LAN e USB client port for data transfer Operating System a Windows Handheld 6 5 or better b English language Dust Water resistance as per IP 54 ratings or
33. he bank guarantee will be adjusted first and a notice to pay the remaining amount will be served to the supplier In case the supplier fails to pay the remaining penalty amount after bank guarantee is adjusted 14 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE and after serving of notice the department will approach the civil court for recovery City of Bangalore will be the jurisdiction for any civil dispute THE SUCCESSFUL BIDDER SHOULD HAVE OR SHALL ESTABLISH A SERVICE CENTRE AT BANGALORE WITHIN 3 MONTHS e Proposal preparation costs The bidder is responsible for all costs incurred in connection with participation in this process including but not limited to costs incurred in participation in meetings discussions presentations preparation of proposal in providing any additional information required by the department to facilitate the evaluation process and in negotiating a definitive agreement and all such activities related to the bid process This RFP does not commit the department to award a contract or to engage in negotiations Further no reimbursable cost may be incurred in anticipation of award Proposal Validity The proposals shall be valid for a period of three 3 months from the date of opening of the proposals A proposal valid for a shorter period may be rejected as non
34. igures and in words the amount whichever is less shall govern In case of discrepancy between the total cost and unit cost the unit cost will prevail Packaging The items tendered are required to be securely packed as per B LS ISI standard trade practices for domestic sourcing international standard trade practices for international sourcing to avoid damages to the consignment in transit Insurance The consignment is required to be dispatched to the specified shipping location duly insured for transit insurance for all risks from the consigner s Warehouse to the consignee s Warehouse till the completion amp acceptance of erection installation of the main Equipment Instrument Transportation The transportation charges should be pre paid for delivery of consignment to the consignee on Door Delivery basis Inspection of Supplies Preliminary inspection of the stores shall be carried out by the supplier i e successful bidder on whom a Purchase Order is placed by the Department at the factory before dispatch The final joint inspection will be carried out at the consignee s site after receipt of the consignment In case of defective supply due to latent manufacturing defects the same has to be removed and replaced at the supplier s cost All the expenses incurred in replacement shall be borne by the supplier Installation amp Training The successful bidder would be required to install the equipment at the location spe
35. itted in duplicate required EMD Amount Bidder shall submit along with their bids Earnest Money deposit EMD of Rs 2 75 000 Rupees Two lakh seventy five thousand only Through Demand Draft drawn in favor of The Director Department of Mines and Geology Bangalore Payable at Bangalore Performance Bank Performance Bank Guarantee 15 of the value of the contract Guarantee to be submitted within 30 days of issue of letter of intent by the Department In case the successful bidder fails to deliver the goods the EMD and the performance Bank Guarantee will be forfeited In case they are delivered late then penalties will be deducted out of the payment and the EMD and performance Bank 4 page of 32 Directorate Department of Mines and Geology BANGALORE Guarantee will be returned after the supply of the goods The performance Bank Guarantee should be of any National Bank valid for a period of 6 months from the date of letter of intent with a provision of its further extension revalidation up to the period of one year from the date of completion site acceptance test or up to the warranty including extended warranty period whichever is later The specimen of performance Bank Guarantee would be provided to the successful bidder along with the issue of letter of intent Specification of Please see the Annexure I II and IH items to be supplied Eligibility Criteri
36. measurement for low noise low multi path error Receiver should be capable to log the data without controller in internal removable memory of GNSS receiver Accuracy High Precision static Horizontal 3mm 0 1ppm Vertical 3 5mm 0 4ppm PP Kinematic Horizontal 10mm 1 ppm Vertical 20mm 1 ppm Code accuracy Horizontal 0 25m Ippm RMS GNSS Antenna Multi frequency High gain integrated antenna with sub mm phase center repeatability General Specification Bluetooth Integrated Bluetooth to communicate between GPS and controller No of ports 1 no s RS232 ports 1 no of Power Data Bluetooth port Power Port 1 no of power port as above 21 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE with input voltage polarity protection Internal batteries Needs to supply 2 batteries for each receiver and needs to last for 10 hrs of field operation using 2 batteries Operating Temperature 40 degree C to 65 degree C Storage Temperature 40 degree C to 70 degree C Humidity 100 condensing and IP 68 Drops With stands pole drop onto concrete up to 1m Position Update Rate 20 Hz NMEA Needs to support Internal memory Minimum GB Charger External chargers 1
37. ndard Deviation 1 or better Least Count 0 1 Sec or better Automatic Level Compensator Type Dual axis Compensator with a working range of 4 Mins or better with quadruple Axis compensation Telescopic Magnification 30X or better DISTANCE MEASUREMENT MODE With Prism and Non Prism Measurement mode LASER SOURCE FOR DISTANCE MEASUREMENT Class 3 Laser MEASURING TIME 1 2 Sec DISTANCE ACCURACY With prism 1 mm 2 ppm mm Without prism 2 mm 2 ppm mm upto 500 meter DISTANCE MEASUREMENT RANGE Under Normal Atmospheric Condition i e 20 Kms Visibility With Single Prism 5000 meters or better Without Prism Range Kodak Grey 18 300 Meters or better Kodak Grey 90 900 Meters or better Instrument Tribrach Detachable tribrach for traversing application POWER SUPPLY Rechargeable Batteries Internal Battery Rechargeable Li ion internal batteries 1 No 1 No additional Working time upto 6 hrs each minimum 19 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE total capacity 12 hrs min for 2 batteries Charger for above Batteries with cables 1 Set External Battery Connectivity Instrument should be able to operate on external 6V battery
