Professional Documents
Culture Documents
AND
GOVERNMENT OF ODISHA
NATIONAL CYCLONE RISK MITIGATION PROJECT
(CREDIT NO: 5413 IN)
INTERNATIONAL COMPETETIVE BID DOCUMENT
PROCUREMENT OF
SUPPLY, INSTALLATION, COMMISSIONING AND
SERVICES FOR EARLY WARNING DISSEMINATION
SYSTEM FOR THE COASTAL DISTRICTS OF
ODISHA
IFB No: ODISHA/SRC/NCRMP/EWDS/0008/2015
Project
SL.
NO
1
2
3
4
5
DESCRIPTION
PROCUREMENT
OF
SUPPLY,
INSTALLATION, COMMISSIONING AND
SERVICES FOR EARLY WARNING
DISSEMINATION SYSTEM FOR THE
COASTAL DISTRICTS OF ODISHA
FROM : 27.11.2015 from 11.00 HRS
TO
: 18.01.2016 upto 15.00 HRS
19.01.2016 @ 15.00 HRS
PERIOD OF AVAILABILITY OF
BIDDING DOCUMENT ON WEB SITE
LAST DATE AND TIME FOR ONLINE
SUBMISSION OF BIDS
TIME AND DATE OF PRE BID 21.12.2015 @ 11.30 HRS
CONFERENCE
TIME AND DATE OF OPENING OF
21.01.2016 @ 15.00 HRS
BIDS (BIDS WILL BE OPENED ONLINE
BY THE AUTHORIZED OFFICERS)
CONTENTS
Notce Inviting Tender
Invitation for Bids (IFB)
Section I.
1-35
1-15
Section III. Eligible Countries for the Provision of Goods, Works, and Services in
1-2
Bank-Financed Procurement
Section IV. General Conditions of Contract
1-71
1-19
1-138
1-40
1-40
GOVERNMENT OF ODISHA
REVENUE & DISASTER MANAGEMENT (SPECIL RELIEF) DEPARTMENT
NATIONAL CYCLONE RISK MITIGATION PROJECT (NCRMP)
CREDIT NO: NCRMP - 5413 IN
Date: 23.11.2015
1. The National Cyclone Risk Mitigation Project (NCRMP) has been drawn up by the
Ministry of Home Affairs, Government of India with a view to mitigating the effects of
Cyclone and is being implemented in ODISHA with World Bank assistance. Revenue
(DM) Department (Special Relief) is the State Level Project Implementation Unit for
implementation of NCRMP Component A in Odisha.
2. Component A of the project relates to the Last Mile Connectivity of National Cyclone
Risk Mitigation Project (NCRMP) for the State of Odisha. The Project comprises of
Development of Early Warning Dissemination System (EWDS) connecting to the Last
Mile and Capacity building of all stakeholders in order to reduce the vulnerability of
coastal communities by addressing the existing gap in dissemination of warning of
Cyclones and other hydro-metrological disasters.
3. The Special Relief Commissioner, Government of Odisha now invites International Bids
for the Procurement of Installation, Commissioning, Supply and Services for Early
Warning Dissemination System (EWDS) through e- procurement system.
4. The Bid document is available online and the bids are to be submitted online through etendering portal https://tendersodisha.gov.in only. Bids submitted manually will not be
accepted. Bidders may download the Bid documents from the e Tendering Portal
4
at 15.00 Hrs. If the office happens to be closed on the date opening of bids as specified,
the bids will be opened on the next working day at the same time and venue.
8. Other details can be seen in the bidding documents. The Employer shall not be held liable
for any delays due to system failure beyond its control. Even though the system will
attempt to notify the bidders of any bid updates, the employer shall not be liable for any
information not received by the bidder. It is bidders responsibility to verify the website
for the latest information related to the tender.
9. The authority reserves the right to accept or reject (Fully/Partly) tender without assigning
any reason thereof.
10. The address for Communication is as under:
Special Relief Commissioner,
Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor,
Rajiv Bhawan, Unit 5, Bhubaneshwar 751001, Odisha,
India
Tel: +91-0674-2534180/2536721
FAX: +91-674-2534176
Email: SRCODISHANCRMP@GMAIL.COM
SRC.OR@NIC.IN
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
project that appeared in UNDB web site.
2. The Government of India has received a loan from the International Bank for
Reconstruction and Development toward the cost of Implementation of Component-A
of Last mile connectivity of NCRMP, and it intends to apply part of the proceeds of this
7
3.
4.
5.
6.
7.
8.
loan to payments under the agreement(s) resulting from this IFB Title: Procurement of
Supply, Installation, Commissioning and Services for Early Warning Dissemination
System for
the Coastal Districts of ODISHA and
IFB Number :
ODISHA/SRC/NCRMP/EWDS/0008/2015.
Special Relief Commissioner, Revenue and DM (Special Relief) Department
(Purchaser) is the State Level Project Implementation Unit for implementation of
NCRMP in ODISHA which serves as the implementing agency for the project and now
invites sealed bids from eligible Bidders for Supply, Installation, Commissioning and
Services for Early Warning Dissemination System for the Coastal Districts of ODISHA
including Training and Technical Support.
Bidding will be conducted using the International Competitive Bidding (ICB) procedures
specified in the World Banks Guidelines: Procurement under IBRD Loans and IDA
Credits, edition of and is open to all Bidders eligible as defined in these Guidelines, that
meet the following minimum qualification criteria as specified in the Bidding
Document.
Interested eligible Bidders may obtain further information from Special Relief
Commissioner, Revenue and DM (Special Relief) Department, Government of Odisha,
Ground Floor, Rajiv Bhawan, Bhubaneshwar 751001, India, Tel: +91-6742534180/2536721,
FAX: +91-674-2534176,
Email: SRCODISHANCRMP@GMAIL.COM, SRC.OR@NIC.IN
The complete set of Bid document is available online and the bids are to be submitted
online through e-tendering portal http://tendersodisha.gov.in only. Bids submitted
manually will not be accepted. Bidders may download the Bid documents from the e
Tendering Portal http://tendersodisha.gov.in
The original documents like Bid Security for Rs. 65,50,000/- as per the required format,
Bid document fee etc., as specified in Notice Inviting Tender shall be submitted to the
O/o Special Relief Commissioner, Revenue and DM (Special Relief) Department,
Government of Odisha, Rajiv Bhawan, Bhubaneshwar 751001, on or before
21.01.2016 up to 11.00 Hrs by Registered Post, Courier service or hand delivery.
Documents received after due date and time shall not be entertained
A pre-bid meeting will be held on date: 21.12.2015 @ 11.30 hrs at the o/o Special Relief
Commissioner, Revenue and DM Special Relief Department, Government of Odisha,
Rajiv Bhawan, Unit 5, Bhubaneshwar - 751001 , in which potential bidders may attend
as per schedule mentioned in Notice Inviting Tender (NIT).
Entry to Rajiv Bhawan is through FormH ,Visitors Pass issued by Secretariat Security
Section, Government of Odisha. Interested bidders desirous of attending prebid meeting
shall register themselves in individual on line at http://epass.ocac.in well in advance.
For issue of e-pass they must inform in writing to SRC Department or SRC Control
Name of Work
ODISHA/SRC/NC PROCUREMENT OF
RMP/EWDS/0008/ SUPPLY,
INSTALLATION,
2015
COMMISSIONING
AND SERVICES FOR
EARLY WARNING
DISSEMINATION
SYSTEM FOR THE
COASTAL DISTRICTS
OF ODISHA
Approximate
Value of
Work (Rs in
Lakhs)
3
3701.00
Bid
Security
(Rs. In
Lakhs)
4
65.50
Cost of
Period of
Document completion
(Rs. In
(in months)
Lakhs)
5
6
0.15
9
A. General........................................................................................................................... 3
1.
2.
3.
4.
5.
6.
7.
8.
C. Preparation of Bids...................................................................................................... 13
12.
13.
14.
15.
16.
17.
18.
19.
D. Submission of Bids....................................................................................................... 23
20.
21.
22.
23.
30.
Postqualification ................................................................................................... 32
Award Criteria ...................................................................................................... 33
Purchasers Right to Vary Quantities at Time of Award ........................................ 33
Purchasers Right to Accept Any Bid and to Reject Any or All Bids ..................... 34
Notification of Award ........................................................................................... 34
Signing of Contract ............................................................................................... 34
Performance Security............................................................................................ 34
Adjudicator........................................................................................................... 35
Instructions to Bidders
A. GENERAL
1. Scope of Bid
and Bidding
Process
2. Source of
Funds
1.1
The Purchaser named in the BDS and the SCC for GCC Clause
1.1 (b) (i), or its duly authorized Purchasing Agent if so
specified in the BDS (interchangeably referred to as the
Purchaser in these Bidding Documents), invites bids for the
supply and installation of the EWDS System (ES), as briefly
described in the BDS and specified in greater detail in these
Bidding Documents.
1.2
1.3
1.4
2.1
2.2
loan proceeds.
3. Fraud and
Corruption
3.1
(ii)
obstructive practice is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the
procurement process or contract execution for undue advantage is improper.
Another party refers to a public official acting in relation to the procurement process or contract execution].
In this context, public official includes World Bank staff and employees of other organizations taking or
reviewing procurement decisions.
A party refers to a public official; the terms benefit and obligation relate to the procurement process or
contract execution; and the act or omission is intended to influence the procurement process or contract
execution.
Parties refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non competitive levels.
(c)
(d)
(e)
3.2
3.3
writing.
4. Eligible
Bidders
3.4
4.1
A Bidder, and all parties constituting the Bidder, may have the
nationality of any country, subject to the restrictions specified in
Section III, Eligible Countries. A Bidder shall be deemed to
have the nationality of a country if the Bidder is a citizen or is
constituted, incorporated, or registered and operates in
conformity with the provisions of the laws of that country.
4.2
4.3
(b)
4.4
4.5
under:
5. Eligible Goods
and Services
(a)
(b)
(c)
4.6
4.7
5.1
5.2
(a)
(b)
Funds from Bank loans are disbursed only for expenditures for
an EWDS System made up of goods and services provided by
nationals of, and produced in or supplied from, eligible source
6. Qualifications
of the Bidder
5.3
6.1
(b)
(c)
(d)
6.3
(b)
(c)
(d)
(e)
(f)
10
11
7. Cost of
Bidding
7.1
The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
8. Site Visit
8.1
The Bidder may wish to visit and examine the site or sites of the
EWDS System and obtain for itself, at its own responsibility and
risk, all information that may be necessary for preparing the bid
and entering into the Contract. The costs of visiting the site or
sites shall be at the Bidders own expense.
8.2
The Purchaser will arrange for the Bidder and any of its
personnel or agents to gain access to the relevant site or sites,
provided that the Bidder gives the Purchaser adequate notice of a
proposed visit of at least fourteen (14) days. Alternatively, the
Purchaser may organize a site visit or visits concurrently with
the pre-bid meeting, as specified in the BDS for ITB Clause
10.2. Failure of a Bidder to make a site visit will not be a cause
for its disqualification.
8.3
9.1
9.2
Section II
Section III
Section IV
Section V
Section VI
Section VII
Sample Forms
12
10. Clarification of 10.1 A prospective Bidder requiring any clarification of the Bidding
Documents may notify the Purchaser through the e-procurement
Bidding
portal only as indicated in the BDS or raise his enquiries during
Documents
the pre-bid meeting if provided. The Purchaser will upload
and Pre-bid
clarifications to any request for clarification or modification of the
Meeting
Bidding Documents that it receives through the e-procurement portal,
no later than fifteen (15) days prior to the deadline for submission of
bids prescribed by the Purchaser. The Purchasers response (including
an explanation of the query but not identifying its source) will be
uploaded on the e-procurement portal. Clarifications submitted
through any other means will not be responded by the Purchaser.
Should the Purchaser deem it necessary to amend the Bidding
Document in the e-procurement portal, as a result of the request for
clarification, it shall do so following the procedure under ITB 11 and
ITB 21.2.
10.2 When specified in the BDS, the Purchaser will organize and
Bidders are welcome to attend a pre-bid meeting at the time and
place indicated in the BDS. The purpose of the meeting will be
to clarify issues and answer questions on any matter that may be
raised at this stage, with particular attention to issues related to
the Technical Requirements. Bidders are requested to submit
any questions in writing to reach the Purchaser not later than one
week before the meeting. Questions and answers will be
transmitted in accordance with ITB Clause 10.1. Minutes of the
meeting, including the questions raised and responses given,
together with any responses prepared after the meeting, will be
transmitted without delay to all those that received the Bidding
Documents from the Purchaser. Any modification to the
Bidding Documents listed in ITB Clause 9.1, which may
become necessary as a result of the pre-bid meeting or should the
Purchaser deem it necessary to amend the Bidding Document in the eprocurement portal, as a result of the request for clarification, it shall
do so following the procedure under ITB 11 and ITB 21.2.
11. Amendment of
Bidding
Documents
13
11.1 At any time prior to the deadline for submission of bids, the
Purchaser may, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective Bidder,
amend the Bidding Documents by issuing addenda in the eprocurement portal in accordance with ITB 10.1.
11.2 Any addendum issued shall be part of the Bidding Document
and shall be uploaded in the e-procurement portal. It is the
Bidders responsibility to check the e-procurement portal for any
updates..
11.3 In order to afford prospective Bidders reasonable time in which
to take the amendment into account in preparing their bids, the
Purchaser may, at its discretion, extend the deadline for the
submission of bids, in which case, the Purchaser will notify all
Bidders in writing of the extended deadline by issuing a
notification in the e-procurement portal.
C. PREPARATION OF BIDS
12. Language of
Bid
12.1 The bid prepared by the Bidder and all correspondence and
documents related to the bid exchanged by the Bidder and the
Purchaser shall be written in the language specified in the BDS,
or, if the BDS so provides, in either one of two languages
specified there. Any printed literature furnished by the Bidder
as part of its bid may be in a language not specified in the BDS,
as long as such literature is accompanied by a translation of its
pertinent passages into the language of the bid, in which case,
for purposes of interpretation of the bid, the translation shall
govern.
13. Documents
Comprising
the Bid
13.1 The bid submitted by the Bidder shall comprise of Two Parts;
Part-I (Technical Bid) and Part-II (Financial Bid):
13.2 Documents comprising the Part-I of the Bid (Technical Bid)
shall consists of:
(a)
(b)
(c)
14
(i)
(ii)
15
(2)
14.1 All Goods and Services identified in the Supply and Installation
Cost Sub-Table and the Recurrent Cost Sub-Table in Section VII
(Forms 2.5 and 2.6), and all other Goods and Services proposed
by the Bidder to fulfill the requirements of the EWDS System,
must be priced separately in the format of the same tables and
summarized in the corresponding Cost Summary Tables in the
same Section. Prices must be quoted in accordance with the
instructions provided in Section VII for the various cost tables,
in the manner specified below.
16
14.2 The price of items that the Bidder has left blank in the cost
tables provided in Section VII shall be assumed to be included
in the price of other items. Items omitted altogether from the
cost tables shall be assumed to be omitted from the bid and,
provided that the bid is substantially responsive, an adjustment
to the bid price will be made during evaluation in accordance
with ITB Clause 28.6 (c) (iii).
14.3 Unit prices must be quoted at a level of detail appropriate for
calculation of any partial deliveries or partial payments under
the contract, in accordance with the Implementation Schedule in
Section VI, and with GCC and SCC Clause 12 Terms of
Payment. Bidders may be required to provide a breakdown of
any composite or lump-sum items included in the Cost Tables.
14.4 The prices for Goods components of the System are to be
expressed and shall be defined and governed in accordance with
the rules prescribed in the edition of Incoterms specified in the
BDS, and quoted in the appropriate columns of the cost tables of
Section VII as follows:
(a)
(b)
(c)
Inland transportation:
Unless otherwise stated in the BDS, inland transportation,
insurance and related local costs incidental to the delivery
of the Goods to the designated Project Sites must be quoted
17
18
(b)
16.1 Pursuant to ITB Clause 13.1 (e) (iv), the Bidder shall furnish, as
16. Documents
part of its bid, documents establishing the conformity to the
Establishing
Bidding Documents of the EWDS System that the Bidder
the Conformity
proposes to supply and install under the Contract.
of the EWDS
System to the
16.2 The documentary evidence of conformity of the EWDS System
Bidding
to the Bidding Documents shall be in the form of written
Documents
descriptions, literature, diagrams, certifications, and client
references, including:
(a)
(b)
(c)
19
17.1 The BDS for this Clause specifies whether bids must be secured,
and if so, whether by a Bid-Securing Declaration or by a Bid
Security. If a Bid Security is required or optional, the BDS also
specifies the amount.
17.2 Securing the bids shall be substantially in accordance with the
related sample forms included in Section VII or other forms
approved by the Purchaser prior to bid submission. Bids must
remain secured for a period of 28 days beyond the validity
period of the bids, as extended, if applicable, in accordance with
ITB Clause 18.2. In case of a Bid Security, it shall also:
(a)
(b)
20
(d)
(b)
(c)
(d)
21
(b)
(ii)
18.1 Bids shall remain valid, at a minimum, for the period specified
in the BDS after the deadline date for bid submission prescribed
by the Purchaser, pursuant to ITB Clause 21. A bid valid for a
shorter period shall be rejected by the Purchaser as nonresponsive. For the convenience of Bidders, the BDS spells out
the minimal original expiration dates for the validity of the bid
and, if applicable pursuant to ITB Clause 17.1, for securing the
bid. However, Bidders are responsible for adjusting the dates in
the BDS in accordance with any extensions to the deadline date
of bid submission pursuant to ITB Clause 21.2.
18.2 In exceptional circumstances, prior to expiry of the bid validity
period, the Purchaser may request that the Bidders extend the
period of validity for a specified additional period. The request
and the responses to the request shall be made in writing. A
Bidder may refuse the request without risking execution of the
Bid-Securing Declaration or forfeiting the Bid Security, but in
this case the bid will be out of the competition for the award.
Except as provided in ITB Clause 18.3, a Bidder agreeing to the
request will not be required or permitted to modify its bid, but
22
19.1 The Bidder shall prepare the bid as describe in ITB 13.1 and ITB
13.2 and upload them in the e-procurement portal as specified in
the BDS.In addition, the Bidder shall produce originals of the
Bid Security and any other document as required and mentioned
elsewhere in the ITB, in the manner specified in the BDS. In the
event of discrepancy between the original and the uploaded
documents on e-procurement portal, the original shall prevail.
19.2 The bid shall be digitally signed by a person duly authorized to
sign on behalf of the Bidder. The authorization shall consist of a
written confirmation as specified in the BDS and shall be
uploaded along with the bid. The name and position held by
each person signing the authorization must be typed or printed
below the signature.
19.3 The bid shall contain no interlineations, erasures, or overwriting,
except to correct errors made by the Bidder, in which case such
corrections shall be initialed by the person or persons signing the
bid.
19.4 A bid submitted by a JVA/Consortium shall comply with the
following requirements:
(a) unless not required in accordance with ITB 6.2, be signed so as to
be legally binding on all partners; and
(b) include the representatives authorization referred to in ITB 6.2,
consisting of power of attorney signed by those legally
authorized to sign on behalf of the JVA/Consortium. A scanned
copy of the power of attorney shall be uploaded along with the
bid.
23
D. SUBMISSION OF BIDS
20. Sealing and
Marking of
Bids
20.1 The Bidder shall submit their bids electronically only, on the eprocurement portal as specified in the BDS. The bidder shall
submit bids into two separate electronic folders, i.e. Technical
Bid folder and Financial Bid folder. Procedures for digital
signing, encrypting and submitting the bids electronically, shall
be as specified in the BDS/e-procurement portal
(http://tendersodisha.gov.in).
20.2 The submission of original documents shall be as given below.
The envelope containing the original documents, as specified in
the BDS shall:
(a)
(b)
(c)
bear a warning not to open before the time and date for bid
opening.
22.1 The e-Procurement system would not allow any late submission
of bids after due date & time as per server system. After
electronic online proposal submission, the system generates a
unique identification number which is time stamped. This shall
be treated as acknowledgement of the bid submission. Any other
system functionality shall be specified in the BDS.
23. Withdrawal,
Substitution,
23.1 The Bidder may withdraw, substitute, or modify its bid on the eprocurement portal, in accordance with the e-Procurement
and
Modification of
Bids
24
process, not later than the date and time deadline for submission
of bids.
23.6 No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder
on the Letter of Bid or any extension thereof.
Modification/withdrawal of the Bid submitted through any other
means shall not be considered by the Purchaser.
25
26
28. Evaluation of
Part I
(Technical
Bids) and
Comparison of
Bids
28.1 The Purchaser will evaluate and compare the bids that have been
determined to be substantially responsive, pursuant to ITB
Clause 26. The evaluation of Part I of bids (Technical Bids)
with respect to bid security, qualification information and other
information furnished in Part I of the bid, shall be taken up and
completed and a list will be drawn up of the qualified bidders
whos Part II of bids, i.e. Financial Bids will be eligible for
opening. The evaluationwill be performed assuming either that:
(a)
(b)
27
(b)
Clow
T
X
1 X
C
Thigh
where
C
The bid with the highest Evaluated Bid Score (B) among
responsive bids shall be termed the Lowest Evaluated Bid and is
28
(ii)
(ii)
29
(d)
(e)
The score for each feature (i) within a category (j) will be
combined with the scores of features in the same category
as a weighted sum to form the Category Technical Score
using the following formula:
k
S j t ji w ji
i 1
where:
tji
wji
and
ji
i 1
(f)
30
T S j W j
j 1
where:
Sj
Wj
and
j 1
28.6 The Evaluated Bid Price (C) for each responsive bid will be
determined as the sum of the Adjusted Supply and Installation
Costs (P) plus the Recurrent Costs (R);
where the Adjusted Supply and Installation Costs (P) are
determined as:
(a)
(b)
(c)
(ii)
31
(d)
NM R
x
x
x 1 1 I
where
N = number of years of the Warranty Period, defined in
SCC Clause 29.4
M = number of years of the Post-Warranty Services
Period, as defined in SCC Clause 1.1.(e) (xii)
x
32
30.1 From the time of bid opening to the time of Contract award, if
any Bidder wishes to contact the Purchaser on any matter related
to the bid, it should do so in writing.
30.2 If a Bidder tries to directly influence the Purchaser or otherwise
interfere in the bid evaluation process and the Contract award
decision, its bid may be rejected.
31.1 The Purchaser will determine at its own cost and to its
satisfaction whether the Bidder (including Joint Venture
Partners, and any Subcontractors for which the BDS for ITB
Clause 6.1 (a) permits that their qualifications count towards the
required Bidder qualifications) that is selected as having
submitted the Lowest Evaluated Bid is qualified to perform the
Contract satisfactorily, in accordance with ITB Clause 6. If a
prequalification process was undertaken for the Contract(s) for
which these Bidding Documents were issued, the Purchaser will
determine in the manner described above that no material
changes have occurred after the prequalification that negatively
affect the ability of the Bidder that has submitted the Lowest
Evaluated Bid to perform the Contract.
33
32.1 Subject to ITB Clause 34, the Purchaser will award the Contract
to the Bidder whose bid has been determined to be substantially
responsive and the Lowest Evaluated Bid, provided further that
the Bidder has been determined to be qualified to perform the
Contract satisfactorily, pursuant to ITB Clause 31.
33. Purchasers
Right to Vary
Quantities at
Time of Award
33.1 The Purchaser reserves the right at the time of Contract award to
increase or decrease, by the percentage(s) indicated in the BDS,
any of the following:
(a)
(b)
(c)
34
34. Purchasers
Right to
Accept Any
Bid and to
Reject Any or
All Bids
34.1 The Purchaser reserves the right to accept or reject any bid or to
annul the bidding process and reject all bids at any time prior to
Contract award, without thereby incurring any liability to the
Bidders.
35. Notification of
Award
35.1 Prior to the expiration of the period of bid validity, the Purchaser
shall notify the successful Bidder, in writing, that its bid has
been accepted.
35.2 Until a formal Contract is prepared and executed, the
notification of award shall constitute a binding Contract.
35.3 The Purchaser shall promptly publish in UNDB online and on
the e-procurement portal the results, identifying the bid and lot
numbers and the following information: (i) name of each Bidder
who submitted a bid; (ii) bid prices as read out at bid opening;
(iii) name, evaluated price and, if the bidding conditions
included scoring for technical quality, the technical score of
each bid that was evaluated; (iv) name of Bidders whose bids
were rejected and the reasons for their rejection; and (v) name of
the winning Bidder, the price it offered, as well as the duration
and summary scope of the contract awarded. After publication
of the award, unsuccessful Bidders may make a request in
writing to the Purchaser for a debriefing seeking explanations on
the grounds on which their bids were not selected. The
Purchaser shall promptly respond in writing to any unsuccessful
Bidder who, after publication of contract award, requests a
debriefing.
35.4 Upon the successful Bidder furnishing the signed Contract
Agreement and the Performance Security pursuant to ITB
Clause 37, the Purchaser will promptly notify each unsuccessful
Bidder, and will discharge all remaining Bid Securities, if any,
as provided in ITB Clause 17.5 (c) and (d).
36. Signing of
Contract
36.1 At the same time as the Purchaser notifies the successful Bidder
that its bid has been accepted, the Purchaser will send the Bidder
the Contract Agreement provided in the Bidding Documents,
incorporating all agreements between the parties.
36.2 As soon as practically possible, but no more than twenty-eight
(28) days following receipt of the Contract Agreement, the
successful Bidder shall sign and date it, and return it to the
Purchaser.
37. Performance
Security
35
38. Adjudicator
38.1 Unless otherwise stated in the BDS, the Purchaser proposes that
the person named in the BDS be appointed as Adjudicator under
the Contract to assume the role of informal Contract dispute
mediator, as described in GCC Clause 6. In this case, a rsum
of the named person is attached to the BDS. The proposed
hourly fee for the Adjudicator is specified in the BDS. The
expenses that would be considered reimbursable to the
Adjudicator are also specified in the BDS. If a Bidder does not
accept the Adjudicator proposed by the Purchaser, it should state
its non-acceptance in its Bid Submission Form and make a
counterproposal of an Adjudicator and an hourly fee, attaching a
rsum of the alternative. If the successful Bidder and the
Adjudicator nominated in the BDS happen to be from the same
country, and this is not the country of the Purchaser too, the
Purchaser reserves the right to cancel the Adjudicator nominated
in the BDS and propose a new one. If by the day the Contract is
signed, the Purchaser and the successful Bidder have not agreed
on the appointment of the Adjudicator, the Adjudicator shall be
appointed, at the request of either party, by the Appointing
Authority specified in the SCC clause relating to GCC Clause
6.1.4, or if no Appointing Authority is specified there, the
Contract will be implemented without an Adjudicator.
A. General
ITB 1.1
ITB 1.2
ITB 1.4
Cell
after
online
verification
of
required
valid
4
and time.
Uploading technical bid & Price bid in PDF format only. The Scan
copy of all marked pages required to be scan and upload in PDF
format.
Bids cannot be submitted after due date and time. The bidder should ensure
correctness of the bid prior to uploading and take print out of the system
generated summary of submission to confirm successful uploading of bid. The bids cannot be opened even by the OIT or the Procurement Officer
Publisher/ opener before the due date and time of opening.
Each process in the e-procurement is time stamped and the system can detect
the time of log in of each user including the bidder.
The bidder should ensure clarity/legibility of the document uploaded by him to
the portal.
The bidder should check the system generated confirmation statement on the
status of the submission.
. The bidder should upload sufficiently ahead of the bid closure time to avoid
traffic rush and failure in the network.
. For all purpose, the server time displayed in the e-Procurement portal
https://tendersodisha.gov.in shall be the time to be followed by all the users.
. The Tender Inviting Officer is not responsible for any failure, malfunction or
breakdown of the electronic system used during the e-procurement process.
. SIGNING OF BID: The 'online bidder' shall digitally sign on all statements,
documents, certificates uploaded by him, owning responsibility for their
correctness/ authenticity as per IT ACT 2000. If any of the information
furnished by the bidder is found to be false/fabricated /bogus, his EMD/Bid
Security shall stand forfeited & his registration in the portal shall be blocked
and the bidder is liable to be blacklisted.
. SECURITY OF BID SUBMISSION: All bid uploaded by the bidder to the
portal will be encrypted.
. RESUBMISSION AND WITHDRAWAL OF BIDS:
Resubmission of bid by the bidders for any number of times before
the final date and time of submission is allowed.
Resubmission of bid shall require uploading of all documents
including price bid afresh.
If the bidder fails to submit his modified bids within the pre-defined
time of receipt, the system shall consider only the last bid submitted.
TECHNICAL:
i. The Prime Bidder and its Consortium Partners shall have ISO
9001:2008 certification. Certificate from competent authority
required to be submitted.
ii. Prime Bidder/Consortium Partner/ Subcontractor/ OEM/ OEM
Authorized Partner should have implemented at least two (2) radio
communication network comprising of repeaters, hand portable,
mobile/ static radio sets in last eight years costing not less than the
amount equal to INR 1,00,00,000/- each. Successful completion
certificate/ P.O. with delivery or Shipping Document or payment as
a proof from competent authority required to be submitted.
iii. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM/ OEM
Authorized Partner should have Implemented at least two (2)
satellite solutions (VSAT/Sat Phone etc.) in last eight years which
could be any kind of satellite phones and services costing not less
than the amount equal to INR 15,00,000/-each. Successful
completion certificate/P.O. with Delivery or Shipping Document or
payment as a proof from competent authority required to be
submitted.
iv. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM/ OEM
CONSORTIUM:
i.
10
Purchasers address:
Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Ground Floor, Rajiv Bhawan,
Bhubaneshwar 751001 Odisha
ITB 10.2
Dates, times, and places for the pre-bid meeting: As per Notice
Inviting Tender.
ITB 10.3
C. Preparation of Bids
ITB 12.1
ITB 14.1
ITB 14.4
11
transport risks, for arranging, at its cost, the inland transport of the
Goods to the Project Sites.
ITB 14.5
None.
ITB 14.7
None
ITB 16.3
ITB 17.1
ITB 17.7
If the Bidder incurs any of the actions prescribed in ITB Clause 17.7
(a) or (b), the Borrower will declare the Bidder ineligible to be
awarded contracts by the Employer for a period of 3 years.
ITB 18.1
The bid validity period shall be 180 days after the deadline for bid
12
ITB 19.3
ITB 19.4
D. Submission of Bids
ITB 20.1
13
bid submission
ITB 20.2 (a)
ITB 21.1
14
Time, date, and place for bid opening are: As per Notice inviting
Tender. Bidders who chose to attend bid opening can do so at the
place, date and time specified in IFB. For those Bidders who cannot
make it to bid opening physically, can participate virtual Bid
opening as per (ITB24). Only the Part-I (Technically Bid) shall be
opened.
ITB 24 (B)
ITB 27.1
ITB 28.1
ITB 28.4
ITB 28.5
Not Applicable.
15
Schedule.
ITB 28.6 (c) (ii)
Not Applicable.
Deleted
ITB 33.1
ITB 38.1
Eligible for this procurement are firms of, and goods manufactured in, all countries
2. In accordance with para. 1.8 (a) of the Guidelines: Procurement under IBRD Loans and
IDA Credits, firms of a Country or goods manufactured in a Country may be excluded if
(i) as a matter of law or official regulation, the Borrowers Country prohibits commercial
relations with that Country, provided that the Bank is satisfied that such exclusion does not
preclude effective competition for the supply of the goods or works required, or
(ii) by an Act of Compliance with a Decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Borrowers Country prohibits
any import of goods from that Country or any payments to persons or entities in that
Country.
3. For the information of borrowers and bidders, at the present time firms, goods and services
from the following countries are excluded from this bidding:
Table of Clauses
A. Contract and Interpretation ......................................................................................... 4
1.
2.
3.
4.
5.
6.
Definitions .............................................................................................................. 4
Contract Documents ............................................................................................. 11
Interpretation ........................................................................................................ 11
Notices ................................................................................................................. 14
Governing Law ..................................................................................................... 15
Settlement of Disputes .......................................................................................... 15
C. Payment ......................................................................................................................... 1
11.
12.
13.
14.
D. Intellectual Property.................................................................................................... 25
15.
16.
17.
Copyright ............................................................................................................. 25
Software License Agreements ............................................................................... 26
Confidential Information ...................................................................................... 28
Representatives ..................................................................................................... 29
Project Plan .......................................................................................................... 31
Subcontracting ...................................................................................................... 31
Design and Engineering ........................................................................................ 32
Procurement, Delivery, and Transport ................................................................... 35
Product Upgrades ................................................................................................. 37
Implementation, Installation, and Other Services .................................................. 38
Inspections and Tests ............................................................................................ 38
Installation of the System...................................................................................... 39
Commissioning and Operational Acceptance ........................................................ 40
1.1
contract elements
(i)
(ii)
(v)
(vi)
(b)
entities
(i)
(ii)
(v)
(vi)
scope
(i)
(ii)
(v)
(vi)
(x)
(xi)
activities
(i)
(ii)
(v)
(vi)
(e)
(i)
(ii)
(iii)
(iv)
10
World Bank as defined in the Procurement Guidelines.
(Note: The World Bank maintains a list of countries from
which Bidders, Goods, and Services are not eligible to
participate in procurement financed by the Bank. The list
is regularly updated and can be obtained from the Public
Information Center of the Bank or its web site on
procurement. A copy of the list is contained in the Section
of the Bidding Documents entitled Eligible Countries for
the Provision of Goods, Works, and Services in BankFinanced Procurement).
(v)
(vi)
(x)
(xi)
11
and/or technical support services for the System, either
under this Contract or under separate contract(s).
(xiii) The Coverage Period means the Days of the Week and
the hours of those Days during which maintenance,
operational, and/or technical support services (if any) must
be available.
2. Contract
Documents
2.1
3. Interpretation
3.1
Governing Language
The singular shall include the plural and the plural the singular,
except where the context otherwise requires.
3.3
Headings
The headings and marginal notes in the GCC are included for
ease of reference and shall neither constitute a part of the
Contract nor affect its interpretation.
3.4
Persons
Incoterms
12
Unless inconsistent with any provision of the Contract, the
meaning of any trade term and the rights and obligations of
parties there under shall be as prescribed by the current
Incoterms (Incoterms 2000 or a more recent version if
and as published). Incoterms are the international rules for
interpreting trade terms published by the International
Chamber of Commerce, 38 Cours Albert 1er, 75008 Paris,
France.
3.6
Entire Agreement
Amendment
Independent Supplier
Joint Venture
13
firms shall be jointly and severally bound to the Purchaser
for the fulfillment of the provisions of the Contract and
shall designate one of such firms to act as a leader with
authority to bind the Joint Venture. The composition or
constitution of the Joint Venture shall not be altered
without the prior consent of the Purchaser.
3.10 Nonwaiver
3.10.1
Subject to GCC Clause 3.10.2 below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, nor shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
3.10.2
Any waiver of a partys rights, powers, or remedies
under the Contract must be in writing, must be dated and
signed by an authorized representative of the party granting
such waiver, and must specify the right and the extent to
which it is being waived.
3.11 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition,
invalidity, or unenforceability shall not affect the validity
or enforceability of any other provisions and conditions of
the Contract.
3.12 Country of Origin
Origin means the place where the Information
Technologies, Materials, and other Goods for the System
were produced or from which the Services are supplied.
Goods are produced when, through manufacturing,
processing, Software development, or substantial and
major assembly or integration of components, a
commercially recognized product results that is
substantially different in basic characteristics or in purpose
or utility from its components. The Origin of Goods and
Services is distinct from the nationality of the Supplier and
may be different.
14
4. Notices
4.1
4.3
15
address of the Supplier's Representative and the fallback
address of the Supplier are as specified in Appendix 1 of
the Contract Agreement or as subsequently
established/amended.
5. Governing Law
5.1
6. Settlement of
Disputes
6.1
Adjudication
16
expenditures incurred in the execution of duties as
Adjudicator, and these costs shall be divided equally
between the Purchaser and the Supplier.
6.1.4 Should the Adjudicator resign or die, or should the
Purchaser and the Supplier agree that the Adjudicator is
not fulfilling his or her functions in accordance with the
provisions of the Contract, a new Adjudicator shall be
jointly appointed by the Purchaser and the Supplier.
Failing agreement between the two within twenty-eight
(28) days, the new Adjudicator shall be appointed at the
request of either party by the Appointing Authority
specified in the SCC, or, if no Appointing Authority is
specified in SCC, the Contract shall, from this point
onward and until the parties may otherwise agree on an
Adjudicator or an Appointing Authority, be implemented
as if there is no Adjudicator.
6.2
Arbitration
6.2.1 If
(a) the Purchaser or the Supplier is dissatisfied with the
Adjudicators decision and acts before this decision
has become final and binding pursuant to GCC Clause
6.1.2, or
(b) the Adjudicator fails to give a decision within the
allotted time from referral of the dispute pursuant to
GCC Clause 6.1.2, and the Purchaser or the Supplier
acts within the following fourteen (14) days, or
(c) in the absence of an Adjudicator from the Contract
Agreement, the mutual consultation pursuant to GCC
Clause 6.1.1 expires without resolution of the dispute
and the Purchaser or the Supplier acts within the
following fourteen (14) days,
then either the Purchaser or the Supplier may act to give
notice to the other party, with a copy for information to the
Adjudicator in case an Adjudicator had been involved, of
its intention to commence arbitration, as provided below,
as to the matter in dispute, and no arbitration in respect of
this matter may be commenced unless such notice is given.
6.2.2 Any dispute in respect of which a notice of intention to
17
commence arbitration has been given, in accordance with
GCC Clause 6.2.1, shall be finally settled by arbitration.
Arbitration may be commenced prior to or after Installation
of the Information System.
6.2.3 Arbitration proceedings shall be conducted in accordance
with the rules of procedure specified in the SCC.
6.3
(b)
the Purchaser shall pay the Supplier any monies due the
Supplier.
7.1
7.2
7.3
18
8. Time for
Commencement
and Operational
Acceptance
9. Suppliers
Responsibilities
8.1
8.2
9.1
The Supplier shall conduct all activities with due care and
diligence, in accordance with the Contract and with the skill and
care expected of a competent provider of information
technologies, information systems, support, maintenance, training,
and other related services, or in accordance with best industry
practices. In particular, the Supplier shall provide and employ
only technical personnel who are skilled and experienced in their
respective callings and supervisory staff who are competent to
adequately supervise the work at hand.
19
9.2
The Supplier confirms that it has entered into this Contract on the
basis of a proper examination of the data relating to the System
provided by the Purchaser and on the basis of information that the
Supplier could have obtained from a visual inspection of the site
(if access to the site was available) and of other data readily
available to the Supplier relating to the System as at the date
twenty-eight (28) days prior to bid submission. The Supplier
acknowledges that any failure to acquaint itself with all such data
and information shall not relieve its responsibility for properly
estimating the difficulty or cost of successfully performing the
Contract.
9.3
9.4
9.5
The Supplier shall comply with all applicable laws in force in the
Purchasers Country. The laws will include all national,
provincial, municipal, or other laws that affect the performance of
the Contract and are binding upon the Supplier. The Supplier
shall indemnify and hold harmless the Purchaser from and against
any and all liabilities, damages, claims, fines, penalties, and
expenses of whatever nature arising or resulting from the violation
of such laws by the Supplier or its personnel, including the
Subcontractors and their personnel, but without prejudice to GCC
Clause 10.1. The Supplier shall not indemnify the Purchaser to
the extent that such liability, damage, claims, fines, penalties, and
expenses were caused or contributed to by a fault of the Purchaser.
20
10. Purchasers
Responsibilities
9.6
The Supplier shall, in all dealings with its labor and the labor of its
Subcontractors currently employed on or connected with the
Contract, pay due regard to all recognized festivals, official
holidays, religious or other customs, and all local laws and
regulations pertaining to the employment of labor.
9.7
9.8
9.9
10.1 The Purchaser shall ensure the accuracy of all information and/or
data to be supplied by the Purchaser to the Supplier, except when
otherwise expressly stated in the Contract.
10.2 The Purchaser shall be responsible for timely provision of all
resources, information, and decision making under its control that
are necessary to reach an Agreed and Finalized Project Plan
(pursuant to GCC Clause 19.2) within the time schedule specified
in the Implementation Schedule in the Technical Requirements
Section. Failure to provide such resources, information, and
decision making may constitute grounds for Termination pursuant
to GCC Clause 41.3.1 (b).
10.3 The Purchaser shall be responsible for acquiring and providing legal
and physical possession of the site and access to it, and for providing
possession of and access to all other areas reasonably required for the
proper execution of the Contract.
10.4 If requested by the Supplier, the Purchaser shall use its best
endeavors to assist the Supplier in obtaining in a timely and
21
expeditious manner all permits, approvals, and/or licenses
necessary for the execution of the Contract from all local, state, or
national government authorities or public service undertakings that
such authorities or undertakings require the Supplier or
Subcontractors or the personnel of the Supplier or Subcontractors,
as the case may be, to obtain.
10.5 In such cases where the responsibilities of specifying and
acquiring or upgrading telecommunications and/or electric power
services falls to the Supplier, as specified in the Technical
Requirements, SCC, Agreed and Finalized Project Plan, or other
parts of the Contract, the Purchaser shall use its best endeavors to
assist the Supplier in obtaining such services in a timely and
expeditious manner.
10.6 The Purchaser shall be responsible for timely provision of all
resources, access, and information necessary for the Installation
and Operational Acceptance of the System (including, but not
limited to, any required telecommunications or electric power
services), as identified in the Agreed and Finalized Project Plan,
except where provision of such items is explicitly identified in the
Contract as being the responsibility of the Supplier. Delay by the
Purchaser may result in an appropriate extension of the Time for
Operational Acceptance, at the Suppliers discretion.
10.7 Unless otherwise specified in the Contract or agreed upon by the
Purchaser and the Supplier, the Purchaser shall provide sufficient,
properly qualified operating and technical personnel, as required
by the Supplier to properly carry out Delivery, Precommissioning, Installation, Commissioning, and Operational
Acceptance, at or before the time specified in the Technical
Requirements Sections Implementation Schedule and the Agreed
and Finalized Project Plan.
10.8 The Purchaser will designate appropriate staff for the training
courses to be given by the Supplier and shall make all appropriate
logistical arrangements for such training as specified in the
Technical Requirements, SCC, the Agreed and Finalized Project
Plan, or other parts of the Contract.
10.9 The Purchaser assumes primary responsibility for the Operational
Acceptance Test(s) for the System, in accordance with GCC
Clause 27.2, and shall be responsible for the continued operation
of the System after Operational Acceptance. However, this shall
not limit in any way the Suppliers responsibilities after the date of
22
Operational Acceptance otherwise specified in the Contract.
10.10 The Purchaser is responsible for performing and safely storing
timely and regular backups of its data and Software in accordance
with accepted data management principles, except where such
responsibility is clearly assigned to the Supplier elsewhere in the
Contract.
10.11 All costs and expenses involved in the performance of the
obligations under this GCC Clause 10 shall be the responsibility of
the Purchaser, save those to be incurred by the Supplier with
respect to the performance of the Operational Acceptance Test(s),
in accordance with GCC Clause 27.2.
10.12
C. PAYMENT
11. Contract Price
(b)
12. Terms of
Payment
12.1 The Suppliers request for payment shall be made to the Purchaser
in writing, accompanied by an invoice describing, as appropriate,
the System or Subsystem(s), Delivered, Pre-commissioned,
Installed, and Operationally Accepted, and by documents
submitted pursuant to GCC Clause 22.5 and upon fulfillment of
other obligations stipulated in the Contract.
The Contract Price shall be paid as specified in the SCC.
12.2 No payment made by the Purchaser herein shall be deemed to
23
constitute acceptance by the Purchaser of the System or any
Subsystem(s).
12.3 Payments shall be made promptly by the Purchaser, but in no case
later than forty five (45) days after submission of a valid invoice
by the Supplier. In the event that the Purchaser fails to make any
payment by its respective due date or within the period set forth in
the Contract, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate(s) specified in the
SCC for the period of delay until payment has been made in full,
whether before or after judgment or arbitration award.
12.4 All payments shall be made in the currency(ies) specified in the
Contract Agreement, pursuant to GCC Clause 11. For Goods and
Services supplied locally, payments shall be made in the currency
of the Purchasers Country, unless otherwise specified in the
SCC.
12.5 Unless otherwise specified in the SCC, payment of the foreign
currency portion of the Contract Price for Goods supplied from
outside the Purchasers Country shall be made to the Supplier
through an irrevocable letter of credit opened by an authorized
bank in the Suppliers Country and will be payable on presentation
of the appropriate documents. It is agreed that the letter of credit
will be subject to Article 10 of the latest revision of Uniform
Customs and Practice for Documentary Credits, published by the
International Chamber of Commerce, Paris.
13. Securities
24
Purchaser. The way the value of the security is deemed to become
reduced and, eventually, voided is as specified in the SCC. The
security shall be returned to the Supplier immediately after its
expiration.
13.3 Performance Security
13.3.1 The Supplier shall, within twenty-eight (28) days of the
notification of Contract award, provide a security for the due
performance of the Contract in the amount and currency specified
in the SCC.
13.3.2 The security shall be a bank guarantee in the form provided in
the Sample Forms Section of the Bidding Documents, or it shall
be in another form acceptable to the Purchaser.
13.3.3 The security shall automatically become null and void once all
the obligations of the Supplier under the Contract have been
fulfilled, including, but not limited to, any obligations during the
Warranty Period and any extensions to the period. The security
shall be returned to the Supplier no later than twenty-eight (28)
days after its expiration.
13.3.4 Upon Operational Acceptance of the entire System, the security
shall be reduced to the amount specified in the SCC, on the date of
such Operational Acceptance, so that the reduced security would
only cover the remaining warranty obligations of the Supplier.
25
Purchasers country, and only if these taxes, levies and/or duties
are also excluded from the Contract Price in Article 2 of the
Contract Agreement and the Price Schedule it refers to.
14.3 If any tax exemptions, reductions, allowances, or privileges may
be available to the Supplier in the Purchasers Country, the
Purchaser shall use its best efforts to enable the Supplier to benefit
from any such tax savings to the maximum allowable extent.