38. r the bank guarantee for 5 will be returned and at the end of 2nd year the bank guarantee for 2 will be returned and the at the end of 3rd year the bank guarantee for 8 will be returned in case there is no complaint on repair service In case of any penalties that need to 30 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE be imposed as per the RFP the same will be deducted and the Bank Guarantee will be returned at the end of first year So also at the end of the second year penalties if any as specified in the RFP will be deducted and the Bank Guarantee will be returned and at the end of the third year penalties if any as specified in the RFP will be deducted and the Bank Guarantee will be returned The penalty provisions as mentioned in Section 5 c and 5 d will continue In case the penalty amount is more than the Bank guarantee amount then the bank guarantee will be adjusted first and a notice to pay the remaining amount will be served to the supplier In case the supplier fails to pay the remaining penalty amount after bank guarantee is adjusted and after serving of notice the department will approach the civil court for recovery City of Bangalore will be the jurisdiction for any civil dispute g That the contractor will execute a Performance Guarantee for 15 of the cost of the
39. responsive g Amendments At any time prior to the deadline for submission of proposals the department for any reason may modify the RFP by amendment notified in writing or by fax or email to all bidders who have received this RFP and such amendment shall be binding on them The department at its discretion may extend the deadline for the submission of proposals Prices The department reserves the right to procure the components services listed in this RFP in whole or in part No adjustment of the contract price shall be made on account of any variations in costs of labor and materials or any other cost component including any tax or statutory duty affecting the total cost in fulfilling the obligations under the contract The contract price shall be the only payment payable by the department to the successful bidder for completion of the contractual obligations subject to the terms of payment specified in the contract The price should be inclusive of all duties taxes and insurance freight loading amp unloading charges handling charges out of pocket expenses amp other levies as applicable The prices should be quoted in INR Indian Rupees irrespective of the country 15 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE of sourcing In case of discrepancy between the amounts mentioned in f
40. sence of 1 Witness Address 2 Witness Address End of Document DIRECTOR 32 page of 32
41. t the inspection of the stores shall be carried out by the himself or by a Gazetted Officer deputed by him at the place mentioned in para a above and that the stores rejected must be removed by the contractor within a week from the date of rejection All stores not accepted shall lie at the risk of the contractor If not removed within the period specified above the shall have the right to dispose of such stores as he thinks fit at the risk of the contractor and on his account or if he prefers to charge him rent for the space occupied by same d that the time of delivery stated above shall be of the essence of the contract and should the 29 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE contractor fail to deliver the whole any part of the stores within the period specified in clause a and as per the sample the shall have the right to forfeit the deposit mentioned in clause f and to purchase the stores elsewhere which the contractor has failed to deliver as aforesaid at the expenses of the contractor and the contractor will be liable to pay such further sum as will be sufficient to meet the difference of cost between the rates tendered and those at which the purchases are actually made should they be higher This is without prejudice to action being taken under clause h thereof that the
42. transfer b Stylus with lanyard for touch screen operation c Wrist lanyard for the handheld unit d Li Ion battery rechargeable e AC Power Supply Warranty of preferably 2years and extended warranty of 1 year for the device Continues training for departmental officers atleast for 5 yr s with a minimum of 25 in each yr 27 page of 32 Request for Proposal for supply of 04 Numbers of Electronic Total Stations 03 Numbers of DGPS and 73 Numbers of GPS to Directorate Department of Mines and Geology BANGALORE ANNEXURE 4 WARRANTY CERTIFICATE We warrant that everything to be supplied by us hereunder shall be brand new free from all defects and faults in material workmanship and manufacture and shall be of the highest grade amp quality and consistent with the established and generally accepted standards for material of the type ordered shall be in full conformity with the specifications drawings of samples if any and shall operate properly We shall be fully responsible for its efficient operation In case of any latent defect or inconsistency due to poor manufacturing repair amp overhaul of the equipment instrument or defective supply not conforming to the specifications if observed at the time of final inspection and thereafter within 3 years from the date of acceptance we unconditionally undertake the guarantee to maintain repair supply free of cost the defectiv

Download Pdf Manuals

image

Related Search

Related Contents

American Standard Laundry Faucet 2086 User's Manual  Ficha Técnica de: BR99 Abrillantador trenes de lavado automáticos  Combi-Screen® PLUS - Analyticon® Biotechnologies AG  Bedienungsanleitung  Smeg CVB20LP freezer  "取扱説明書"  FISHER F70  AMAX panel 2000/AMAX panel 2000 EN  Roland MPX-80 Metaza Users Manual    

Copyright © All rights reserved.
Failed to retrieve file