14.4 For the purpose of the Contract, it is agreed that the Contract Price
specified in Article 2 (Contract Price and Terms of Payment) of
the Contract Agreement is based on the taxes, duties, levies, and
charges prevailing at the date twenty-eight (28) days prior to the
date of bid submission in the Purchasers Country (also called
Tax in this GCC Clause 14.4). If any Tax rates are increased or
decreased, a new Tax is introduced, an existing Tax is abolished,
or any change in interpretation or application of any Tax occurs in
the course of the performance of the Contract, which was or will
be assessed on the Supplier, its Subcontractors, or their employees
in connection with performance of the Contract, an equitable
adjustment to the Contract Price shall be made to fully take into
account any such change by addition to or reduction from the
Contract Price, as the case may be.
D. INTELLECTUAL PROPERTY
15. Copyright
26
Custom Software, including any license agreements, and with
respect to Custom Materials or elements of the Custom Materials,
are specified in the SCC. Subject to the SCC, the Intellectual
Property Rights in all Custom Software and Custom Materials
specified in Appendices 4 and 5 of the Contract Agreement (if
any) shall, at the date of this Contract or on creation of the rights
(if later than the date of this Contract), vest in the Purchaser. The
Supplier shall do and execute or arrange for the doing and
executing of each necessary act, document, and thing that the
Purchaser may consider necessary or desirable to perfect the right,
title, and interest of the Purchaser in and to those rights. In respect
of such Custom Software and Custom Materials, the Supplier shall
ensure that the holder of a moral right in such an item does not
assert it, and the Supplier shall, if requested to do so by the
Purchaser and where permitted by applicable law, ensure that the
holder of such a moral right waives it.
15.5 The parties shall enter into such (if any) escrow arrangements in
relation to the Source Code to some or all of the Software as are
specified in the SCC and in accordance with the SCC.
16.1 Except to the extent that the Intellectual Property Rights in the
Software vest in the Purchaser, the Supplier hereby grants to the
Purchaser license to access and use the Software, including all
inventions, designs, and marks embodied in the Software.
Such license to access and use the Software shall:
(a)
be:
(i)
nonexclusive;
(ii)
(b)
27
Requirements and/or the Suppliers bid), plus a
backup computer(s) of the same or similar capacity, if
the primary is(are) inoperative, and during a
reasonable transitional period when use is being
transferred between primary and backup;
(ii)
(v)
(vi)
(vii) disclosed to, and reproduced for use by, the Purchaser
and by such other persons as are specified in the SCC
(and the Purchaser may sublicense such persons to use
and copy for use the Software), subject to the same
restrictions as are set forth in this Contract.
28
16.2 The Standard Software may be subject to audit by the Supplier, in
accordance with the terms specified in the SCC, to verify
compliance with the above license agreements.
17. Confidential
Information
(b)
in which event the Receiving Party shall ensure that the person to whom
it furnishes Confidential Information of the Disclosing Party is
aware of and abides by the Receiving Partys obligations under
this GCC Clause 17 as if that person were party to the Contract in
place of the Receiving Party.
17.4 The Purchaser shall not, without the Suppliers prior written
consent, use any Confidential Information received from the
Supplier for any purpose other than the operation, maintenance
and further development of the System. Similarly, the Supplier
shall not, without the Purchasers prior written consent, use any
Confidential Information received from the Purchaser for any
purpose other than those that are required for the performance of
29
the Contract.
17.5 The obligation of a party under GCC Clauses 17.1 through 17.4
above, however, shall not apply to that information which:
(a)
(b)
(c)
17.6 The above provisions of this GCC Clause 17 shall not in any way
modify any undertaking of confidentiality given by either of the
parties to this Contract prior to the date of the Contract in respect
of the System or any part thereof.
17.7 The provisions of this GCC Clause 17 shall survive the
termination, for whatever reason, of the Contract for three (3)
years or such longer period as may be specified in the SCC.
Representatives
30
Clause 4.
18.2 Suppliers Representative
18.2.1 If the Suppliers Representative is not named in the Contract,
then within fourteen (14) days of the Effective Date, the Supplier
shall appoint the Suppliers Representative and shall request the
Purchaser in writing to approve the person so appointed. The
request must be accompanied by a detailed curriculum vitae for
the nominee, as well as a description of any other System or nonSystem responsibilities the nominee would retain while
performing the duties of the Suppliers Representative. If the
Purchaser does not object to the appointment within fourteen (14)
days, the Suppliers Representative shall be deemed to have been
approved. If the Purchaser objects to the appointment within
fourteen (14) days giving the reason therefor, then the Supplier
shall appoint a replacement within fourteen (14) days of such
objection in accordance with this GCC Clause 18.2.1.
18.2.2 Subject to the extensions and/or limitations specified in the SCC
(if any), the Suppliers Representative shall have the authority to
represent the Supplier on all day-to-day matters relating to the
System or arising from the Contract, and shall normally be the
person giving or receiving notices on behalf of the Supplier
pursuant to GCC Clause 4.
18.2.3 The Supplier shall not revoke the appointment of the Suppliers
Representative without the Purchasers prior written consent,
which shall not be unreasonably withheld. If the Purchaser
consents to such an action, the Supplier shall appoint another
person of equal or superior qualifications as the Suppliers
Representative, pursuant to the procedure set out in GCC Clause
18.2.1.
18.2.4 The Suppliers Representative and staff are obliged to work
closely with the Purchasers Project Manager and staff, act within
their own authority, and abide by directives issued by the
Purchaser that are consistent with the terms of the Contract. The
Suppliers Representative is responsible for managing the
activities of its personnel and any subcontracted personnel.
18.2.5 The Suppliers Representative may, subject to the approval of
the Purchaser (which shall not be unreasonably withheld), at any
time delegate to any person any of the powers, functions, and
authorities vested in him or her. Any such delegation may be
revoked at any time. Any such delegation or revocation shall be
31
subject to a prior notice signed by the Suppliers Representative
and shall specify the powers, functions, and authorities thereby
delegated or revoked. No such delegation or revocation shall take
effect unless and until the notice of it has been delivered.
18.2.6 Any act or exercise by any person of powers, functions and
authorities so delegated to him or her in accordance with GCC
Clause 18.2.5 shall be deemed to be an act or exercise by the
Suppliers Representative.
18.3 Objections and Removals
18.3.1 The Purchaser may by notice to the Supplier object to any
representative or person employed by the Supplier in the execution
of the Contract who, in the reasonable opinion of the Purchaser,
may have behaved inappropriately, be incompetent, or be
negligent. The Purchaser shall provide evidence of the same,
whereupon the Supplier shall remove such person from work on
the System.
18.3.2 If any representative or person employed by the Supplier is
removed in accordance with GCC Clause 18.3.1, the Supplier
shall, where required, promptly appoint a replacement.
19.
Project Plan
20.
Subcontracting
32
Agreement specifies critical items of supply or services and a list
of Subcontractors for each item that are considered acceptable by
the Purchaser. If no Subcontractors are listed for an item, the
Supplier shall prepare a list of Subcontractors it considers
qualified and wishes to be added to the list for such items. The
Supplier may from time to time propose additions to or deletions
from any such list. The Supplier shall submit any such list or any
modification to the list to the Purchaser for its approval in
sufficient time so as not to impede the progress of work on the
System. The Purchaser shall not withhold such approval
unreasonably. Such approval by the Purchaser of a
Subcontractor(s) shall not relieve the Supplier from any of its
obligations, duties, or responsibilities under the Contract.
20.2 The Supplier may, at its discretion, select and employ
Subcontractors for such critical items from those Subcontractors
listed pursuant to GCC Clause 20.1. If the Supplier wishes to
employ a Subcontractor not so listed, or subcontract an item not so
listed, it must seek the Purchasers prior approval under GCC
Clause 20.3.
20.3 For items for which pre-approved Subcontractor lists have not
been specified in Appendix 3 to the Contract Agreement, the
Supplier may employ such Subcontractors as it may select,
provided: (i) the Supplier notifies the Purchaser in writing at least
twenty-eight (28) days prior to the proposed mobilization date for
such Subcontractor; and (ii) by the end of this period either the
Purchaser has granted its approval in writing or fails to respond.
The Supplier shall not engage any Subcontractor to which the
Purchaser has objected in writing prior to the end of the notice
period. The absence of a written objection by the Purchaser
during the above specified period shall constitute formal
acceptance of the proposed Subcontractor. Except to the extent
that it permits the deemed approval of the Purchaser of
Subcontractors not listed in the Contract Agreement, nothing in
this Clause, however, shall limit the rights and obligations of
either the Purchaser or Supplier as they are specified in GCC
Clauses 20.1 and 20.2, in the SCC, or in Appendix 3 of the
Contract Agreement.
21.
Design
and 21.1 Technical Specifications and Drawings
Engineering
21.1.1 The Supplier shall execute the basic and detailed design and the
implementation activities necessary for successful installation of
the System in compliance with the provisions of the Contract or,
33
where not so specified, in accordance with good industry practice.
The Supplier shall be responsible for any discrepancies, errors or
omissions in the specifications, drawings, and other technical
documents that it has prepared, whether such specifications,
drawings, and other documents have been approved by the Project
Manager or not, provided that such discrepancies, errors, or
omissions are not because of inaccurate information furnished in
writing to the Supplier by or on behalf of the Purchaser.
21.1.2 The Supplier shall be entitled to disclaim responsibility for any
design, data, drawing, specification, or other document, or any
modification of such design, drawings, specification, or other
documents provided or designated by or on behalf of the
Purchaser, by giving a notice of such disclaimer to the Project
Manager.
21.2 Codes and Standards
Wherever references are made in the Contract to codes and standards in
accordance with which the Contract shall be executed, the edition
or the revised version of such codes and standards current at the
date twenty-eight (28) days prior to date of bid submission shall
apply unless otherwise specified in the SCC. During Contract
execution, any changes in such codes and standards shall be
applied after approval by the Purchaser and shall be treated in
accordance with GCC Clause 39.3.
21.3 Approval/Review of Technical Documents by the Project Manager
21.3.1 The Supplier shall prepare and furnish to the Project Manager
the documents as specified in the SCC for the Project Managers
approval or review.
Any part of the System covered by or related to the documents to be
approved by the Project Manager shall be executed only after the
Project Managers approval of these documents.
GCC Clauses 21.3.2 through 21.3.7 shall apply to those documents
requiring the Project Managers approval, but not to those
furnished to the Project Manager for its review only.
21.3.2 Within fourteen (14) days after receipt by the Project Manager
of any document requiring the Project Managers approval in
accordance with GCC Clause 21.3.1, the Project Manager shall
either return one copy of the document to the Supplier with its
approval endorsed on the document or shall notify the Supplier in
34
writing of its disapproval of the document and the reasons for
disapproval and the modifications that the Project Manager
proposes. If the Project Manager fails to take such action within
the fourteen (14) days, then the document shall be deemed to have
been approved by the Project Manager.
21.3.3 The Project Manager shall not disapprove any document except
on the grounds that the document does not comply with some
specified provision of the Contract or that it is contrary to good
industry practice.
21.3.4 If the Project Manager disapproves the document, the Supplier
shall modify the document and resubmit it for the Project
Managers approval in accordance with GCC Clause 21.3.2. If the
Project Manager approves the document subject to
modification(s), the Supplier shall make the required
modification(s), and the document shall then be deemed to have
been approved, subject to GCC Clause 21.3.5. The procedure set
out in GCC Clauses 21.3.2 through 21.3.4 shall be repeated, as
appropriate, until the Project Manager approves such documents.
21.3.5 If any dispute occurs between the Purchaser and the Supplier in
connection with or arising out of the disapproval by the Project
Manager of any document and/or any modification(s) to a
document that cannot be settled between the parties within a
reasonable period, then, in case the Contract Agreement includes
and names an Adjudicator, such dispute may be referred to the
Adjudicator for determination in accordance with GCC Clause 6.1
(Adjudicator). If such dispute is referred to an Adjudicator, the
Project Manager shall give instructions as to whether and if so,
how, performance of the Contract is to proceed. The Supplier
shall proceed with the Contract in accordance with the Project
Managers instructions, provided that if the Adjudicator upholds
the Suppliers view on the dispute and if the Purchaser has not
given notice under GCC Clause 6.1.2, then the Supplier shall be
reimbursed by the Purchaser for any additional costs incurred by
reason of such instructions and shall be relieved of such
responsibility or liability in connection with the dispute and the
execution of the instructions as the Adjudicator shall decide, and
the Time for Achieving Operational Acceptance shall be extended
accordingly.
21.3.6 The Project Managers approval, with or without modification
of the document furnished by the Supplier, shall not relieve the
Supplier of any responsibility or liability imposed upon it by any
35
provisions of the Contract except to the extent that any subsequent
failure results from modifications required by the Project Manager
or inaccurate information furnished in writing to the Supplier by
or on behalf of the Purchaser.
21.3.7 The Supplier shall not depart from any approved document
unless the Supplier has first submitted to the Project Manager an
amended document and obtained the Project Managers approval
of the document, pursuant to the provisions of this GCC Clause
21.3. If the Project Manager requests any change in any already
approved document and/or in any document based on such an
approved document, the provisions of GCC Clause 39 (Changes to
the System) shall apply to such request.
22.
36
below:
22.5.1 For Goods supplied from outside the Purchasers Country:
Upon shipment, the Supplier shall notify the Purchaser and the insurance
company contracted by the Supplier to provide cargo insurance by
telex, cable, facsimile, electronic mail, or EDI with the full details
of the shipment. The Supplier shall promptly send the following
documents to the Purchaser by mail or courier, as appropriate,
with a copy to the cargo insurance company:
(a)
(b)
(c)
insurance certificate;
(d)
(e)
22.5.2 For Goods supplied locally (i.e., from within the Purchasers
country):
Upon shipment, the Supplier shall notify the Purchaser by telex, cable,
facsimile, electronic mail, or EDI with the full details of the
shipment. The Supplier shall promptly send the following
documents to the Purchaser by mail or courier, as appropriate:
(a)
(b)
(c)
certificate of insurance;
(d)
(e)
The Purchaser will bear responsibility for, and cost of, customs
clearance into the Purchaser's country in accordance the particular
Incoterm(s) used for Goods supplied from outside the Purchasers
country in the Price Schedules referred to by Article 2 of the
37
Contract Agreement.
23.
Product
Upgrades
(b)
(i)
(ii)
38
in the Purchasers country, and no later than twelve (12) months
after they are released in the country of origin of the Software.
23.5 The Purchaser shall introduce all new versions, releases or updates
of the Software within eighteen (18) months of receipt of a
production-ready copy of the new version, release, or update,
provided that the new version, release, or update does not
adversely affect System operation or performance or require
extensive reworking of the System. In cases where the new
version, release, or update adversely affects System operation or
performance, or requires extensive reworking of the System, the
Supplier shall continue to support and maintain the version or
release previously in operation for as long as necessary to allow
introduction of the new version, release, or update. In no case
shall the Supplier stop supporting or maintaining a version or
release of the Software less than twenty four (24) months after the
Purchaser receives a production-ready copy of a subsequent
version, release, or update. The Purchaser shall use all reasonable
endeavors to implement any new version, release, or update as
soon as practicable, subject to the twenty-four-month-long stop
date.
24.
Implementation, 24.1 The Supplier shall provide all Services specified in the Contract
and Agreed and Finalized Project Plan in accordance with the
Installation, and
Other Services
highest standards of professional competence and integrity.
24.2 Prices charged by the Supplier for Services, if not included in the
Contract, shall be agreed upon in advance by the parties
(including, but not restricted to, any prices submitted by the
Supplier in the Recurrent Cost Schedules of its Bid) and shall not
exceed the prevailing rates charged by the Supplier to other
purchasers in the Purchasers Country for similar services.
25.
Inspections and 25.1 The Purchaser or its representative shall have the right to inspect
and/or test any components of the System, as specified in the
Tests
Technical Requirements, to confirm their good working order
and/or conformity to the Contract at the point of delivery and/or at
the Project Site.
25.2 The Purchaser or its representative shall be entitled to attend any
such inspections and/or tests of the components, provided that the
Purchaser shall bear all costs and expenses incurred in connection
with such attendance, including but not limited to all inspection
agent fees, travel, and related expenses.
25.3 Should the inspected or tested components fail to conform to the
39
Contract, the Purchaser may reject the component(s), and the
Supplier shall either replace the rejected component(s), or make
alterations as necessary so that it meets the Contract requirements
free of cost to the Purchaser.
25.4 The Project Manager may require the Supplier to carry out any
inspection and/or test not specified in the Contract, provided that
the Suppliers reasonable costs and expenses incurred in the
carrying out of such inspection and/or test shall be added to the
Contract Price. Further, if such inspection and/or test impedes the
progress of work on the System and/or the Suppliers performance
of its other obligations under the Contract, due allowance will be
made in respect of the Time for Achieving Operational
Acceptance and the other obligations so affected.
25.5 If any dispute shall arise between the parties in connection with or
caused by an inspection and/or with regard to any component to be
incorporated in the System that cannot be settled amicably
between the parties within a reasonable period of time, either party
may invoke the process pursuant to GCC Clause 6 (Settlement of
Disputes), starting with referral of the matter to the Adjudicator in
case an Adjudicator is included and named in the Contract
Agreement.
26.
Installation
the System
40
promptly carry out retesting of the System or Subsystem and,
when in the Suppliers opinion the System or Subsystem is ready
for Commissioning and Operational Acceptance Testing, notify
the Purchaser in writing, in accordance with GCC Clause 26.1.
The procedure set out in this GCC Clause 26.2 shall be repeated,
as necessary, until an Installation Certificate is issued.
26.3 If the Project Manager fails to issue the Installation Certificate and
fails to inform the Supplier of any defects and/or deficiencies
within fourteen (14) days after receipt of the Suppliers notice
under GCC Clause 26.1, or if the Purchaser puts the System or a
Subsystem into production operation, then the System (or
Subsystem) shall be deemed to have achieved successful
Installation as of the date of the Suppliers notice or repeated
notice, or when the Purchaser put the System into production
operation, as the case may be.
27.
(b)
(c)
27.1.2 The Purchaser shall supply the operating and technical personnel
and all materials and information reasonably required to enable the
Supplier to carry out its obligations with respect to
Commissioning.
Production use of the System or Subsystem(s) shall not commence prior
to the start of formal Operational Acceptance Testing.
27.2 Operational Acceptance Tests
27.2.1 The Operational Acceptance Tests (and repeats of such tests)
shall be the primary responsibility of the Purchaser (in accordance
with GCC Clause 10.9), but shall be conducted with the full
cooperation of the Supplier during Commissioning of the System
(or major components or Subsystem[s] if specified in the SCC and
41
supported by the Technical Requirements), to ascertain whether
the System (or major component or Subsystem[s]) conforms to the
Technical Requirements and meets the standard of performance
quoted in the Suppliers bid, including, but not restricted to, the
functional and technical performance requirements. The
Operational Acceptance Tests during Commissioning will be
conducted as specified in the SCC, the Technical Requirements
and/or the Agreed and Finalized Project Plan.
At the Purchasers discretion, Operational Acceptance Tests may
also be performed on replacement Goods, upgrades and new
version releases, and Goods that are added or field-modified after
Operational Acceptance of the System.
27.2.2 If for reasons attributable to the Purchaser, the Operational
Acceptance Test of the System (or Subsystem[s] or major
components, pursuant to the SCC for GCC Clause 27.2.1) cannot
be successfully completed within the period specified in the SCC,
from the date of Installation or any other period agreed upon in
writing by the Purchaser and the Supplier, the Supplier shall be
deemed to have fulfilled its obligations with respect to the
technical and functional aspects of the Technical Specifications,
SCC and/or the Agreed and Finalized Project Plan, and GCC
Clause 28.2 and 28.3 shall not apply.
27.3 Operational Acceptance
27.3.1 Subject to GCC Clause 27.4 (Partial Acceptance) below,
Operational Acceptance shall occur in respect of the System, when
(a)
(b)
(c)
the Purchaser has put the System into production or use for sixty
(60) consecutive days. If the System is put into production or use
in this manner, the Supplier shall notify the Purchaser and
document such use.
27.3.2 At any time after any of the events set out in GCC Clause 27.3.1
42
have occurred, the Supplier may give a notice to the Project
Manager requesting the issue of an Operational Acceptance
Certificate.
27.3.3 After consultation with the Purchaser, and within fourteen (14)
days after receipt of the Suppliers notice, the Project Manager
shall:
(a)
(b)
(c)
or
(b)
43
technical and functional aspects of the Contract, and GCC Clauses
30.3 and 30.4 shall not apply.
27.3.6 If within fourteen (14) days after receipt of the Suppliers notice
the Project Manager fails to issue the Operational Acceptance
Certificate or fails to inform the Supplier in writing of the
justifiable reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the System or Subsystem
shall be deemed to have been accepted as of the date of the
Suppliers said notice.
27.4 Partial Acceptance
27.4.1 If so specified in the SCC for GCC Clause 27.2.1, Installation
and Commissioning shall be carried out individually for each
identified major component or Subsystem(s) of the System. In
this event, the provisions in the Contract relating to Installation
and Commissioning, including the Operational Acceptance Test,
shall apply to each such major component or Subsystem
individually, and Operational Acceptance Certificate(s) shall be
issued accordingly for each such major component or Subsystem
of the System, subject to the limitations contained in GCC Clause
27.4.2.
27.4.2 The issuance of Operational Acceptance Certificates for
individual major components or Subsystems pursuant to GCC
Clause 27.4.1 shall not relieve the Supplier of its obligation to
obtain an Operational Acceptance Certificate for the System as an
integrated whole (if so specified in the SCC for GCC Clauses 12.1
and 27.2.1) once all major components and Subsystems have been
supplied, installed, tested, and commissioned.
27.4.3 In the case of minor components for the System that by their
nature do not require Commissioning or an Operational
Acceptance Test (e.g., minor fittings, furnishings or site works,
etc.), the Project Manager shall issue an Operational Acceptance
Certificate within fourteen (14) days after the fittings and/or
furnishings have been delivered and/or installed or the site works
have been completed. The Supplier shall, however, use all
reasonable endeavors to promptly remedy any defects or
deficiencies in such minor components detected by the Purchaser
or Supplier.
44
45
29.1 The Supplier warrants that the System, including all Information
Technologies, Materials, and other Goods supplied and Services
provided, shall be free from defects in the design, engineering,
Materials, and workmanship that prevent the System and/or any of
its components from fulfilling the Technical Requirements or that
limit in a material fashion the performance, reliability, or
extensibility of the System and/or Subsystems. Exceptions and/or
limitations, if any, to this warranty with respect to Software (or
categories of Software), shall be as specified in the SCC.
Commercial warranty provisions of products supplied under the
Contract shall apply to the extent that they do not conflict with the
provisions of this Contract.
29.2 The Supplier also warrants that the Information Technologies,
Materials, and other Goods supplied under the Contract are new,
unused, and incorporate all recent improvements in design that
materially affect the Systems or Subsystems ability to fulfill the
Technical Requirements.
29.3 In addition, the Supplier warrants that: (i) all Goods components
to be incorporated into the System form part of the Suppliers
and/or Subcontractors current product lines, (ii) they have been
previously released to the market, and (iii) those specific items
identified in the SCC (if any) have been in the market for at least
the minimum periods specified in the SCC.
29.4 The Warranty Period shall commence from the date of Operational
Acceptance of the System (or of any major component or
Subsystem for which separate Operational Acceptance is provided
for in the Contract) and shall extend for the length of time
specified in the SCC.
29.5 If during the Warranty Period any defect as described in GCC
Clause 29.1 should be found in the design, engineering, Materials,
and workmanship of the Information Technologies and other
Goods supplied or of the Services provided by the Supplier, the
Supplier shall promptly, in consultation and agreement with the
Purchaser regarding appropriate remedying of the defects, and at
its sole cost, repair, replace, or otherwise make good (as the
Supplier shall, at its discretion, determine) such defect as well as
any damage to the System caused by such defect. Any defective
Information Technologies or other Goods that have been replaced
by the Supplier shall remain the property of the Supplier.
29.6 The Supplier shall not be responsible for the repair, replacement,
46
or making good of any defect or of any damage to the System
arising out of or resulting from any of the following causes:
(a)
(b)
(c)
use of the System with items not supplied by the Supplier, unless
otherwise identified in the Technical Requirements, or approved
by the Supplier; or
(d)
29.7 The Suppliers obligations under this GCC Clause 29 shall not
apply to:
(a)
(b)
29.8 The Purchaser shall give the Supplier a notice promptly following
the discovery of such defect, stating the nature of any such defect
together with all available evidence. The Purchaser shall afford all
reasonable opportunity for the Supplier to inspect any such defect.
The Purchaser shall afford the Supplier all necessary access to the
System and the site to enable the Supplier to perform its
obligations under this GCC Clause 29.
29.9 The Supplier may, with the consent of the Purchaser, remove from
the site any Information Technologies and other Goods that are
defective, if the nature of the defect, and/or any damage to the
System caused by the defect, is such that repairs cannot be
expeditiously carried out at the site. If the repair, replacement, or
making good is of such a character that it may affect the efficiency
of the System, the Purchaser may give the Supplier notice
requiring that tests of the defective part be made by the Supplier
immediately upon completion of such remedial work, whereupon
the Supplier shall carry out such tests.
If such part fails the tests, the Supplier shall carry out further repair,
replacement, or making good (as the case may be) until that part of
47
the System passes such tests. The tests shall be agreed upon by
the Purchaser and the Supplier.
29.10 If the Supplier fails to commence the work necessary to remedy
such defect or any damage to the System caused by such defect
within the time period specified in the SCC, the Purchaser may,
following notice to the Supplier, proceed to do such work or
contract a third party (or parties) to do such work, and the
reasonable costs incurred by the Purchaser in connection with such
work shall be paid to the Purchaser by the Supplier or may be
deducted by the Purchaser from any monies due the Supplier or
claimed under the Performance Security.
29.11 If the System or Subsystem cannot be used by reason of such
defect and/or making good of such defect, the Warranty Period for
the System shall be extended by a period equal to the period
during which the System or Subsystem could not be used by the
Purchaser because of such defect and/or making good of such
defect.
29.12 Items substituted for defective parts of the System during the
Warranty Period shall be covered by the Defect Liability Warranty
for the remainder of the Warranty Period applicable for the part
replaced or three (3) months, whichever is greater.
29.13 At the request of the Purchaser and without prejudice to any other
rights and remedies that the Purchaser may have against the
Supplier under the Contract, the Supplier will offer all possible
assistance to the Purchaser to seek warranty services or remedial
action from any subcontracted third-party producers or licensor of
Goods included in the System, including without limitation
assignment or transfer in favor of the Purchaser of the benefit of
any warranties given by such producers or licensors to the
Supplier.
30. Functional
Guarantees
48
30.2 If, for reasons attributable to the Supplier, the System does not
conform to the Technical Requirements or does not conform to all
other aspects of the Contract, the Supplier shall at its cost and
expense make such changes, modifications, and/or additions to the
System as may be necessary to conform to the Technical
Requirements and meet all functional and performance standards.
The Supplier shall notify the Purchaser upon completion of the
necessary changes, modifications, and/or additions and shall
request the Purchaser to repeat the Operational Acceptance Tests
until the System achieves Operational Acceptance.
30.3 If the System (or Subsystem[s]) fails to achieve Operational
Acceptance, the Purchaser may consider termination of the
Contract, pursuant to GCC Clause 41.2.2, and forfeiture of the
Suppliers Performance Security in accordance with GCC Clause
13.3 in compensation for the extra costs and delays likely to result
from this failure.
31. Intellectual
Property Rights
Warranty
(b)
(c)
do not and will not infringe any Intellectual Property Rights held by any
third party and that it has all necessary rights or at its sole expense
shall have secured in writing all transfers of rights and other
consents necessary to make the assignments, licenses, and other
transfers of Intellectual Property Rights and the warranties set
forth in the Contract, and for the Purchaser to own or exercise all
Intellectual Property Rights as provided in the Contract. Without
limitation, the Supplier shall secure all necessary written
agreements, consents, and transfers of rights from its employees
and other persons or entities whose services are used for
development of the System.
32. Intellectual
Property Rights
Indemnity
32.1 The Supplier shall indemnify and hold harmless the Purchaser and
its employees and officers from and against any and all losses,
liabilities, and costs (including losses, liabilities, and costs
incurred in defending a claim alleging such a liability), that the
Purchaser or its employees or officers may suffer as a result of any
infringement or alleged infringement of any Intellectual Property
49
Rights by reason of:
(a)
(b)
(c)
32.2 Such indemnity shall not cover any use of the System, including
the Materials, other than for the purpose indicated by or to be
reasonably inferred from the Contract, any infringement resulting
from the use of the System, or any products of the System
produced thereby in association or combination with any other
goods or services not supplied by the Supplier, where the
infringement arises because of such association or combination
and not because of use of the System in its own right.
32.3 Such indemnities shall also not apply if any claim of infringement:
(a)
(b)
(c)
32.4 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Clause
32.1, the Purchaser shall promptly give the Supplier notice of such
proceedings or claims, and the Supplier may at its own expense
and in the Purchasers name conduct such proceedings or claim
and any negotiations for the settlement of any such proceedings or
claim.
If the Supplier fails to notify the Purchaser within twenty-eight (28) days
after receipt of such notice that it intends to conduct any such
proceedings or claim, then the Purchaser shall be free to conduct
the same on its own behalf. Unless the Supplier has so failed to
notify the Purchaser within the twenty-eight (28) days, the
50
Purchaser shall make no admission that may be prejudicial to the
defense of any such proceedings or claim. The Purchaser shall, at
the Suppliers request, afford all available assistance to the
Supplier in conducting such proceedings or claim and shall be
reimbursed by the Supplier for all reasonable expenses incurred in
so doing.
32.5 The Purchaser shall indemnify and hold harmless the Supplier and
its employees, officers, and Subcontractors from and against any
and all losses, liabilities, and costs (including losses, liabilities,
and costs incurred in defending a claim alleging such a liability)
that the Supplier or its employees, officers, or Subcontractors may
suffer as a result of any infringement or alleged infringement of
any Intellectual Property Rights arising out of or in connection
with any design, data, drawing, specification, or other documents
or materials provided to the Supplier in connection with this
Contract by the Purchaser or any persons (other than the Supplier)
contracted by the Purchaser, except to the extent that such losses,
liabilities, and costs arise as a result of the Suppliers breach of
GCC Clause 32.8.
32.6 Such indemnity shall not cover
(a)
(b)
(b)
51
or any persons contracted by the Purchaser.
32.8 If any proceedings are brought or any claim is made against the
Supplier arising out of the matters referred to in GCC Clause 32.5,
the Supplier shall promptly give the Purchaser notice of such
proceedings or claims, and the Purchaser may at its own expense
and in the Suppliers name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or
claim. If the Purchaser fails to notify the Supplier within twentyeight (28) days after receipt of such notice that it intends to
conduct any such proceedings or claim, then the Supplier shall be
free to conduct the same on its own behalf. Unless the Purchaser
has so failed to notify the Supplier within the twenty-eight (28)
days, the Supplier shall make no admission that may be prejudicial
to the defense of any such proceedings or claim. The Supplier
shall, at the Purchasers request, afford all available assistance to
the Purchaser in conducting such proceedings or claim and shall
be reimbursed by the Purchaser for all reasonable expenses
incurred in so doing.
33. Limitation of
Liability
33.1 Provided the following does not exclude or limit any liabilities of
either party in ways not permitted by applicable law:
(a)
(b)
G. RISK DISTRIBUTION
34. Transfer of
Ownership
52
(Copyright) and any elaboration in the Technical Requirements.
34.3 Ownership of the Suppliers Equipment used by the Supplier and
its Subcontractors in connection with the Contract shall remain
with the Supplier or its Subcontractors.
35.1 The Purchaser shall become responsible for the care and custody
of the System or Subsystems upon their Delivery. The Purchaser
shall make good at its own cost any loss or damage that may occur
to the System or Subsystems from any cause from the date of
Delivery until the date of Operational Acceptance of the System or
Subsystems, pursuant to GCC Clause 27 (Commissioning and
Operational Acceptance), excepting such loss or damage arising
from acts or omissions of the Supplier, its employees, or
subcontractors.
35.2 If any loss or damage occurs to the System or any part of the
System by reason of:
(a)
(b)
(c)
the Purchaser shall pay to the Supplier all sums payable in respect
of the System or Subsystems that have achieved Operational
Acceptance, notwithstanding that the same be lost, destroyed, or
damaged. If the Purchaser requests the Supplier in writing to
make good any loss or damage to the System thereby occasioned,
the Supplier shall make good the same at the cost of the Purchaser
in accordance with GCC Clause 39. If the Purchaser does not
request the Supplier in writing to make good any loss or damage
53
to the System thereby occasioned, the Purchaser shall either
request a change in accordance with GCC Clause 39, excluding
the performance of that part of the System thereby lost, destroyed,
or damaged, or, where the loss or damage affects a substantial part
of the System, the Purchaser shall terminate the Contract pursuant
to GCC Clause 41.1.
35.3 The Purchaser shall be liable for any loss of or damage to any
Suppliers Equipment which the Purchaser has authorized to
locate within the Purchaser's premises for use in fulfillment of
Supplier's obligations under the Contract, except where such loss
or damage arises from acts or omissions of the Supplier, its
employees, or subcontractors.
36. Loss of or
Damage to
Property;
Accident or
Injury to
Workers;
Indemnification
36.1 The Supplier and each and every Subcontractor shall abide by the
job safety, insurance, customs, and immigration measures
prevalent and laws in force in the Purchasers Country.
36.2 Subject to GCC Clause 36.3, the Supplier shall indemnify and
hold harmless the Purchaser and its employees and officers from
and against any and all losses, liabilities and costs (including
losses, liabilities, and costs incurred in defending a claim alleging
such a liability) that the Purchaser or its employees or officers may
suffer as a result of the death or injury of any person or loss of or
damage to any property (other than the System, whether accepted
or not) arising in connection with the supply, installation, testing,
and Commissioning of the System and by reason of the negligence
of the Supplier or its Subcontractors, or their employees, officers
or agents, except any injury, death, or property damage caused by
the negligence of the Purchaser, its contractors, employees,
officers, or agents.
36.3 If any proceedings are brought or any claim is made against the
Purchaser that might subject the Supplier to liability under GCC
Clause 36.2, the Purchaser shall promptly give the Supplier notice
of such proceedings or claims, and the Supplier may at its own
expense and in the Purchasers name conduct such proceedings or
claim and any negotiations for the settlement of any such
proceedings or claim. If the Supplier fails to notify the Purchaser
within twenty-eight (28) days after receipt of such notice that it
intends to conduct any such proceedings or claim, then the
Purchaser shall be free to conduct the same on its own behalf.
Unless the Supplier has so failed to notify the Purchaser within the
twenty-eight (28) day period, the Purchaser shall make no
admission that may be prejudicial to the defense of any such
54
proceedings or claim. The Purchaser shall, at the Suppliers
request, afford all available assistance to the Supplier in
conducting such proceedings or claim and shall be reimbursed by
the Supplier for all reasonable expenses incurred in so doing.
36.4 The Purchaser shall indemnify and hold harmless the Supplier and
its employees, officers, and Subcontractors from any and all
losses, liabilities, and costs (including losses, liabilities, and costs
incurred in defending a claim alleging such a liability) that the
Supplier or its employees, officers, or Subcontractors may suffer
as a result of the death or personal injury of any person or loss of
or damage to property of the Purchaser, other than the System not
yet achieving Operational Acceptance, that is caused by fire,
explosion, or any other perils, in excess of the amount recoverable
from insurances procured under GCC Clause 37 (Insurances),
provided that such fire, explosion, or other perils were not caused
by any act or failure of the Supplier.
36.5 If any proceedings are brought or any claim is made against the
Supplier that might subject the Purchaser to liability under GCC
Clause 36.4, the Supplier shall promptly give the Purchaser notice
of such proceedings or claims, and the Purchaser may at its own
expense and in the Suppliers name conduct such proceedings or
claim and any negotiations for the settlement of any such
proceedings or claim. If the Purchaser fails to notify the Supplier
within twenty-eight (28) days after receipt of such notice that it
intends to conduct any such proceedings or claim, then the
Supplier shall be free to conduct the same on its own behalf.
Unless the Purchaser has so failed to notify the Supplier within the
twenty-eight (28) days, the Supplier shall make no admission that
may be prejudicial to the defense of any such proceedings or
claim. The Supplier shall, at the Purchasers request, afford all
available assistance to the Purchaser in conducting such
proceedings or claim and shall be reimbursed by the Purchaser for
all reasonable expenses incurred in so doing.
36.6 The party entitled to the benefit of an indemnity under this GCC
Clause 36 shall take all reasonable measures to mitigate any loss
or damage that has occurred. If the party fails to take such
measures, the other partys liabilities shall be correspondingly
reduced.
37. Insurances
37.1 The Supplier shall at its expense take out and maintain in effect, or
cause to be taken out and maintained in effect, during the
performance of the Contract, the insurance set forth below. The
55
identity of the insurers and the form of the policies shall be subject
to the approval of the Purchaser, who should not unreasonably
withhold such approval.
(a)
56
policies.
37.3 The Supplier shall deliver to the Purchaser certificates of
insurance (or copies of the insurance policies) as evidence that the
required policies are in full force and effect.
37.4 The Supplier shall ensure that, where applicable, its
Subcontractor(s) shall take out and maintain in effect adequate
insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such Subcontractors
are covered by the policies taken out by the Supplier.
37.5 If the Supplier fails to take out and/or maintain in effect the
insurance referred to in GCC Clause 37.1, the Purchaser may take
out and maintain in effect any such insurance and may from time
to time deduct from any amount due the Supplier under the
Contract any premium that the Purchaser shall have paid to the
insurer or may otherwise recover such amount as a debt due from
the Supplier.
37.6 Unless otherwise provided in the Contract, the Supplier shall
prepare and conduct all and any claims made under the policies
effected by it pursuant to this GCC Clause 37, and all monies
payable by any insurers shall be paid to the Supplier. The
Purchaser shall give to the Supplier all such reasonable assistance
as may be required by the Supplier in connection with any claim
under the relevant insurance policies. With respect to insurance
claims in which the Purchasers interest is involved, the Supplier
shall not give any release or make any compromise with the
insurer without the prior written consent of the Purchaser. With
respect to insurance claims in which the Suppliers interest is
involved, the Purchaser shall not give any release or make any
compromise with the insurer without the prior written consent of
the Supplier.
38.1 Force Majeure shall mean any event beyond the reasonable
control of the Purchaser or of the Supplier, as the case may be, and
which is unavoidable notwithstanding the reasonable care of the
party affected and shall include, without limitation, the following:
(a)
(b)
57
terrorist acts;
(c)
(d)
(e)
(f)
58
either partys right to terminate the Contract under GCC Clause
38.6.
38.5 No delay or nonperformance by either party to this Contract
caused by the occurrence of any event of Force Majeure shall:
(a)
(b)
(subject to GCC Clauses 35.2, 38.3, and 38.4) give rise to any
claim for damages or additional cost or expense occasioned by the
delay or nonperformance,
if, and to the extent that, such delay or nonperformance is caused by the
occurrence of an event of Force Majeure.
38.6 If the performance of the Contract is substantially prevented,
hindered, or delayed for a single period of more than sixty (60)
days or an aggregate period of more than one hundred and twenty
(120) days on account of one or more events of Force Majeure
during the time period covered by the Contract, the parties will
attempt to develop a mutually satisfactory solution, failing which,
either party may terminate the Contract by giving a notice to the
other.
38.7 In the event of termination pursuant to GCC Clause 38.6, the
rights and obligations of the Purchaser and the Supplier shall be as
specified in GCC Clauses 41.1.2 and 41.1.3.
38.8 Notwithstanding GCC Clause 38.5, Force Majeure shall not apply
to any obligation of the Purchaser to make payments to the
Supplier under this Contract.
59
compatibility of the Change envisaged with the nature of
the System as originally specified in the Contract.
A Change may involve, but is not restricted to, the
substitution of updated Information Technologies and
related Services in accordance with GCC Clause 23
(Product Upgrades).
39.1.2
39.1.3
39.1.4
39.1.5
60
Acceptance;
(c) detailed estimated cost of the Change;
(d) effect on Functional Guarantees (if any);
(e) effect on any other provisions of the Contract.
39.2.2
39.2.3
39.2.4
39.2.5
61
of compliance with the Request for Change Proposal and
with all other Change Orders that have already become
binding upon the Supplier under this GCC Clause 39
would be to increase or decrease the Contract Price as
originally set forth in Article 2 (Contract Price) of the
Contract Agreement by more than fifteen (15) percent,
the Supplier may give a written notice of objection to this
Request for Change Proposal prior to furnishing the
Change Proposal. If the Purchaser accepts the Suppliers
objection, the Purchaser shall withdraw the proposed
Change and shall notify the Supplier in writing of its
acceptance.
The Suppliers failure to so object to a Request for
Change Proposal shall neither affect its right to object to
any subsequent requested Changes or Change Orders, nor
affect its right to take into account, when making such
subsequent objection, the percentage increase or decrease
in the Contract Price that any Change not objected to by
the Supplier represents.
39.2.6
39.2.7
62
GCC Clause 6 (Settlement of Disputes).
39.3 Changes Originating from Supplier
If the Supplier proposes a Change pursuant to GCC Clause 39.1.2,
the Supplier shall submit to the Project Manager a written
Application for Change Proposal, giving reasons for the
proposed Change and including the information specified in GCC
Clause 39.2.1. Upon receipt of the Application for Change
Proposal, the parties shall follow the procedures outlined in GCC
Clauses 39.2.6 and 39.2.7. However, should the Purchaser choose
not to proceed or the Purchaser and the Supplier cannot come to
agreement on the change during any validity period that the
Supplier may specify in its Application for Change Proposal, the
Supplier shall not be entitled to recover the costs of preparing the
Application for Change Proposal, unless subject to an agreement
between the Purchaser and the Supplier to the contrary.
40. Extension of
Time for
Achieving
Operational
Acceptance
40.1
(a)
(b)
(c)
63
(d)
41. Termination
40.2
40.3
41.1
41.1.1
41.1.2
(a)
(b)
64
(c)
(d)
(i)
(ii)
(iii)
41.1.3
(a)
(b)
(c)
(d)
(e)
65
Clauses 41.1.3 (a) through (d) above.
41.2
41.2.1
(a)
(b)
(c)
(i)
(ii)
Another party refers to a public official acting in relation to the procurement process or contract execution].
In this context, public official includes World Bank staff and employees of other organizations taking or
reviewing procurement decisions.
66
or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
(iii)
(iv)
(v)
obstructive practice is
(aa)
(bb)
41.2.2
If the Supplier:
(a)
(b)
(c)
A party refers to a public official; the terms benefit and obligation relate to the procurement process or
contract execution; and the act or omission is intended to influence the procurement process or contract
execution.
Parties refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non competitive levels.
67
(d)
(a)
(b)
(c)
(d)
(e)
68
with the System.
41.2.4
41.2.5
41.2.6
41.3
Termination by Supplier
41.3.1
If:
(a)
the Purchaser has failed to pay the Supplier any sum due
under the Contract within the specified period, has failed
to approve any invoice or supporting documents without
69
just cause pursuant to the SCC, or commits a substantial
breach of the Contract, the Supplier may give a notice to
the Purchaser that requires payment of such sum, with
interest on this sum as stipulated in GCC Clause 12.3,
requires approval of such invoice or supporting
documents, or specifies the breach and requires the
Purchaser to remedy the same, as the case may be. If the
Purchaser fails to pay such sum together with such
interest, fails to approve such invoice or supporting
documents or give its reasons for withholding such
approval, fails to remedy the breach or take steps to
remedy the breach within fourteen (14) days after receipt
of the Suppliers notice; or
(b)
70
action in consequence of debt.
41.3.3
(a)
(b)
(c)
(d)
(i)
(ii)
(iii)
41.3.4
41.3.5
71
42. Assignment
41.4
41.5
42.l
Table of Clauses
A. Contract and Interpretation ......................................................................................... 4
1.
2.
3.
4.
5.
6.
C. Payment ......................................................................................................................... 7
11.
12.
13.
14.
D. Intellectual Property.................................................................................................... 10
15.
16.
17.
GCC 1.1 (b) (ii) P Project Manager, O/o Special Relief Commissioner, Revenue and DM
(Special Relief) Department, Government of Odisha, Ground Floor, Rajiv
Bhawan, Bhubaneshwar 751001 Odisha
GCC 1.1. (e) (xii) The AMC Period is 3 years starting with the completion of the Two
Years Warranty Period.
2.
GCC 2
3.
GCC 3.1.1
4.
GCC 4.3
5.
GCC 5.1
6.
GCC 6.1.4
GCC 6.2.3
The Suppliers obligations under the Contract will include the recurrent
cost items, as identified in the Recurrent Cost tables in the Suppliers Bid
as per the Technical Requirements Section VI.
The Supplier shall procure the required Bandwidth as specified in the Bid
document for SEOC, DEOC and BEOC from OCAC (Odisha Computer
Application Centre), Bhubaneshwar through OSWAN on payment of
charges specified by M/s OCAC towards installation and recurring
Charges.
Purchaser expects that wear and tear on Early Warning Dissemination
System (EWDS) System components will necessitate routine
replacement of such components.
The Supplier agrees to supply EWDS spare parts required for the
operation and maintenance of the System for five years from the date
successful Operational Acceptance.
The supplier shall stock sufficient nos. of critical spares to achieve the
desired SLA. The Bidder shall replace Spare equipment for the EWDS
System that has been damaged, found in operable or substituted for
defective equipment with new equipment configured, tested and labeled
within two weeks of being identified or substituted.
8.
GCC 8.1
GCC 8.2
9.
GCC 9.9
10.
GCC 10.12
C. PAYMENT
11.
GCC 11.2 (b)
12.
GCC 12.1
Advance Payment
Ten percent (10%) of the entire Contract Price, exclusive of all
Recurrent Costs, shall be paid against receipt of a claim
accompanied by the Advance Payment Security specified in
GCC Clause 13.2. 10% Advance Payment Security in the form
of BG shall be retained upto the Project period.
The advance payment security in form of BG shall be endorsed
by Nationalized/Scheduled Bank located in India.
The 10% advance payment shall not be recovered and will be
adjusted against balance payment.
(b)
(c)
Training
90 % of the Contract Price for training services performed will
be paid on successful completion of Training on submission and
(g)
GCC 12.3
The Purchaser shall pay to the Supplier interest on the delayed payments
at a rate of: 8% per annum on delayed portion of payment claimed
GCC 12.4
For Goods and Services supplied locally, the Purchaser will pay the
Supplier in currency of payment INR
GCC 12.5
Payments for Goods supplied from outside the Purchasers Country shall
be in form of an irrevocable Letter of Credit.
13.
GCC 13.2.1
GCC 13.2.2
10
GCC 13.3.1
GCC 13.3.4
Not Applicable
14.
GCC 14
D. INTELLECTUAL PROPERTY
15.
GCC 15.3
GCC 15.4
GCC 15.5
16.
GCC 16.1 (a)
(iii)
11
GCC 16.1 (a) (iv) Use of the software shall be subject to the following additional
restrictions none
GCC 16.1 (b) (ii) The Software license shall permit the Software to be used or copied for
use or transferred to a replacement computer provided the replacement
computer falls within approximately the same class of machine and
maintains approximately the same number of users, if a multi-user
machine;
GCC 16.1 (b)
(vi)
In addition to the persons specified in GCC Clause 16.1 (b) (vi), the
Software may be disclosed to, and reproduced for use by, Purchaser
subject to the same restrictions as are set forth in this Contract.
GCC 16.2
The Suppliers right to audit the Standard Software will be subject to the
following terms:
Not Applicable
17.
GCC 17.1
GCC 17.7
The provisions of this GCC Clause 17 shall survive the termination, for
whatever reason, of the Contract for the period specified in the GCC
:2 years
12
GCC 18.1
GCC 18.2.2
19.
GCC 19.1
(b)
(c)
Training Plan
(d)
Within,thirty (30) days from the Effective Date of the Contract, the
Supplier shall present a Project Plan to the Purchaser. The Purchaser
shall, within fourteen (14)days of receipt of the Project Plan, notify the
Supplier of any respects in which it considers that the Project Plan does
not adequately ensure that the proposed program of work, proposed
methods, and/or proposed Information Technologies will satisfy the
Technical Requirements and/or the SCC (in this Clause 19.2 called nonconformities below). The Supplier shall, within for example, ten
(10)days of receipt of such notification, correct the Project Plan and
resubmit to the Purchaser. The Purchaser shall, within ten (10) days of
13
(ii)
20.
GCC 20
Necessary and appropriate clauses, as per GCC 20.1, 20.2 & 20.3 Clause
14
21.
GCC 21.2
GCC 21.3.1
The Supplier shall prepare and furnish to the Project Manager the
following documents for which the Supplier must obtain the Project
Managers approval before proceeding with work on the System or any
Subsystem covered by the documents.
Site layout,
Network Design
Addition/Deletion of Quantity
Detailed site surveys
Final Subsystem configurations
22.
GCC 22.4.3
GCC 22.5
The Supplier shall provide the Purchaser with shipping and other
documents as specified in the GCC, along with the following
documents
1) Original Invoice Custom, 2) Packing Slip, 3) Country of Origin
Certificate from Concerned Chamber of Commerce, 4) Airway Bill, 5)
Insurance Certificate, 6) Bill of Lading, 7) Factory Inspection Report, 8)
Letter of Waiver if any by the purchaser
GCC 22.6
The Bidder delivers the goods cleared for import to the Buyer at
destination. The Bidder bears all costs and risks of moving the goods to
destination, including the payment of Customs duties, Insurance, Taxes
15
23.
GCC 23.4
The Supplier shall provide the Purchaserwith all new versions, releases,
and updates to all Standard Software during the Warranty Period, for free, as
specified in the GCC,
24.
GCC 24
25.
GCC 25
Purchaser or its representatives has the right to inspect and certify the
Goods prior to the shipment.
26.
GCC 26
27.
16
GCC 27.2.1
GCC 27.2.2
GCC 28.2
GCC 28.3
GCC 29.1
The successful bidder shall debug and fix the operational problems and
perform error handling while running the application. The successful
17
bidder shall remove the bugs that will be identified during the contract
period.
GCC 29.3 (iii)
The Supplier warrants that the following items have been released to the
market for the following specific minimum time periods: No specific
minimum time requirements are established for this Contract
GCC 29.4
The Warranty Period (N) shall begin from the date of Operational
Acceptance of the System or Subsystem forTwo years.
GCC 29.10
During the Warranty Period, the Supplier must commence the work
necessary to remedy defects or damage within 24 hours of notification.
30.
GCC 30
31.
GCC 31
32.
GCC 32
33.
GCC 33
G. RISK DISTRIBUTION
34.
GCC 34
18
34.
35.
GCC 35
36.
GCC 36
37.
GCC 37
38.
GCC 38
19
40.
GCC 40
41.
GCC 41
42.
GCC 42
SECTION VI.
TECHNICAL REQUIREMENTS (INCLUDING
IMPLEMENTATION SCHEDULE)
Inspections ........................................................................................................... 90
Pre-commissioning Tests : .................................................................................... 92
Operational Acceptance Tests............................................................................... 92
Third Party Audit ................................................................................................. 92
Technical Requirements
A. BACKGROUND
0.1
The Purchaser
The Special Relief Commissioner, Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor, Rajiv Bhawan, Bhubaneshwar 751001 Odisha
0.3
The objective is to implement Last Mile Connectivity components under NCRMP in the
Phase I state of Odisha. The Project is to be rolled out in the 6 coastal districts of Odisha
with 22 Coastal Blocks. The EWDS system comprising latest Communication
Technologies shall be covering all Coastal Blocks for Mass notification especially up to
10 Kms Sea Coastal Belt. However, the Block Head Quarters could fall beyond 10 kms
from Sea Coast Line
Installation and operation of EWDS (Early Warning Dissemination System) allowing the
state and/or district control centre to send communication directly to the villagers and
fisherman in sea.
Odisha is one of the 29 states of India, located in the east of India. It is surrounded by
the states of West Bengal to the north-east, Jharkhand to the north, Chhattisgarh to the
west and north-west, Telangana to the south-west and Odisha to the south. Odisha has
485 kilometres (301 mi) of coastline along the Bay of Bengal on its east, from
Balasore to Ganjam. It is the 9th largest state by area, and the 11th largest by
population.
The Total area of Odisha is 155,820square km. The Population of the state as per Census
(2011) is 419.47 lakhs making it the eleventh largest state by population. The population
density of Odisha is 270 per square km.
0.4
The following figure depicts the Coastal Districts of Odisha on the map
S.
No.
DISTRICT
PURI DISTRICT
BHADRAK
DISTRICT
JAGATSINGHPUR
DISTRICT
BALESHWAR
DISTRICT
KENDRAPARA
DISTRICT
GANJAM
DISTRICT
TOTAL
22
The Early Warning Dissemination System is to be rolled out in the geographical spread
of 6 coastal districts of Odisha with 22 coastal Blocks.
0.5
Explanation
OSWAN
Block
BEOC
CAP
CDMA
CS
Cyclone Shelter
CPE
DMR
DEOC
EOC
ETSI
EWDS
FLC
GSM
GPRS
GIS
HTTP
Term
Explanation
HF
High Frequency
IEEE
IP
Internet Protocol
Information Technology
ICT
IMD
INSAT
KVA
Kilovolt ampere
LAN
LCD
LMC
MPLS
NCRMP
NDMA
NDCN
NIC
PSTN
PMR
PMU
RF
Radio Frequency
RTU
SBMDVT
SIM
SMS
SEOC
SWAN
Term
Explanation
TCP/IP
TSP
UCI
UHF
UMTS
VHF
VSAT
WMO
OCAC
1.1.1 Component A of the NCRMP project addresses a key part in relation to the Early
Warning Dissemination to Coastal Communities. The benefits from the National
Network would be realized only if it leads to action on the field in the Last Mile. The
ability to reach Citizens would enable dissemination of warnings and information that
would enable minimizing the loss from Cyclones.
The Last Mile Connectivity aims at information dissemination from the state, District and
Block Levels to Communities and Vice versa, ensuring that the Last Man living nearest
to the sea is well informed of actions to take in case of an upcoming Cyclone.
It is envisaged that Last Mile Connectivity will be achieved by equipping different
Technologies viz. Digital Mobile Radio (DMR), satellite Based Mobile Data voice
Terminal (SBMDV), Mass Messaging, Alert Tower Siren Systems and Universal
communication Interface etc at SEOC, DEOC and BEOC and Fish Landing Centers
(FLCs) such that the warnings about the upcoming cyclones can be disseminated to
Coastal Communities of Odisha in an effective manner. The DMR can be interfaced with
the existing VHF systems available at Fish Landing Centre/Shore Centers.
Satellite Based Mobile Data/Voice terminal (SBMDV) shall be able to establish a
broadband connection from a remote site to establish instant access to State and District
level officials through Voice, Data and Video.
Universal Communication Interface (UCI) is proposed to establish inter technology
communication between the available technologies which were not damaged by Cyclone.
The Alert Sirens which are to be installed at cyclone Shelters, Govt. buildings, FLCs and
Tourist Sea Beaches shall be activated from the State Emergency Operation center
(SEOC).
1.2
10
11
Group based and Location based alerts messages. In addition, a native mobile app must
be made available for IOS and Android platform.
The bidder needs to tie up with Telecom Service providers and to study the feasibility
requirements for dissemination of Location based alert messages.
Group Based Alerts: The system shall be GUI based and able to send SMS and Voice
messages to the predefined Mobile/ PSTN Nos. Such messages will go the Media
Broadcast Stations even which will broadcast the said warnings on the AM/FM Radios,
TV, /alert Towers etc. Such a System will encompass Alerting / Notifying known
individuals, simply by sending to a group database.
Location Based Alert System:
The System shall allow geographically localized SMS broadcasts, including those that
may be time-critical in nature, to be sent to mobile numbers in a particular vulnerable
area that need not be pre-registered in the System, but are polled from the Telcos
network based on their last known location
A single user-friendly Graphical User Interface (GUI) shall be implemented to enable a
User to perform all the required functions as mentioned in Technical requirements (E.g.
to select one or more geographical areas via a digital map, to compose and send
messages, and to generate/view statistics reports, etc)
The System shall present to the User, a graphical user-interface that would allow the
User to conveniently draw (using circles) on a digital map (1:50,000 resolution) of
Odisha to select one or more geographical areas of interest (the Demarcated Area(s))
to send the alert messages to that demarcated areas only.
The System shall allow the User to broadcast composed text messages via SMS to
recipients inside the Demarcated Area(s) at a specified activation date/time (herein
referred to as the Activation Time and it can be immediate).The System shall be able
to organize and store Data and to maintain the Logs. The system shall be able to
generate various reports. The System shall provide various security features.
1.2.5 Universal Communication Interface:
The UCI shall enable for communication between different technologies like
Analog/VHF/HF/TETRA/HAM Radios/DMR /Sat phones/Mobile Phone Mobile
Cellular -CDMA/Landline PSTN Telephone / VoIP Telephone
The UCI shall ensure interoperability and Voice conferencing among the above
mentioned devices.
1.2.6 Alert Siren System:
The Alert Sirens which will be installed at Cyclone shelters, Govt. buildings, Fish
Landing centers and at Tourist Sea beaches shall be activated from SEOC.
12
The Alert sirens shall also be activated from Block HQ (BEOC) as a redundancy path
if State to Block back bone fails.
The alert Sirens shall have interface for GSM/ DMR/ VHF/ Mass messaging etc., for
activation from SEOC through GSM/ VHF and Mass Messaging etc.
1.3
OSWAN
WA
13
C. TECHNICAL SPECIFICATIONS
2.0
Temperature Range:
To Specification
0 to +45 C
-10 to +55 C
Shipping/storage
-40 to +60 C
Upto 95%
14
Elevation:
Operating
to 3,500 m
Non-operating
to 10,000 m
For each location, the Contractor is required to assess the environmental conditions for
the equipment to be installed under this specification. The Contractor is responsible for
all necessary enclosure, rack or equipment upgrades to ensure the proper operation of the
installed equipment.
EMI and Electrostatic Interference
At each location, the Contractor shall assess the need for shielding against radiated
emissions and shall provide recommended solutions for any EMI problem found at each
location.
Tropicalization
Communications equipment will often be stored and operated in uncontrolled
environment areas and will be subject to mould, growth of fungus, corrosion and
oxidation. The equipment and components shall be suitably tropicalized during
manufacture through commissioning, as necessary.
Contaminants
Communications equipment may be located in areas of poor air quality with the main
contaminant being dust. Cabinets shall be tight fitting utilizing filtered ventilation
openings only
2.0.3 Safety:
Safety Precautions:
All personnel needs to be issued necessary PPE (Personnel Protection Equipment) and
suppose to wear all times on site. Special PPE is proposed to be issued to personnel in the
field as necessary in hazardous locations following site instructions.
It is proposed that all staff in the field area must wear following safety equipments at the
minimum in field area
Safety helmet
Eye protection
Protective clothing
Safety shoes
15
It is proposed that all personnel will be made aware of the clients site safety rules
regarding safety, accident reporting, and site emergency procedures. These safety
precautions need to be followed in strict compliance by personnel in the field area.
Warning and restricted area notices (e.g. - Deep Excavation, Exit, Restricted area
etc.) will be positioned at all the working points in the field. All routes will be designated
for the entry and exit points and emergency exits will be clearly shown.
Unless otherwise specified, all equipment must operate at noise levels no greater than 55
decibels.
2.0.4 All electronic equipment that emits electromagnetic energy must be certified as meeting
EN 55022 and EN 50082-1 or equivalent, emission standards.
2.1
2.1.1
Introduction:
The Odisha state Govt. desires to implement ETSI standard DMR network at beyond
Block level covering Cyclone Shelters, Fish Landing centers through Repeaters/ Base
stations which shall have backbone IP connectivity from Block Emergency Operation
Center (BEOC) to District Emergency Operation Center (DEOC) and to State Emergency
Operation center (SEOC).
The SEOC, DEOC shall be equipped with Dispatcher terminals, GIS Software etc. to
allow radio dispatchers to monitor and participate in activities of the subscriber radio
units under their operation. Repeaters/ Base stations will be installed at all 22 Blocks
Emergency Operation Center (BEOC) and approx 12 nos Fish Landing Centre (FLC) for
the entire DMR Coverage of the coastal Blocks. The bidder is required to carry out RF
field survey to finalize the number of FLC where Repeaters/ Base stations shall be
installed. The Repeaters/ Base stations antenna to be installed on a 30 meter angular
tower/ Spun concrete monopole Tower. FLC shall have Microwave Link 2MBPS E1
connectivity and GSM media gateway for communication with the Repeaters/ Base
stations from BEOC having back haul IP connectivity with DEOC &SEOC.
16
based Tracking system and application software system for integrated network
management, tracking performance statistics and generating management reports.
Successes full bidder is expected to set-up a state of the art disaster response facility for
quick and efficient response in cases of disaster situations. The DMR infrastructure
should be based on multiple communication technology and tools necessary for a highly
reliable network.
An integrated Network Monitoring and Control System (NMS) with a user friendly
Graphical User Interface (GUI) based operation shall be provided to monitor and
manage various nodes / elements / components that can be integrated into the NDMA
network.
The successful bidder is required to carry out the adequate field and field/ RF survey and
GIS mapping at District, Village level and at Fish Landing Centers, Cyclone Shelters
including Shore Stations in order to acquire adequate coverage through the installation of
the Repeater stations
BEOC locations are mandatory but the location of the Fish Landing centers shown in the
tender are indicative. Bidder will have to is required to carry out the RF survey for
DMR coverage of entire coastal mandals covering the land between coastal MEOC
and Sea Coast. The DMR system shall be used at disaster sites when the management
staff with handheld DMR terminal will move to the site .
The DMR network shall also be integrated with existing VHF network used by
Fisherman at sea.
The far end repeaters beyond Block shall be connected through 2 Mbps Microwave Link
and GSM Media Gateway with the respective Block Emergency Centers to have back
haul IP connectivity for the repeater stations.
Bidder is required to liaison with DOT and other Wireless Agencies for acquiring the
License and other approvals.
17
DMR Architecture
BEOC
PARAMETER
SPECIFICATION
General
i)
Frequency Range
ii)
2 Slot
TDMA
iii)
iv)
18
Channel Capacity
Channel spacing
16 Channels (non-display)
12.5KHz
v) Operating
capacity &Voltage
vi)
50
ix)
for5/5/90
cycles
duty
Weight
xi) One Li-Ion spare battery of 2000 mAh or more capacity to be provided
with all radio
Transmitter
i)
RF Power output
1 to 5 Watts (programmable)
ii)
iii)
Modulation
Digital Modulation
11KOF3E
4 FSK
iv)
v)
Modulation Limiting
FM Hum Noise
+2.5KHz
-40 db or better
vi)
Adjacent Channel
-60 db or better
Power
Adjacent Channel
+1, -3db
AMBE+2
0.30 V (12 db SINAD) or better
0.30 V at 5% BER or better
60dborbetter
Selectivity
iv) Inter-modulation
70dborbetter
v) Audio output
Minimum500 mW
vi) Audio Distortion
3% or better
ENVIRONMENTAL SPECIFICATION
i)
Operating
19
-30Cto+55C
Temperature
ii) Storage Temperature
iii) Humidity
iv) Vibration
-30Cto+60C
95% non-condensing (30 to 60 deg C)
MIL-STD-810F/G
v) Shock
vii) Dust
viii) Water intrusion
ix) Salt
x)
Rain
MIL-STD-810F/G
MIL-STD-810F/G
IP 57
MIL-STD-810F/G
MIL-STD-810F/G
SPECIFICATION
i)
ii)
iii)
iv)
v)
vi)
vii)
Frequency Range
TDMA
Operating Mode
Operating Selection
Channel Capacity
Channel spacing
Operating Voltage
viii)
ix)
x)
xi)
xii)
xiii)
Frequency stability
Interface
Antenna Impedance
Duty Cycle
Weight
Display
20
xiv) VSWR
xv) Protection
Transmitter
i)
RF Power output
25 to 45Watts (programmable)
ii)
iii)
FM Modulation
Modulation
11KOF3E
1 to10 mVat 1KHzatmic input for+1.5KHz
Sensitivity
standard deviation
iv)
v)
Digital Modulation
Modulation Limiting
4FSK
+2.5KHz
vi)
FM Hum &Noise
-40 db or better
-60 db or better
Power
+1, -3db
ix)
AMBE+2
Digital Vocoder
Receiver
i)
Sensitivity (Analog)
ii)
Sensitivity (digital)
iii)
iv)
Image Rejection
Adjacent Chanel
65dborbetter
60dborbetter
Selectivity
21
v) Inter-modulation
70dborbetter
ENVIRONMENTAL SPECIFICATION
i)
Operating
-30 C to +55 C
Temperature
ii) Storage Temperature
iii) Humidity
-30 C to +60 C
95 % non-condensing (30 to 60 deg C)
Others :
1.
Low
Loss
etc) - 50 Mtrs (fifty)
RF
Cable
(RG217/
LMR400/
1/2"
Copper
Corrugated
2..High Gain 0/3/6 dBi Antenna - highly durable Omni directional antenna to cater to cyclone
and adverse conditions at sea shore
3.Other installation Accessories (Weather Proofing Kit, jumper cables, connectors, etc)
4..Power Supply cum Battery Charger Unit i.e. 220VAC to 12 VDC convertor.
5.
2.1.4.3 Digital VHF Mobile Radio (Base Station 25 W) DMR Technology, Tier II
S/NO
1
PARAMETER
General
i) Frequency Range
ii) TDMA
iii) Channel Capacity
SPECIFICATION
12.5KHz
10.8to15.6V DC
+0.5PPMorbetter
50
viii)
Ethernet/USB
Communication
interface
ix) Weight
x) Display
xi) VSWR
xii) Protection
Less than2kg
Alphanumeric
Better than 1.5
Reverse polarity and High VSWR
22
Transmitter
i) RF Power output
ii) Modulation
iii) Digital Modulation
iv) Modulation Limiting
v)FM Hum & Noise
vi) Adjacent Channel
Power
+1,-3db
viii) DigitalVocoder
AMBE+2
Receiver
i)
ii)
iii)
iv)
v)
vi)
Sensitivity (Analog)
Sensitivity (digital)
Adjacent Chanel
Selectivity
Inter-modulation
Audio output
Audio Distortion
ENVIRONMENTAL SPECIFICATION
i) Operating
-30 C to +55 C
Temperature
ii) Storage Temperature
iii) Humidity
iv) Shock
v) Vibration
vi) Dust
vii) Water intrusion
-30 C to +60 C
95% non-condensing (30 to 60 deg C)
MIL-STD-810F/G
MIL-STD-810F/G
MIL-STD-810F/G
IP 54
viii) Salt
ix) Rain
MIL-STD-810F/G
MIL-STD-810F/G
1.
2.
3.
4.
23
5.
6.
DTMF signaling.
Busy Channel Lock out.
7.
8.
9.
10.
11.
12.
13.
14.
15.
cables
16.
Cable
(RG217/
LMR400/
1/2"
Copper
Corrugated
18..High Gain 0/3 dBi Antenna - highly durable Omni directional antenna to cater to
cyclone and adverse conditions at sea shore
19..Other installation Accessories (Weather Proofing Kit, jumper cables, connectors,
etc)
20..Power Supply cum Battery Charger Unit i.e. 220VAC to 12 VDC convertor.
24
GPS
Tracking,
AVL
25
Call Alert
Radio Kill and Unkill
Flexible sound control - should have provision to select output audio
channels for any slot, group, subscriber or dispatcher.
Customizable Subscriber Call windows
Subscriber categorization & Profiling with provision of adding photo
and other detail
Configurable profiles to manage access of dispatchers to base radios,
groups, services, Digital Radio IP Site time slots
Black list for Automatic Blocking of unauthorized radios in the Digital
Radio network
Restriction of monitoring of private calls between subscribers
Custom dispatch consoles. Visual designer to draw a console specific to
the customer needs. Different level access control profile e.g. Admin,
Supervisor, Operator.
Voice announcements: Voice Notifications functionality to allow for
recurrent pre-recorded voice announcements over selected channels in
case any emergency evacuation.
Conference calls (Dispatcher can patch different groups, subscribers).
Its possible to set the conference calls between several dispatchers,
subscribers, telephone subscribers.
Muting of talk groups. Tune sound level for each connected base radio,
mute base radio, Assign only one base radio to have sound turned on.
Hot keys for quick SMS, private and group calls
Deferred voice calls and messages - it should be possible to send text
and audio messages to radio subscribers even if they are offline or out of
network coverage, the deferred message is put on queue and waits until
the radio subscriber becomes available.
Real-time subscriber location monitoring
Should support different types of maps like open vector maps, raster
maps, Online Google Maps, INGIT and MapPoint.
Subscriber location logging
Track animation for specified period of time
Subscriber track details
Geo-fencing
Route control
Subscriber stop control
Subscribers movement start control
Display on map all subscribers in selected category
Automatic location request
26
27
28
Features
Description
Must operate in Unlicensed band (5.825 to 5.875 GHz
Band)
Must support nLOS deployment
2x2 MIMO-OFDM, BPSK, QPSK, 16QAM, 64QAM
Adaptive Modulation
Channel Resolution
Channel Bandwidth
Channel Accuracy
5 MHz
Should support 5/10/20/40 MHz user configurable
50 PPM
Duplex Technology
TDD
Asymmetrical TDD
Split Configuration
Spectral Efficiency
Service
Ethernet
Channel Selection
Radio
Frequency
Transmit Power
Antenna
Tool
Alignment
Audible Buzzer
Built-in
Spectrum
Scanner / Spectrum
Analyzer
Error
Correction
Method
IDU to ODU Interface
Ethernet Port
Should support minimum 2 Ports
Max
Net
Data
up to 25 Mbps Aggregate
Throughput
Ethernet
Throughput
CIR, Configurable in the Radio
Control
10/100/1000 BaseT interface with Auto negotiation
LAN Interface
(IEEE802.3)
Maximum Frame Size
2048 bytes
Framing/Coding
IEEE802.3/U
Bridging
Self-learning up to 2047 MAC addresses IEEE 802.1Q
Should support for redundancy without using External
Ring Protection
switch
Association of LAN Association amongst LAN1, LAN2 and SFP port
ports
should be Software configurable
a) SNMP based single management application for
entire
link
consisting
ODU
and
IDU
Management
b) Installation, Configuration, Fault management
through EMS (Local and Remote)
Software Upgrade
Supported protocols
Sec
urit
y
L2
Management
Ethernet
Latency
29
Encryption
AES-128
MAC Authentication
30
Power Source
Power consumption
ODU enclosure
Operating Temperature
Lightning
Humidity
Supported Bands
FCC/IC (cTUVus)
EMC / EMI
FCC
ETSI
CAN/CSA-CEI/IEC
AS/NZS
CISPR 22-2004 Class B
Microwave radio shall support 4-6 GHz multi band capability, primarily it shall
operate in 5.825 5.875 Ghz (Un Licensed Band), and shall also operate in nearby
Licensed Band (if reqd.)
Project should not suffer for some remote site interferences in un licensed band.
Multi Band supported equipments are available in the industry
NOTE TO THE BIDDER
01
02
The Bidder shall furnish the clause by clause compliance statement. In case there is
any Deviation the same should be clearly brought out in the offer.
03
If above equipments/machine requires specific training for operating them, the Bidder
should Ensure that proper training on operations and its maintenance is provided to
each consignees.
The confirmation that
the stores are meeting the specification should be supported
by documents/literature etc.
04
05
These documents of all stores offered be numbered and attached after all appendices
and the Numbering may be in continuation.
06
All bidders are directed to submit the required certificate i.e. BIS/ISI Mark to check
the standard of items.
31
Bidder to obtain all necessary WPC /SACFA Clearances. Purchaser shall facilitate with
only a authorization letter
09 Bidder is to submit Lab Test Certificate on the parameter mentioned in technical
specifications, from the NABL /ILAC approved Lab. The Certificate must be enclosed
with technical bid. In case offer is received without Lab Certificate same will be
rejected
10 Offered product OEM should have own registered office presence in India to ensure
prompt service warranty support after sales.
2.2
2.2.1 Introduction:
In order to have back bone IP connectivity for SEOC, DEOC and BEOC , the following
Bandwidth requirements are proposed at State, District and Block levels, which shall be
riding on existing OSWAN. The bidder needs to procure the bandwidth by using OSWAN
through OCAC (Odisha Computer Application Center). IP addressing scheme shall be
provided by OCAC for all locations.
Bidder shall provide a separate 5 Mbps Internet at SEOC from any Telecom Service
Provider
Bandwidth requirement:
Odisha
S. No
Location
SEOC
Number
Locations
1
DEOC
BEOC
22
of
IP Bandwidth requirement
Dedicated 10 Mbps expandable to
20 mbps
Dedicated 2 Mbps expandable to 4
mbps
Dedicated 1 Mbps expandable to 2
mbps
32
33
34
5 MBPS INTERNET
10~20
MBPS
OSWAN NETWORK
2~4
MBPS
1~2
MBPS
Block HQ
35
The network should be fully secured and should fulfill the security
requirement as IT ACT applicable during contract period.
10
IPv6 Compliance: The network should be fully IPV4/ Ipv6 compliant. So that
if required in future NDMA will procure IPV6 addresses on the Internet lines
which they will be hiring it from the successful bidder. It should be possible to
run both Ipv4 & Ipv6 concurrently on the network. Internet IP Addresses for
both IPV4 & IPV6 are to be provided (if required)
11
The proposed network should support voice over IP/ Video Conferencing
applications.
For better scalability, flexibility & inter-operability, the service provider shall
run Dynamic routing protocol in the network.
12
The network should offer Quality of Service (QoS) for various applications
running in the network. It should also be possible to prioritize certain traffic on
these links. The QoS required by NDMA will be communicated at the time of
implementation as per their application.
13
The Service Provider should provide facility of single toll free no. across
country for logging complaints/service requests.
14
15
State Govt. will provide space & AC power supply points at a common place
for end equipments like router, modem, DLC, RF equipment, etc, at all
locations.
2.3
36
2.3.1 INTRODUCTION:
Satellite Based Mobile Voice Data Terminal (SBMDV) terminals are compact and
lightweight. They can be carried as easily as a laptop, with the smallest weighing less than
1.5 kilogram. SBMDV shall be accessible worldwide. It delivers voice and broadband data
connectivity to users wherever they are on the planet. SBMDV services shall be delivered
via the Inmarsat-4 network. The service is accessed via SBMDV Launch Pad, a software
interface, which is standard across all SBMDV terminals. SBMDV is accessible via a range
of small, lightweight satellite terminals, which provide performance options to suit
different operational needs. They can be used both indoors and outdoors, being robust
enough to withstand challenging environments and extremes of temperature.
Integrating seamlessly with your corporate network, it supports legacy applications while
providing a smooth upgrade path to IP.
Inmarsat has vast experience in providing secure communications to military and
government customers. SBMDV meets these exacting requirements and supports all major
VPN products and encryption standards.
Satellite Based Mobile Voice Data Terminal (SBMDV) terminals which can be used in pre
disaster and in particular Post disaster scenario when all the existing Communication
Networks fail.
37
Particulars
Specification
Global coverage
Reliable network
Secure
Totally flexible
10
Cellular failover
11
Easy to use
38
minutes.
12
INTERFACES
13
Applications
14
Other features
App for IOS and Android
15
Other parameters
Dimensions
Text capabilities
Weight
Global Services
Voice: 4 kbps
Data capabilities
Voice capabilities
39
-40C to +80C
-40F to +176F
Temperature
Power Supply
Humidity Tolerance
95% non-condensing
at +40C/+104F
Battery
Accessories
Polemount
100-240VAC power supply
Car Charger cable
4G USB Modem
USB to Ethernet Converter Cable
01
40
The The bidder has to pay the Airtime in prepaid format with minimum recharge
of Rs. 10000/- (with 1 year validity per year of operation) ie for two years. The
purchaser shall reimburse for the extra Airtime utilized to the bidder after one
year prepaid/postpaid validity expires / usage whichever is earlier.
Group Alert based Message Solution which will send messages in the form of
SMS/Voice messages to pre-determined set of phone numbers.
SMS and Voice messages will be sent in 3 languages English, Hindi and Local language
(Oriya) so that the community can understand the same. Such messages will go the
Media Broadcast Stations even which will broadcast the said warnings on the AM/FM
Radios & TV. Such a System will encompass Alerting / Notifying known individuals,
simply by sending to a group database.
In addition, a native mobile app must be made available for IOS and Android platform to
send Group alerts
b.
Location Based Alert System (LBAS) allows for sending text messages (SMS) to all
mobile subscribers, and covers both national subscribers and international roamers
whosoever present in the vulnerable area to be affected by Cyclone or any other Disaster.
In LBAS, the user is able to draw a polygon of a particular area through GIS map and
send alerts to all people who are present at the time inside the polygon. On the other hand
41
location based method sends alert to people based on their real-time location at the time
of sending the alert.
As said earlier, SMS technology can be used to send alerts in this method. Typically,
choice of channel in this context can be determined by time to impact of the event. This
can help in saving lives in the event of a natural or man-made disasters / emergencies.
The system has been designed to ensure effective communication before, during and after
an emergency situation
All system information, data and content including message templates, archival
data and distribution lists in a format suitable and approved by State Govt.
Support for the migration of the complete managed services solution to a new
environment, if required.
It is the Bidders responsibility to remove the critical messaging solution
environments including information, data and content from their infrastructure in
a secure way after completing the transition out process. All costs associated with
activities conducted as part of the proposed Transition-Out plans will be absorbed
by the Bidder
2.4.2.5 Requirement Study, Customization and deployment of Web based Mass Messaging
Application for sending the Group Based and Location Based Alert Messages
2.4.2.6 The bidder shall update the mobile data of government officials, villagers, fishermen,
tourist hotels etc for Group Based Text & Voice SMS in consultation with the
Purchaser on monthly basis.
2.4.2.7 For the Location Based Alert System to work, integration is necessary with minimum
of 3 Telecom Operators (eg BSNL, AIRTEL, VODAFONE, IDEA, RELIANCE etc)
in the country. There is no violation of privacy, as all information stays inside the
42
operators networks. After an area is demarcated through GIS in the application, it will
be sent to the Location Based Component (for SMS) installed at the mobile operators
site. The Location component (for SMS) calculates cells cover the area through their
BTSs installed at that particular areas, finds the subscribers connected to the cells and
makes sure the messages are sent with the highest possible capacity without causing
network overload or congestion.
2.4.2.8 Integration with multiple channel systems: The proposed application shall have
capability to be integrated with the following:
Broadcast Radio operators in the region, DTH operators
Facebook / Twitter
Mobile Apps
Sirens/ PA systems
2.4.2.9 The Bidder shall also highlight the required annual recurrent costs (e.g. software
license renewal cost, connectivity cost, additional cost from Telecom Operators and
maintenance cost).
2.4.2.10
2.4.2.11 Mass messaging solutions provider will be responsible for the integration with 3 TV
channels and 3 Radio channels which includes customizations/modifications to be
carried out by that 3rd party system (TV, radio, etc) for direct display/broadcast of
warning message.
43
Specification
System shall use standard HTTPS port for sending alerts. For high security service
provider must also supports SSL layer for transferring information
The text messages/ Voice SMS will be sent in 3 languages (Hindi, English and
Oriya), 6 times a day 3 days in advance before arrival of the cyclone. Voice SMS
means pre recorded voice message of fixed duration which the system should be
able to trigger for selected groups. System should be able to capture DTMF
responses if any by recipients, to this voice alerts. These responses will then need to
be collated and displayed in the reports.
44
The system shall have capability to save pre-defined messages in a message library.
These messages can be pulled into the alert sending screen, during the alert send
process.
It must be possible send an alert to one or several groups / sub-groups at the same
time.
It must now be possible to automatically send alerts over voice channel to mobile
phones and fixed phones.
The alert message for voice calls should be possible to pull from the message library
(pre-defined messages).
It must be possible to voice play (over the phone call) a written text message using
text to speech function.
If a receiver misses a voice call, he may call back the number from which the call
came. In such an event the system must playback the message meant for the user,
when the call is received by the system
It is vital that system has load balance and congestion control ability within the
PSTN (Public Switched Telephone Network). Congestion control system monitors
the fixed phone network to check if there are any indications of overload or
congestion during alert sending and optimize the delivery accordingly.
It should be possible to report all kind of technical statuses back to the user like: call
complete, line busy, call failed etc.
10
11
It must be possible to configure the number of retries (in case of no response) that
should be attempted for a contact for a voice call.
12
It must be possible to retrieve technical status of all SMS deliveries: delivered / not
delivered / pending / queued etc.
13
It must be possible to resent an alert to all recipients that have a particular status. For
eg. Resend an alert to all people that had the status of line busy
14
It must be possible to publish messages to pre-defined Face book pages and twitter
handles, using the web based system, without having to login to twitter or Face
book.
15
The system must have a live and simulation mode. Simulation mode must simulate
an alert send process without actually sending an alert. This could be used for
training and demo purposes
16
It must be possible to configure the time line for alert cancellation (eg. If the calls do
not get completed in one hour, terminate the process and free up the lines and
45
capacity)
17
The text to speech function must support English, Hindi and local language.
Different configuration will be required for the two languages
18
The alert message is converted in to SMS and shall be stored in Database for future
usage
19
20
Shall be able to Send SMS to any SMS capable mobile phone on supporting
networks
21
Customize address book by adding important contacts and saving recently used
numbers .
The system should be capable of creating a group database in which unlimited
number of groups and sub-groups of personnel can be created with their contact
information.
22
23
Get delivery or failure reports for each alert message with Date and Time Stamp
24
25
26
System shall maintain a log of who received the message/ not received/ failed etc.
when message was sent.
The status of log to be displayed in the TV screen on GIS platform in green /orange /
red for the SMS read/received/not read etc .
Send SMS messages to user-defined groups of individual
27
28
29
View the message text, time stamp, from alphanumeric field and destination
number for any specific User id or time duration. All MIS reports can be
downloaded in .CSV format that can be read in MS Excel
30
Quality of Service
Service provider will ensure a high quality of service. Servers deployed should have
In built redundancy and failover mechanism
Documentation
31
i
ii
Iii
32
i
33
46
Service provider will provide AICTE with documentation in the form of User
Manual
And Installation Guide that will help install the software in local desktops and use
the same with ease.
The softcopy of the updated list of Mobile data for group Based Text and Voice
SMS shall be handed over to the Purchaser on monthly basis.
Confidentiality
Service Provider will undertakes that it shall not disclose, divulge or reveal any
information, including the mobile number and the text of SMS sent, that it may have
gained or otherwise acquired from NDMA/ State Govt. by virtue of or as a result of
the Implementation of the aforementioned SMS services and shall ensure that the
same is kept secret and confidential at all times
Technical Support
Service provider would provide technical support on all working days over the
phone and email. For the same, bidder/ Service provider would be provided with a
contact number and a contact mail id at which the contact person can get in touch in
case of any problems with regard to the service of sending/receiving SMS
ii
The service provider shall forward all SMS in the same form as is received by it
from NDMA. Further, NDMA takes responsibility for content of all SMS sent and
shall not send any unlawful or unsolicited SMS contents from any of the user
accounts. However, the service provider on its part will ensure that all requisite
certifications and processes are in place which ensures that data integrity is
maintained at all the times at its premises. In case of any breach, the Service
Provider will intimate NDMA of such a breach along with the actions taken and
extent of data compromised
2.4.4.2
The System shall allow geographically localized SMS broadcasts, including those
that may be time-critical in nature, to be sent to mobile numbers that need not be
pre-registered in the System, but are automatically polled from the Telcos
network based on their last known location.
The Bidder shall provide the required Computer Hardware viz. Application Server,
Web Server, Database Server, for initiating the targeted broadcasts through secured
web interface on a Managed Services Model
The servers to be provided in redundant mode such that there is no single point(s) of
failure for the System where ever applicable
47
The Bidder shall provide required Computer Hardware at Telecom Operators sites
for broadcasting the SMS to the targeted areas of population which are demarcated
at State emergency Operation Center (SEOC).
A Graphical User Interface (GUI) shall be provided to allow Users to demarcate one
or more areas on a digital map of Odisha through GIS.
The text SMS shall be sent in 3 languages (Hindi, English and Oriya),
The system shall further act as a gateway for terminals to securely communicate
with equipment to be installed at Telecom Operator(s) site
The System shall further allow users to compose both live and canned messages.
These messages can either be saved in the System for future retrieval or sent to the
mobile users within the demarcated area(s) through the Telecom Operators
The system shall provide the ability to general public to register themselves to
receive alerts for a set of pre defined regions (e.g. districts) even if they are not
present in that region at the time when the alerts are sent.
The Bidder shall ensure with the Telecom Operators that the targeted SMSs are to
be sent on priority bases to avoid the delay/ congestion.
10
The location data should be as real time as possible it should reflect in the mass
messaging system as soon as the operator is able to register the location change
event of subscribers, in their network.
11
Solution should not require any configuration to be done at subscriber's handset and
must work on all types of mobile phones including non-smartphones
12
The system shall store the list of recipients of previous location based alerts
(previous 10 days) and provide the ability to send update notifications to that stored
list which shall be easily identifiable.
It must be possible to retrieve technical status of all SMS deliveries: delivered / not
delivered / pending / queued etc.
13
14
The LBA functionality must ensure that congestion is avoided in the telecom
operators network, by load balancing or other techniques.
15
Further, the LBA system has the capability to give an overview of the number of
subscribers affected (located within a given area), to be able to enhance the rescue
and planning process. The system gives an indication of the number and nationality
of people in the affected area. The service provider should provide all redundant
inter-connection links between the alert software and the telecom service providers
network
16
Services located at the premises of the Telecom Operators, responsible for the
localized broadcast of SMS messages to one or more geographical areas within
48
The Bidder shall submit a proposal for all the requirements stated in these
requirement specifications. Any proposal to supply only parts of the requirements
shall be considered incomplete and shall be deemed invalid
18
Data Privacy: the Subscriber information shall not be allowed to go outside the
respective Telecom network at any time.
19
All other necessary equipment, software, cabling, connections, and services for the
functioning of the System for implementation are to be ensured by the Bidder
02
The softcopy of updated Cloud based Data Backup Storage for Logs, mobile data of
government officials, villagers , fishermen, tourist hotels etc for Group Based Text &
Voice SMS shall be handed over to the Purchaser on monthly basis.
03
Bidder shall furnish the clause by clause compliance statement. In case there is any
Deviation the same should be clearly brought out in the offer.
Bidder shall be paying the activation charges for the SIM card inside SEOC for GSM
Connectivity for two years after successful commissioning and acceptance of the
system. The bidder shall include the cost of sending upto 5 Lakh text SMS ( including
group and location based SMS) and one lakh Voice SMS per annum, beyond that
purchaser shall borne the actual usage charges on actual basis.
49
mostly equipment operating in Very High Frequency (VHF) band and administrators
on Cellular network or terrestrial satellite based Very Small Aperture Terminals
(VSAT), should be possible with Voice over Internet Protocol (VoIP) based
Universal communication system.
2.5.2 Scope of Work
Supply, delivery, installation, commissioning and maintenance (2 years under warranty
and 3 years under AMC from the date of Operational Acceptance) of Universal
Communication Interface at State Emergency Operation Center (SEOC).
The system should include universal communication interface based on common (e.g.
VoIP ) switching for voice call connectivity across various technology based equipments
such as VHF radio, VSAT, VoIP calls on IP-VPN etc. The system should provide facility
to interface communication technologies mentioned above for mainly voice
intercommunication. The bidders system should include Interface conversion cards /
software systems to bring different systems on a single VoIP platform and VoIP gateway.
2.5.3 Network Architecture
Sl.
No
1
Specifications
General.
50
The radio Inter-portability system should interface with any combination of 2-way
radios (HF, VHF and UHF), cellular/landline telephones, SATCOM, SIP/VoIP phones
and RoIP users over LAN/WAN networks while allowing multiple simultaneous twoway conversations or conference calls between the above. The system must have 4
universal slots minimum capable of supporting different connections. The system should
support E1/PRI interface and VOIP Interface for networking with other systems.
2
Operational Requirements.
The Inter-portability system should be capable of the following :-
Interfacing the various 2-way radios sets in HF, VHF and UHF bands in use.
The system should be capable of interconnecting the above radio networks to achieve
Local area Interoperability at the level of a Unit/Formation HQ.
The system should allow interfacing with remote radios over various transmission media
such that leased line, LANs, WANs or the internet.
The system should be capable of interconnecting with almost any type of radio through
a multitude of specially designed radio interface cables for radio sets RS STARS
V(5W & 25W, Mk-I and Mk-II), TADIRAN PRC HF SET, TADIRAN CNR VHF SET,
HHRS ,MSS(Mobile Satellite Station) etc.
The system should support Radio over IP (RoIP) in addition to SIP-based VolP
capability to allow use of WAN of above stated radios by transporting digitized audio
along with control signals (PTT/COR/DTMF). The RoIP capability shall be optimized
for radio performance, and be capable of operating transparently over an IP network.
The System must allow users to interface a wide array of radios of all types by selecting
appropriate cables from an interface cable cache defined during the contingency
planning portion of a site survey. The system must be designed to allow interconnection
and operation of a newly arrived radio (with appropriate cable available in the cache) in
less than fifteen (15) minutes.
51
Should be a compact ruggedized unit suitable for tactical use in both static and vehicular
role.
The system should support 64 SIP/VoIP phones for local and remote commanders and
users. The VoIP support must reside on the CPU/controller card
It must be possible to interconnect multiple CNR Gateway units at different zones over
IP WAN network to form a large interoperability domain made up of multiple zones. A
user from one zone should be able to call another user in the same zone and a remote
zone seamlessly.
i.
ii
iii
iv
v
vi
vii
viii
q
i
following
52
ii
The system should have public telephone interface feature should be designed to permit
commanders to participate in problem management of an Interoperability solution when
not on scene.
iii
The system should allow remote DTMF control of cross-connect over RF links, over
phone circuits, over PBX circuits, over SATCOM paths and over cellular channels to
establish two-party or multi-party sessions.
(a)The system should use a software control package compatible with LINUX and
latest Windows operating system to provide a user-friendly GUI (Graphical User
Interface) depicting system operation and allowing programming of features.
(b) This Windows-based software control software package shall allow connecting
and disconnecting of an Interoperability channel with any other Interoperability
channel.
I The Interoperability system should also include an Ethernet remote control
interface allowing the required computer control software to operate from multiple
dispatch locations simultaneously.
iv
The System must should be equipped with networking capability to allow control of
multiple Universal Communication Interface from multiple computers simultaneously in
a wide area Interoperability format.
The system should allow the interconnection of multiple radios at one site with multiple
radios at another site by simultaneously networking together two or more Universal
Communication Interface units.
vi
The system should permit programming of all radio interface features, as well as phone
interface features and SATCOM interface features. This software should keep an
historic log of all Interoperability transactions referenced to time of day, shall permit
password protection of all critical features, and shall allow priority access and rejection
relative to individual passwords.
vii
Power Supply.
Equipment should operate on mains 230V AC / 50 Hz Power input but can be supplied
to support either 12 VDC and 24 VDC supply input .
EMI/EMC Compliance
Should perform in noisy EMI/EMC environment and be designed to comply with JSS
55555 Table L2B environmental test parameters.
53
Features.
The system should have controller software to provide full system status and control
from a PC, locally or remotely over an Ethernet network.
Bidder shall furnish the clause by clause compliance statement. In case there is any
Deviation the same should be clearly brought out in the offer.
54
3. A live announcement
The SEOC controls all the BEOCs and all the RTUs. The BEOC controls all the Remote
Terminal Unit (RTU) in the same Block.
The SEOC shall be connected to all the BEOCs via an IP backbone and to all the RTUs
via the public cellular network. The BEOCs shall be connected to the RTU via a VHF
link and also via the public cellular network.
The SEOC can initiate an alert on an individual RTU of the state , all RTU in Block or all
the RTUs of the state. To initiate an alert the SEOC can send the alert signal directly to
the RTUs over the pubic cellular network and over the VHF network via the BEOCs.
The BEOC can initiate an alert on an individual RTU, a group of RTU in Block or all the
RTUs of the Block. To initiate an alert the BEOC can send the alert signal to the RTUs
over the pubic cellular network and over the VHF network.
The SEOC controls all the BEOCs and all the RTUs. The SEOC shall be connected to all
the BEOCs via an IP backbone and to all the RTUs via the public cellular network.
The SEOC can initiate an alert on an individual, all RTUs in Block or all the RTUs of the
state. To initiate an alert the SEOC can send the alert signal directly to the RTUs over the
pubic cellular network or over the VHF network via the BEOCs.
The range of the VHF coverage from the RTUs is about 10-25 kms depending on site
conditions. Due to this distance limitation the SEOC cannot send the warning signals
directly to the RTUs over the VHF network. In case the cellular coverage is not present at
the RTUs the SEOC can send the warning signal using the VHF network via the base
stations installed at the BEOCs. To reach the BEOCs the SEOC utilizes the IP backbone
that connects the SEOC and the BEOCs.
IP based WAN connectivity to connect to the SEOC. The bandwidth requirements at
BEOC shall be
Downlink 512 Kbps Uplink 512Kbps.
The operator can send alert and warning signals to the desired locations using a GIS
based GUI software. At SEOC the software system is installed in hot-standby so that in
the event of one computer being non-operational the other computer can be used.
The BEOC controls all the RTUs in the same Block only. The BEOCs are connected to
the RTUs via a VHF link and also via the public cellular network. The BEOC can initiate
55
an alert on an individual or all the RTUs of the Block. To initiate an alert the BEOC can
send the alert signal to the RTUs over the pubic cellular network and over the VHF
network.
56
The SEOC can initiate an alert on an individual siren automatically or override the
automatic activation in the event malfunctions occur or cancel an activated message to all
the RTUs in a 56Block or all the RTUs of the state. To initiate an alert the SEOC can
send the alert signal directly to the RTUs over the pubic cellular network or over the VHF
network via the BEOCs. Remote testing the sirens totally or silent test feature shall be
available.
Hot Standby mode for BEOC Control Station is not required and can be taken care by
only one Computer with 19 inch monitor or dedicated specialized hardware with inbuilt
display. But other systems should be installed in BEOC.
The BEOC controls individual RTU or all the RTU in the same Block. The BEOCs are
connected to the RTU via a VHF link and also via the public cellular network. The
BEOC can initiate an alert on an individual or all the RTU of the Block. To initiate an
alert the BEOC can send the alert signal to the RTU over the pubic cellular network or
over the VHF network. BEOC should have 30 meter self supporting Tower, earthing pit,
RF cable with surge protection, Omni directional VHF antenna, 25W VHF base radio etc
for setting up VHF link with RTU. VHF System signaling method should be FFSK and
encrypted for protection from unauthorized usage, .
Bidder shall be paying the rental, usage and activation charges for the SIM card inside
Control Station for GSM/ GPRS Connectivity. The bidder shall pay upto 20 hours per
SIM card talktime/ Data usage charges per annum, beyond that purchaser shall borne the
talktime/ Data usage charges on actual basis.
2.6.3 Remote Terminal Unit (RTU)
The RTU should receive and decode warning instructions sent from SEOC or BEOC via
the cellular Network (GSM/GPRS) or the VHF network to either directly or by activating
prerecorded message, initiate broadcast of warning messages through the audio system.
On receipt of a valid warning signal the RTU plays the alert signal over a high powered
speaker for a pre- determined duration. Siren/ Voice Announcement can be initiated
through Control Station. The RTU to Control Station medium can be Cellular Network
(GSM/ GPRS) and the VHF network. When medium is Cellular Network (GSM/ GPRS)
,the Control Station can be one or more than one and also can be located anywhere eg
SEOC and BEOC.
The bidder will have to design VHF radio network at BEOC and RTU Location with
VHF radios. Each RTU Siren may work as a VHF repeater. The bidder need to carry out
survey for establishing VHF link. VHF tower installation preferred locations shall be
57
BEOC and Fish Landing Centres (FLC). Obtaining VHF band allocated and establishing
VHF link shall be bidders responsibility. VHF licensing fees shall be paid by the bidder.
Bidder has to obtain the SACFA and WPC Clearances from DOT . Purchaser (Owner)
shall assist in only giving authorization letters .
The communication terminal in the RTU must be tropicalised and should be able to
operate under all kinds of weather conditions. The RTU with battery should be housed in
IP65 Stainless Steel cabinet with lock & key arrangement. The unit should send encoded
information on available communication channel (GSM/GPRS/VHF media) regarding
health of equipment at warning tower and quality of performance remotely activated
status check of the system to Main Controller at the SEOC. Health Status Check for Alert
Sirens shall be included through low volume testing at regular interval. The configurable
parameters of the encoder /decoder programming must be possible through an external
port (e.g RS 232).Each remote unit shall work off backup battery (maintenance-free) for
audio amplifier / driver system .Optional local control should be available for manual
operation of warning broadcast for local community.The Standby mode current
consumption should be below 200 mA/ 230 V.
Remote Terminal Unit
12 V
Solar
Panel
Hybrid
Solar
Inverter
Audio Power
Amplifier
GSM Modem
230 V AC
Mains
RF Base Radio
Speaker
Horn Array
(Pole
Mounted
or Tower
Mounted)
Antenna
for RF Base
Radio
12V Solar
Battery Tabular
Note : RTU shall be Housed in IP 65 steel Cabinet
RTU should have high powered audio amplifier compatible to work with the Speaker
Horn Array. All the electronic unit ie RTU, Communication Interface Card , RF base
radio, Hybrid Solar Inverter and Loudspeaker Audio Power Amplifier with battery should
be housed in a IP 65 Stainless Steel Outdoor Cabinet with lock & key arrangement,
58
which can be kept inside the Cyclone Shelter Building or should be mountable on 30
meter tower for remote locations of sea beach etc.
Bidder should be responsible for duly installations of all unit at the remote area on
Cyclone Shelter or Sea Beaches of Coastal districts as per preferred specified locations.
All cost of local transportation of goods including any charge of foreign and local
engineer of the supplier, their accommodation in the field, DSA, local transport and
fooding cost etc and any extra accessories, equipment, goods, engineering and installation
charge, labor cost, fitting charge or any other ground work/earthwork or construction
materials cost, any modification of existing power supply cables, ground earthing etc will
be borne by the bidder.
Bidder shall be paying the rental, usage and activation charges for the SIM card inside
RTU for GSM/GPRS Connectivity. The bidder shall pay upto 20 hours per SIM card
talktime/ Data usage charges per annum, beyond that purchaser shall borne the talktime
usage charges on actual basis.
2.6.4 Sound Horn 4 numbers or more
Sound Horns 4 nos or more to be pole mounted on building of 2 storey /building
Cyclone Shelter or on 15 merter tower mounted where single storey building. Mounting
Fixures to be provided by the bidder. All Speaker cable must be inside the pole or
covered by metal structure. The audio ouput power should be 300 watts RMS continuous
per amplifier (or 600 Watts per Siren) or more. Direct-Single-Horn-Replacement must be
possible any time. Should be light weight, rugged, weather proof and compact. Should
be moulded in metallic aluminum for longer lasting finish. Total weight of horn assembly
should not exceed 80 kgs. Should withstand harsh and saline weather condition and
should be rustproof. Should be rectangular type and comply with low voltage directive
standard EN 60065. Degree of protection IP 65 shall be provided against foreign
particles such as dust and jets of water, ideal for outdoor use.
The Loudspeaker cable should be double insulated to connect with the speaker amplifier.
All Speaker cable must be inside the pole or covered by metal structure. The installation
must follow best practice and should be away from any potential source of interference
such as mains cable, data cable & telecom cable. The horn must also have a netted
cover to protect against flying insects entering the horn and thereby damaging the horn/
driver.
Horn Speaker Audio Coverage-1.0 Km radius ie 2 km diameter omnidirection.
59
The system audio output must be sufficiently high quality audible not less than 1000
meters (radius)ie two km diameter Omni directional at 60 db ambient noise. System
audio output must be at least 5 db above ambient noise
2.6.5 Specification for Mounting Pole :
The speaker horn to be mounted on GI Pole on rooftop on the pillar of the building of
Cyclone Shelters (CS) building or 2 storied govt buildings as specified preferably on
RCC Structure . Length of the pole should be minimum 5(five) meters with outer
diameter of 4.5 inch supported by guy wires to withstand wind velocity(300 Km / hour).
Where two storied building is not available, the speaker horn to be mounted on 15
meter Self-Supporting Tower or 15M Spun Concrete Monopole type tower.
The bidder shall work out detailed design of the civil foundation for 15 meter SelfSupporting Tower or 15M Spun Concrete Monopole type tower from all aspects,
keeping in view the effects of local metrological conditions like wind velocity(300 Km /
hour), seismicity, temperature etc. to ensure the safety of the pole. The civil foundation
design should be approved by a IIT (Indian Institute of Technology). Bidder shall submit
the detailed specifications along with the approved certificate by IIT.
2.6.6 Specification for Solar Panel:
The Solar Panel shall be 12V rating 150 Watt roof mountable on Building of Cyclone
Shelters and/or tower mountable on sea beaches.
The roof top mounting and tower mounting should be able to withstand the wind speed of
250 km per hour. Where ever damaged shall be responsibility of the bidder to replace at
free of cost during warranty and AMC period.
The Solar Panel should be IEC 61215 Ed.2 and IEC 61730 Safety Class II UL 1703 &
4703 complaint.
2.6.7 Specification for Solar Battery Bank:
2.6.7.1 General Requirement:
The Alert Tower Siren System shall operate from a normal 230V AC mains power
Supply or 230V AC Inverter Supply obtained with 12 V (nominal) DC 150 AH battery
supply. The storage batteries shall be sealed maintenance free Tubular GEL Vent
Regulated Lead Acid (VRLA) type suitable for solar application.
Tubular GEL VRLA Batteries shall be used.
Explosion-proof vent plug shall be provided at the upper part of the container.
The batteries shall be designed for operation in ambient temperature of 15 to
+55 deg. Celsius
60
61
PVC insulated flexible 3 core power cables shall be used for 230V AC power supply
wirings conforming to IS:694:1990 reaffirmed 1995 or latest and shall have sufficient
cross sectional area of 2.5 sq mm (minimum) copper conductor with insulation thickness
0.7 mm, sheath thickness of 1.0 mm and overall diameter 9 mm to withstand power load.
NOTE TO THE BIDDER
01
02
Bidder shall be paying the rental, usage and activation charges for the SIM card inside
RTU for GSM/ GPRS Connectivity. The bidder shall pay upto 20 hours per SIM card
talktime/ Data usage charges per annum, beyond that purchaser shall reimburse the
talktime/ Data usage charges on actual basis.
03
Bidder to pay & obtain all necessary WPC /SACFA Clearances for the VHF radio
inside the RTU . Purchaser shall facilitate with only a authorization letter
04 Offered product OEM/ Indian distributor should have own registered office presence in
India to ensure prompt service warranty support after sales.
2.7
The specifications indicated herein are only to guide the bidder about the requirement of
the user. The bidder shall work out detailed design of the tower from all aspects, keeping
in view the effects of local metrological conditions like wind velocity(300 Km / hour),
seismicity, temperature etc. to ensure the safety of the tower. The design of the tower
shall be based on recognized principles of structural design conforming to standard
practices followed in the field. Full responsibility regarding soundness of the design and
the execution of the work rests with the bidder. If the bidder suggests any deviations in
the required specifications, it should be approved by a IIT (Indian Institute of
Technology). Bidder shall submit the detailed specifications along with the approved
certificate by IIT.
2.7.2 Scope of work
Bidder is required to install 30 m towers at BEOCs and FLCs only. Bidder is required to
install 15 m towers for mounting Horn Speakers required where Single Storey Building
62
are available .
2.7.3 Specifications for Fabrication and Design of Angular Tower / Design, Casting of
Spun Concrete Tower
1) Tower members shall be of structural steel grade 'A' conforming to IS 222, IS 2062
and IS 7215 with latest amendments or Spun Concrete tower shall be casted with
minimum M-60 grade of concrete.
2) All steel used shall be galvanized conforming to relevant IS specification i.e. IS 2229
for tower members, IS 5358 for fasteners and IS 1573 for washers. Spray galvanizing is
permitted whenever hot dip galvanization is not possible or or all end plates used in spun
concrete tower shall be galvanized conforming to relevant IS Standard.
3) Assembly of tower members and other structures on tower shall be by means of nuts
and bolts with locking nuts. Riveting and welding may be done if the design demands and
it shall conform to relevant IS specifications. No tower member shall have thickness less
than 6 mm.
4) The quality of steel used for nuts & bolts should conform to IS No. 6639-1972 and
mechanical properties as per IS 1367/67.Dimensionally it shall conform to IS 1363,
washer should be as per IS 2016-1967. The heads being forged out of solid, truly
concentric with the shank and shall be perfectly straight. All bolts shall have hexagonal
heads and nuts. The bolts shall be treated with standard threads to take the full depth of
the nut. All nuts shall fit hand tight to the bolts. No appreciable fillet shall exist at the
point where shank of the bolt connects to the head. Lock nuts and washers shall be
provided to all bolts and nuts. The bidder shall include sufficient spare bolts and nuts to
compensate for loss in the field during erection. The cost of bolts and nuts shall be
included in the cost of tower.
2.7.4 Other Factors
1) The overall force coefficients for wind load on tower shall be taken from the latest
standards prescribed by the bureau off Indian Standards for self supporting steel towers, or
spun concrete tower, loads and permissible stresses. For calculating the solidity ratio actual
obstruction area of tower shall be considered. Separate wind obstruction areas shall be
taken for ladder, cable rack and platforms etc.
2) The basic dynamic wind pressure at different heights for different zones shall be taken
from the prescribed Standard. The basic wind velocity for the site is to be taken from the
latest BIS Code No. IS 875 . The permissible stresses in the various structural members of
tower shall be adopted from the relevant clauses and tables of IS 800 amended upto date
and spun concrete tower shall comply IS 875 :1987 ( part III). 3) Loading effect of seismic
forces as per IS 1893 and cyclic winds and conditions of frost etc. if any may also be taken
into consideration.
63
2.7.5 Foundations
1) Concrete grade for RCC shall be M15/M20 and for PCC, M10. Reinforcement steel
grade high yield deformed bar as per IS:1786 Fe 415 Gr. & stirrups as per IS:432 or IS:222.
Bending of bars shall be according IS: 2502 2) Clear cover to reinforcement bars IS 50mm.
All bolts and nuts shall be according to IS: 2502. 3) Reinforcement bars to be tied at each
junction with a binding wire of grade not exceeding 18. Where exact length of bars are not
available. Splicing shall be done as per IS: 456- 1978. 4) Form work concrete and concrete
workmanship etc. shall be as per IS: 456, 1978. 5) Maximum size of aggregates is 20mm.
Suitable chairs of 16mm.shall be provided to hold the top reinforcement at the base during
concreting as per the directions of the site Engineer.6) All grade of weld material shall be
of Fe415 and thickness not less than 6mm unless otherwise specified.7) The cement, sand
and concrete used shall be best grade and the concrete shall preferably be mixed in a
mechanical mixer in the standard ratio. The foundation shall be watered and cured for at
least 12 days and the erection of the tower shall be commenced only after the foundations
are thoroughly cured. 8) Left out item if any shall be covered as per relevant IS codes.
2.7.6 Verticality, Deflection & Twist
a) Under Still Air Conditions: The tower shall be vertical after erection and no straining
shall be permitted to achieve this. This erection tolerance of verticality shall be within
permissible limits.b) Under Maximum Wind Load Conditions: The average slope of the
axis of the antenna support column shall not depart from the vertical by more than 1 deg.
Under maximum wind load conditions. The successful Bidder will have to satisfy that
verticality is maintained at not more than 1 deg. At the maximum wind load conditions.
2.7.7 Protection against Lightning
The tower shall be provided with a suitable designed complete system of lightening
protection in accordance with the provision of IS-2309-1969 including necessary earthing
based on the specific resistively of the soil and sub-soil water level. Two lightning
discharge rods of height approximately 2.4 meters shall be securely fixed to the top of each
tower on diagonally opposite corners. Each rod shall consist of a steel tube with four 13mm
diameter rods of length 0.5 meter (approximately) welded to the top of the tube, disposed
equally around the tube and splayed upwards at 45 degrees.The lightening protective
system shall be got approved, before execution.
2.7.8 Painting
1) The tower shall be given two coats of paint in addition to primer coats after erection.
64
The tower shall be painted to have equal alternate bands of international orange and white
colors with top and bottom bands painted in orange as per civil aviation regulations.2) The
paints used in painting shall be in accordance with IS-2074/62,2932 & 2933/75. Before
applying coats of primer, the surface shall be given a coat of 'Pickling agent' so as to avoid
the flaking of painting. The Bidder should furnish the details about the pickling intended to
be applied. 3) The Bidder shall indicate the brand of the paints proposed to be used by him
for painting of the tower.
2.7.9 Earthing
All the tower legs shall be grounded properly, following the standard practice of earthing of
such structures in level ground and mountainous regions.
An earthing system, generally to the provisions of internationally accepted standard shall
be provided at each tower. All the tower legs shall be grounded properly, following the
standard practice of earthing of such structures in level ground and mountainous regions.
This shall consist of at least one radial earth strap extending from each tower leg, one loop
encircling the tower .
Particular attention shall be paid to the bonding of earthing straps to tower, runway,
gantry and building steelwork.
Earthing strap shall consist of pure copper of nominal dimensions 3mm x 2.5 mm x 60m
long.
The completed earth system shall have a resistance of less than 2 ohms, when measured
with a specific earth resistance-measuring instrument. At least two earths at adequate
distance apart bit interconnected shall be provided.
Length of 25X3mm copper strip shall be 60M per site.
For earthing of Spun Concrete tower, two earths for lightening protection and runway to
be provided. Tower leg grounding shall not be applicable.
65
66
and calculations, the wind speed shall be taken at 300 Km / hour 3) Soil Bearing Capacity
Soil bearing capacity at all the sites is assumed as at least 10 tons / sq.m.4) The total
number of cables to be installed on tower is as below. Wind loading due to these may also
be taken into consideration.(i) Power supply cable for AOL.(ii) Co-axial cable for M/W
Dish.
2.7.12 Trial Erection for Steel Tower/ Spun Concrete Tower
Where deemed necessary by the Contractor or indicated by the Employer, the members
fabricated shall be erected on trial basis in the factory or any nearest site at the contractors
cost before transportation in order to confirm accuracy and other requirements of the
fabrication.
2.7.15 Product Inspection
In-shop inspection report of finished products shall be submitted to the Purchaser for
approval. The products shall be inspected by the Purchaser after the in-shop inspection by
the manufacturer. Faulty portions shall be promptly rectified.
The bidder to install DMR Repeater/Base Station antenna at all BEOCs and selected
FLC on 30 mtr tower as per specification mentioned above.
02 Where two storied building is not available the speaker horn to be mounted on 15 meter
Self-Supporting Tower or 15M Spun Concrete Monopole type Tower.
03 Bidder to include cost and fabrication of approx 10 meters horizontal runway from
tower to the cyclone shelter/school/FLC/MEOC.
2.8
67
Earthing
BOLT
40
CEMENT
TELECOM
CONC.
A+
EQUIPMENT
SOFT SOIL
COPPER
NUT&
BOLT
EARTH
BUS
ELECTRODE
PIT
1000X1000X2000
2000
1
1
1
SA
CHARCO
MUD
SA
CHARCOAL
Cu
PLATE
68
The earth grid is extended to the equipment room by a copper strip (25 mm x 1 mm) and
shall be terminated on a grounding copper plate bus bar by nut & bolt arrangement of
brass.
The Telecom equipment are connected to the copper plate bus bar by a ground conductor
Yellow Green 16 sq mm copper mesh wire / cable .
An earth electrode system with a maximum resistance of 2 ohms shall be installed.
The electrode strip is bolted to the copper strip at the top with brass nut and bolts. The
copper plate is laid in layers of charcoal, salt and mud. For watering these layers, a
perforated GI pipe 65 mm dia fixed with funnel at the top and bolted with copper plate of
size 250 mm x 1 mm is laid vertically as per the drawing. The dimension of the earth pit
shall be 1000 mm (length) x 1000 mm (breadth) x 2000 mm (depth).
NOTE TO THE BIDDER
01
The bidder to install Earth Bus bar at SEOC,DEOC ,BEOC and FLC where telecom
equipment ,rack earthings shall be terminated. All the cables should be concealed
in PVC Duct.
S. Feature
No.
1.Interfaces
2.Switching Capacity
3.Forwarding Rate
4.DRAM
5.Flash Memory
Details
24 Ethernet 10/100 ports and 2 fixed
Ethernet 10/100/1000 uplink ports
Should Support upto 16 Gbps
switching fabric
Should support Forwarding rate upto 6
Mpps
Should have minimum 64 MB DRAM
However, the Bidder to ensure the
completeness of
the
functionality
requirements.
Should have minimum 32 MB Flash
6.MAC Addresses
7.Power Supply
69
8.VLAN
a.
b.
9.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
Features to be supported
IEEE 802.3x Flow Control
IGMP snooping
IEEE 802.1D Spanning Tree
Should support IEEE 802.1w Rapid
Spanning Tree Protocol
Should support IEEE 802.1s Multiple
Spanning Tree Protocol
Support for Spanning Tree Route
Guard.-Deleted
IEEE 802.3ad Link Aggregation
IEEE 802.1 ab
Port mirroring-(one-to-one)
MAC Address-based filtering
IEEE 802.1p support
Number of Queues per Port-4
CoS Based on Switch Port
Should provide TACACS+ / RADIUS
authentication services.
IPv6 management.
Support for Secure Shell (SSH) Protocol
Protection against Broadcast, multicast,
and unicast storm
r.
10. Network Management
a.
b.
c.
d.
e.
f.
70
Ports
Performance
Forwarding Bandwidth
DRAM
Minimum 16 MB DRAM
Flash memory
MAC address
RPS
L2 Features to be supported
The switch must support Port Mirroring, Port Trunking and 802.3ad
LACP Link
Aggregation port trunks
IGMP snooping
VLAN Support
10
SSH
g
12
c
d
e
71
72
Specification
Processor
RAM
Hard Disk
250GB HDD
Video
VGA
Monitor
Ports
Audio
Microphone, Headphone, 2
Mouse
PS2
Network ports
Operating system
Restore / recovery
Software CD
Specification
Full HD
73
11
13
12
Ethernet connection :1
15
16
17
18
19
Automatic (standard)
74
Up to 22 ppm
Ethernet
Network ready
SCAN
Scanner type
Scan resolution, optical
Scanner file format
Up to 25 ppm
600 MHz
HP e print capability
Flatbed, ADF
Up to 1200 dpi
Windows Scan Software supports file format:
JPG, RAW(BMP), PDF, TIFF, PNG
Mac Scan Software supports file format: TIFF,
PNG, JPEG, JPEG-2000, PDF, PDFSearchable, RTF, TXT
216 x 297 mm
Color scanning
Scan technology
Bit depth
Levels of grayscale
Scan input modes
Yes
Contact Image Sensor (CIS)
24-bit
256
Windows: Front control panel, Scanning via HP
LaserJet Scan; Macintosh: HP Director or
TWAIN-compliant or WIA-compliant software
2.10.4 42 U RACK
Racks should be with all requisite accessories and parts
75
2.10.5FAX Machine:
G3 Fax with Fax Modem Speed of 33.6 Kpbs/ V.34 Standard is required.
01
The bidder to install Set Top Box suitably on the wall or on stand as specified by
Purchaser and to be integrated with the 42 inch TVs. All the power cables and TV
input cables should be concealed in PVC Duct.
01
76
Fire Extinguisher to be suitably mounted on the wall at common visible place in the
SEOC, DEOC, BEOC and FLC.
Should have minimum two drawer with lock & key facility
Bidder to provide At MEOC 1 no. 2 T Split AC, at DEOC 2 nos 2 T Split AC and at
SEOC 4 nos 2T Split AC to be installed.
2.
3.
Specification
The solution shall also define the method(s) of flexible
patching for the telecommunications services to enable simple
Moves, Adds & Changes, (MACs) without frequent rewiring
of locations and re-training of staff and to provide easy to
follow trouble shooting steps and procedures.
All Passive components except PVC Conduits, bends, Racks
shall be of same make.
Each equipment, panel and outgoing cable from the patch
4.
5.
a.
b.
c.
d.
e.
77
Specification
It shall be universal RJ45 type, accepting most of the phone
and data plugs
It shall meet or exceed ISO/IEC 11801:2002 class E, TIA/EIA
568-B.2.1 Category 6 Component Specifications.
It shall be UL and ETL Certified to meet TIA/EIA 568B.2-1
Category 6 Standard.
It shall be IDC (Insulation Displacement Contact) type. IDC
termination must have a 45 angular configuration when
connected to the cable conductor to reduce the effect of metal
5.
78
fatigue.
It shall have dust caps to prevent dirt entry.
Specification
It shall be available in 24 ports fitting on 19 Rack with cable
manager
It shall be a loaded Patch Panel.
It shall be ETL certified to meet TIA/EIA 568-B.2-1 Category
6 specifications.
Patch Panel must have a Rear cable manager and this shall
occupy the same area as the panel.
Patch Panel must be supplied with paper labels for station
6.
7.
8.
79
80
repair or replace any such defective product until the cabling system is set up to
support the required applications.
Specification
5000VA / 10000VA
230V AC
Output Frequency
50 Hz 3 Hz
Sine wave
<3%
Crest Factor
3:1
92%
10
160V to 220 V
11
Input Frequency
50 Hz 5 Hz
12
Battery
13
12
LED indication
Working on Battery
Over load
Bypass mode
81
Battery faulty
15
Communication
16
Operating Environment
0 to 50C
17
0 -95 %
18
: 220V
: 160V
: 100ms
82
Note: Capacity of contactor will be calculated for at least 30% higher load than UPS
capacity.
High/Low voltage disconnector with surge protector is required of Single Phase type for
5KVAUPSand 10KVAUPS.
High/Low voltage disconnector must have manual-bypass facility in case of failure.
2.12.4Class B Lightning Protection
To be installed at the input of High/Low Voltage disconnector with 63A inductor
coil:
Line to Neutral 50KA @ 10/350 s.
Neutral to Ground 100KA @ 10/350 s.
Response Time: 25ns
Protection level at Iimp: < 1.5 KV
One/ Single pole MCB must be provided along with Class B protector to trip-off in
case of failure of Class B protector.
83
The DG set at SEOC will be 50 KVA capacity and should be able to start
automatically when mains power supply fails. At DEOC 15 KVA capacity and at
BEOC 5KVA Capacity to be used.
The proposed DG set should be able to support the IT/ network equipments along with
AC, in absence of primary power source
Detailed Specifications:
Sl. No
Specification
Rating: Continuous
10
11
DG set shall be compliant with the latest CPCB emission & noise norms
(less than 75db at 1meter distance).
12
Accessories
13
12
Air cleaner
15
16
17
18
19
84
20
21
22
23
Tachometer
24
25
DEOC:
Supervisor cum Radio Expert: 1 person at each DEOC (To Supervise the DMR
Operations)
Radio Engineer
Bidder to provide sufficient Manpower to ensure the successful operation of the system
and to assist the State Government Officials
2.15 Training Requirement
General
The main concept of the Training Program is to impart thorough and effective training so
that the trainees shall get adequate knowledge of the EWDS Equipment & network. The
trainees will be exposed to the constructional features of different components of EWDS
equipment .
The Bidder shall provide training for installation and maintenance of the EWDS
Equipment & network at SEOC,DEOC and BEOC.
The required training materials and handbooks w.r.t. operation & maintenance of the
EWDS Equipment & network shall be supplied to each participant.
85
The Bidder shall specify in his bid the number of trainees, quantum of proposed training,
pre-training qualifications required of the trainees and the duration of the proposed
training required.
Training Objectives
The training shall consist of:
Training Target
For the Installation, commissioning ,operation & maintenance of the EWDS Equipment
&network , training shall be imparted as per Training Manual .
The Training program shall cover the following:
Terminology
Introduction to various types of equipments being used for EWDS
Equipment & network .
The various parameters & their operating standard values e.g power
specifications required for Safe & proper functioning, visual indications,
physical specifications etc.
Integration of EWDS Equipment & network
Network maintenance at various levels.
86
The Bidder shall provide all training materials and documents and aids.
Conduct of training of the Purchasers personnel shall be at the Suppliers plant and/or
onsite in assembly start-up operation, maintenance and/or repair of the supplied goods.
2.16 Documentation Requirements
Documents as detailed below are to be submitted in two set hardcopy as well as two set
softcopy (CD/Pendrive) to Purchaser within 30days of commissioning / acceptance
testing of the systems and facilities:
Technical write up of the network design and functioning, System and Network
architecture diagram, Active components configuration details, Security
implementation
Manufacturer's technical documentation on all devices used in the system
including user manuals for configuring of switches, routers, etc
Site Layout Diagram
Site Connection Diagram
Site Detailed Inventory of all the equipments and systems installed with make,
model, Sl No etc. Complete cabling and electrical system layout (as Installed),
including cable routing, telecommunication closets and telecommunication outlet/
connector designations. The layout shall detail locations of all equipment and indicate
all wiring pathways
Site certification and Acceptance test reports, performance test reports of
networking components, servers and other components, scanning test report.
Original manuals of software packages supplied
Software Delivery Report
IP addressing policy and scheme
Changes in configuration, maintenance logs, patches carried out etc.Original
manuals of all hardware supplied
As built network configuration details with IP address, subnet, VLAN, port
description, etc for all active components
Detailed manual on Facility management for each and every facility (including
security, operations, monitoring, configuring, Availability and service continuity
management, capacity management, incident and problem management, SLA
management, preventive maintenance plan, corrective maintenance plan, role of each
management personnel etc)
87
2.17Spares
The bidder should set up the support center with sufficient personnel and inventory and
spares within a month in case the Contract is awarded to it and the same should be
functional till the period of performance warranty/support and Facility Management of
EWDS, whichever is later. The bidder will submit an undertaking in this regard along
with the Bid.
Bidder to submit a certificate from OEM that Spares for another five years should be
made available.
2.19Insurance
2.19.1 Insurance during the Term of the Agreement
(i) The Bidder shall effect and maintain at its own cost, during the Implementation Phase
and the Operation and Maintenance Phase, such insurances for such maximum sums as
may be required under the Financing Agreements and the Applicable Laws, and such
insurances as may be necessary or prudent in accordance with good industry practice.
The Bidder shall also effect and maintain such insurances as may be necessary for
mitigating the risks that may devolve on the purchaser as a consequence of any act or
omission of the Bidder during the Implementation Phase or the Operation and
Maintenance Phase. The Bidder shall procure that in each insurance policy, the purchaser
shall be a co-insured and that the insurer shall pay the proceeds of insurance into a bank
account designated as the Project Account.
(ii) Without prejudice to the provisions contained in Clause (i) above, the Bidder shall,
during the Operation and Maintenance Phase, procure and maintain insurance cover
including but not limited to the following:
88
(a) Loss, damage or destruction of the Assets, including assets handed over by the
purchaser to the Bidder, at replacement value;
(b) comprehensive third party liability insurance including injury to or death of personnel
of the bidder or others who may enter the Premises;
(c) the Bidders general liability arising out of this Agreement;
(d) liability to third parties for goods or property damage;
(e) workmens compensation insurance; and
(f) any other insurance that may be necessary to protect the Bidder and its employees,
including all Force Majeure Events that are insurable and not otherwise covered in items
(a) to (e) above.
2.19.2 Notice to the purchaser
No later than 45 (forty five) days prior to commencement of the Implementation Phase or
the Operations and Maintenance Phase, as the case may be, the Bidder shall by notice
furnish to the purchaser, in reasonable detail, information in respect of the insurances that
it proposes to effect and maintain in accordance with this Clause Within 30 (thirty) days
of receipt of such notice, the purchaser may require the Bidder to effect and maintain
such other insurances as may be necessary pursuant hereto, and in the event of any
difference or disagreement relating to any such insurance, the provisions of GCC Clause
shall apply.
2.19.3 Evidence of Insurance Cover
All insurances obtained by the Bidder in accordance with this Article shall be maintained
with insurers on terms consistent with good industry practice. Within 15 (fifteen) days of
obtaining any insurance cover, the Bidder shall furnish to the purchaser, notarised true
copies of the certificate(s) of insurance, copies of insurance policies and premia payment
receipts in respect of such insurance, and no such insurance shall be cancelled, modified,
or allowed to expire or lapse until the expiration of at least 45 (fortyfive) days after notice
of such proposed cancellation, modification or non-renewal has been delivered by the
Bidder to the purchaser.
2.19.4 Remedy for failure to insure
If the Bidder shall fail to effect and keep in force all insurances for which it is responsible
pursuant hereto, the purchaser shall have the option to either keep in force any such
insurances, and pay such premia and recover the costs thereof from the Bidder, or in the
event of computation of a payment for transfer of Assets upon termination, treat an
amount equal to the insurance cover as deemed to have been received by the Bidder.
2.19.5 Waiver of subrogation
89
All insurance policies in respect of the insurance obtained by the Bidder pursuant to this
Clause shall include a waiver of any and all rights of subrogation or recovery of the
insurers there under against, inter alia, the purchaser, and its assigns, successors,
undertakings and their subsidiaries, affiliates, employees, insurers and underwriters, and
of any right of the insurers to any set-off or counterclaim or any other deduction, whether
by attachment or otherwise, in respect of any liability of any such person insured under
any such policy or in any way connected with any loss, liability or obligation covered by
such policies of insurance.
2.19.6 Bidders waiver
The Bidder hereby further releases, assigns and waives any and all rights of subrogation
or recovery against, inter alia, The Purchaser and its assigns, undertakings and their
subsidiaries, affiliates, employees, successors, insurers and underwriters, which the
Bidder may otherwise have or acquire in or from or in any way connected with any loss,
liability or obligation covered by policies of insurance maintained or required to be
maintained by the Bidder pursuant to this Agreement (other than third party liability
insurance policies) or because of deductible clauses in or inadequacy of limits of any
such policies of insurance.
2.19.7 Application of insurance proceeds
The proceeds from all insurance claims, except life and injury, shall be paid to the Bidder
by credit to the designated Project Account and it shall, notwithstanding anything to the
contrary contained herein, apply such proceeds for any necessary repair, reconstruction,
reinstatement, replacement, improvement, delivery or installation of the Assets, and the
balance remaining, if any, shall be applied in accordance with the provisions contained in
this behalf in the Financing Agreements.
2.20Miscellaneous
2.20.1Non-Disclosure Clause
(i) The successful bidder shall not, without prior written consent from the purchaser,
disclose the contract agreement, or any provision thereof, or any specification, plans,
drawings, pattern, samples or information furnished by or on behalf of Govt. in
connection therewith to any person other than the person employed by the Bidder in the
performance of the related job. In case of consortium proposals, all members of the
consortium shall ensure the above. Disclosure of document/information to any such
employed person shall be made in strict confidence and shall extend only as far as may be
necessary for purposes of such performance. (ii) The successful bidder shall not without
prior written consent of the Govt., make use of any document or information made
available for the project, except for purposes of performing the Contract agreement and
the scope of work. (iii) All project related documents issued by Govt. shall remain the
90
property of Govt. and originals and all copies shal l be returned to the Govt. on
completion of the successful bidder's performance, if so required by the Govt. In case of
breach, the Govt. shall take such legal action as it may be advised.
2.20.2 Handing over Clause
The bidder shall transfer all the assets, at the end of the term of this Agreement,
including, hardware and system software (excluding Proprietary Software) to the
Purchaser at the total cost of INR 1 (Re. One). For the avoidance of doubt, the
aforementioned software shall be transferred to Purchaser upon the terms and conditions
applicable to the respective licenses of such software. Further, the Operator would also
license the Proprietary Software in perpetuity to Purchaser at the time of transfer of the
assets.
2.20.3 Intellectual Property Rights
The Intellectual Property Rights in any software product or solution, held by the bidder as
on the date of the Agreement shall continue to vest with the bidder. In the event of
transfer of Assets pursuant to the Exit Management Plan to this Agreement, then the
Intellectual Property Rights in the said derivative works (HW/SW) shall stand licensed to
purchaser and purchaser shall retain the perpetual right to use all the Intellectual Property
Rights in all the derivative works (HW/SW) which forms part of the Proprietary
Information. Additionally, any software that may be acquired from third parties during
the Term and/or that which may have been developed by the Operator during the course
of the Agreement specifically for EWDS Project, shall also be considered as licensed to
purchaser or its nominee for the sole purposes of the EWDS Project.
2.20.4 Right to Reject
The issue of this RFP does not imply that the purchaser is bound to select a Bidder or to
appoint the Selected Bidder, as the case may be, for the EWDS Project and the purchaser
reserves the right to reject all or any of the Bids without assigning any reasons
whatsoever.
D. TESTING AND QUALITY ASSURANCE REQUIREMENTS
3.1
Inspections
3.1.1 Factory Inspections: Factory Inspection shall be carried out by the purchaser prior to the
shipment of the major items like DMR, Alert Tower Siren System, SBMDVTs etc to
check the specifications as per the Technical requirements of the Tender. It is made
obligatory that Factory Inspection Test reports shall be a part the documents for release of
payments
91
3.1.2 Inspections following delivery: The Bidder shall carryout Post Delivery inspection of
goods at Site in consultation with the Purchaser
3.1.3 Bidder is to submit for DMR, system Lab Test Certificate on the parameter mentioned in
technical specifications, from the NABL /ILAC approved Lab. The Certificate must be
enclosed with technical bid. In case offer is received without Lab Certificate same will be
rejected
3.1.4 deleted
3.1.5 The purchaser also reserves the right to carry out the lab test of the samples submitted by
the Bidder at any stage.
3.1.6 Tender Sample should have cards affixed on it duly signed and stamped by the firm
indicating the following:a)
b)
c)
3.1.7 Tender sample should have card affixed duly signed and stamped by concerned lab issued
the Lab Test Report of the intended tender sample otherwise the offer is liable for
rejection.
3.1.8 Samples Sent on Basis Freight to Pay Will not be Accepted: Samples submitted by the
bidder whose offers are not accepted may be collected by their authorized representatives
on requisition or hearing from this Date. In case samples are not collected within given
time, the samples will be disposed of.
3.1.9 Dispatch Instructions and Documentation: The seller shall intimate to the purchaser, by
Mail, telex or fax and speed post seven working days in advance, the mode of transport
and probable date of delivery of consignment.
3.2
92
Pre-commissioning Tests :
3.2.0 In addition to the Suppliers standard check-out and set-up tests, the Supplier (with the
assistance of the Purchaser) must perform the following tests on the System and its
Subsystems before Installation will be deemed to have occurred and the Purchaser will
issue the Installation Certificate(s) (pursuant to GCC Clause 22 and related SCC clauses).
i. Functioning of DMR network with at least two sites
ii. Functioning of Mass Messaging
iii SBMDVT Operation
iv Alert Siren activation for 2 sites from Control Center at SEOC
3.3
3.3.0 Pursuant to GCC Clause 27 and related SCC clauses, the Purchaser (with the assistance
of the Supplier) will perform the following tests on the System and its Subsystems
following Installation to determine whether the System and the Subsystems meet all the
requirements mandated for Operational Acceptance.
After installation and configuration of each and every subsystem, integrating various
systems and providing various services, tests shall be conducted for system performance
as a whole. Commissioning shall mean end-to-end commissioning of the network with
applications running to the fullest capability. Test parameters, commitments etc shall be
submitted along with the bid, which shall be acceptable to the Purchaser. In the event, the
test parameters, commitments are not submitted or not accepted explicitly in
writing/minutes by the bidder, the Test parameters, commitments etc as decided by the
bidder will be final and binding. Following is a general guideline to be followed in the
case of testing and certification.
Upon Self-testing, Commissioning and two weeks of continuous trouble-free operation,
the system shall be offered for inspection by the bidder. The successful Bidder, along
with Purchaser, shall prepare an inspection and acceptance schedule with details of each
activity.
A detailed acceptance testing as per approved acceptance testing plan (ATP) will be
carried out before commissioning of the EWDS System. Bidder shall submit the
Acceptance Test Procedures and get it approved by Purchaser.
3.4
93
the Consultant while taking approval of the competent authority. The Consultant before
approval will also oversee the acceptance testing procedures as prepared by the Bidder
so that there should not be in any gaps. Cost of The Third Party Auditor shall be borne
by NCRMP, NDMA.
The Bidder will provide full support to the client for the smooth execution of the Third
Party Acceptance testing. The Third Party Auditor shall scrutinize and submit the testing
reports /SLA parameters on monthly or as
94
E. IMPLEMENTATION SCHEDULE
4.1 Implementation Schedule Table
The Bidder must prepare a Preliminary Project Plan and Implementation Schedule describing, among other things, the methods and
human and material resources that the Bidder proposes to employ in the design, management, coordination, and execution of all its
responsibilities, if awarded the Contract, as well as the estimated duration and completion date for each major activity.
Bidder is required to complete the installation and commissioning of the entire system within 9 months from the date of the award of work
order.
S.No.
A
Configuration
Table No.
Site/Site Code
A.1
Subsystem/ Item
DMR
DMR Work stations for
Dispatcher (PC)
A.2
24 Port L2 Switch
SEOC, DEOC
A.3
SEOC,DEOC
SEOC,DEOC
Acceptance
(Bidder to
Delivery
Installation
specify in
(Bidder to
(Bidder to
the
specify in the specify in the Preliminary
Preliminary
Preliminary
Project
Project Plan) Project Plan) Plan)
A.4
A.5
95
SEOC,DEOC
SEOC,DEOC
SEOC, DEOC,
BEOC, FLC
SEOC
SEOC, DEOC,
BEOC, FLC
SEOC, DEOC
SEOC, DEOC,
BEOC
DEOC
DEOC
SEOC, DEOC,
BEOC, FLC
96
A.11
B
B.1
SBMDV
SBMDV Satellite terminal
A.4
A.6
A.7
A.8
A.9
A.10
C.3
Mass Messaging
Work Stations with 19 " LCD
Monitor
Web based integrated
Emergency Warning
Software
LED TV Screen 42" HDMI
cable for GIS
C.4
C.1
C.2
BEOC, FLC
BEOC
DEOC, BEOC, FLC
BEOC, FLC
BEOC, FLC
FLC
FLC
FLC
FLC
SEOC,DEOC
SEOC
SEOC
SEOC
SEOC
97
Provider
C.5
SEOC
SEOC
Power Cabling
SEOC
Furniture tables + Chairs
D
D.1
D.2
D.3
D.4
D.5
D.6
D.7
D.8
D.9
SEOC
SEOC
SEOC, DEOC
BEOC
SEOC,
SEOC,DEOC,BEOC
SEOC,DEOC
BEOC
SEOC, DEOC
98
panel
E
E.1
F
F.1
F.2
F.3
F.4
F.5
F.6
F7
G
Control
which
SEOC
SEOC,
DEOC
SEOC
BEOC
DEOC, BEOC
SEOC,DEOC,
BEOC
FLC
FLC
SEOC, BEOC
control
Alert
Siren
functionality
(1+1
hot
standby)
Advanced Communication
Board-Interface board that
allows
the
CCU
to
communicate over digital
radios
and
via
GSM
Two are required for each
CCU, one for the digital
radio and the second for the
GSM modem.
Mass Alert Software
Computer Station with 19
inch
monitor
(1+1
hotstandby)
GSM Modem,SIM card
Microphone ,Digitized PreRecorded Voice Messages
Pre-Recorded
Digital
Messages - Includes up to 15
pre-recorded
messages with an average
length of 30 seconds of
recording
time
per
message
,24
port
switch,audio splitter, voice
logger etc
99
SEOC, BEOC
SEOC, BEOC
SEOC, BEOC
SEOC, BEOC
SEOC, BEOC
100
Horn
Speaker
audio
Coverage-1.0 Km radius
RTU
Double
/Single
Storey building
Double
/Single
Storey building
Double
/Single
Storey building
Antenna Lightning
Protector
Double
/Single
Storey building
Strike
Solar Panel
Solar Hybrid
Power cabling
Double
/Single
Storey building
Inverter
Double
/Single
Storey building
Double
/Single
Storey building
ALERT TOWER
Tower 15 Mtr
Double
/Single
Storey building
Tower Earthing
Double
/Single
Storey building
Tower Fencing
Horn
Speaker
Coverage-1.0 Km
Double
/Single
Storey building
audio
Double
/Single
Storey building
RTU
Double
/Single
Storey building
Double
/Single
101
Storey building
Antenna Lightning
Protector
Strike
Solar Panel
Solar Hybrid
Power cabling
H
H.1
i
ii
iii
iv
v
vi
Double
/Single
Storey building
Double
/Single
Storey building
Inverter
Double
/Single
Storey building
Double
/Single
Storey building
Mounting Pole
Double
/Single
Storey building
STRENGTHNING/OFFICE
AUTOMATION
SEOC
Work Stations (PC) with 19 "
LCD Monitor (OS, MS
Office and Anti Virus)
Portable Projector with
screen
All-in-One Printer
(Printer,Scanner,Photocopier)
Fax Machine
LED TV Screen 42" HDMI
cable for news feed
Set-top Box with TVConnection Charges
SEOC, DEOC,
BEOC
SEOC, DEOC
SEOC, DEOC
SEOC, DEOC
SEOC, DEOC
SEOC, DEOC
102
vii
SEOC, DEOC,
BEOC
103
Equipment
QTY
DMR Work Station for Dispatcher with 19" LCD Monitor and 32" LED wall mountable
Screen, Mic, speakers. Professional Work station for GIS application and Radio Dispatch
application Software and Licenses(1 Professional workstation per 2 districts)
Sl.No
1
Location
DMR
Equipment Earthing
35
Power Cabling
DMR Work Station for Dispatcher with 19" LCD Monitor and 32" LED wall mountable
Screen, Mic, speakers. Professional Work station for GIS application and Radio
Dispatch application Software and Licenses (2 Professional Work Stations x 6 districts)
12
SEOC
DEOC
104
6
6
6
6
Power Cabling
6
12
12
6
22
22
22
22
22
22
22
22
BEOC
105
22
22
FLC
DMR Repeater with accessories (one per FLC x 14 )
14
14
14
14
14
14
14
14
14
14
14
14
FLC
14
SEOC
12
DEOC
Mass messaging
Work Stations with 19 " LCD Monitor
Web based integrated Emergency Warning Software
including Customization
LED TV Screen 42" HDMI cable for GIS
106
3
1
2
Installation charges
Power Cabling
SEOC
Bandwidth& Internet
10 Mbps andwidth (expandable to 20 Mbps)
5 Mbps Internet Bandwidth
42 U 19 Server Rack
24 port L2 switch
1
1
1
1
SEOC
5
6
107
1
1
1
7
7
DEOC
7
22
22
BEOC
22
SEOC
1
2
SEOC
via GSM
Two are required for each CCU, one for the digital radio
and the second for the GSM modem.
Mass Alert Software
108
LOT
LOT
1
2
BEOC
LOT
1
1
LOT
109
37
37
37
37
Solar Panel
37
37
37
ALERT TOWER
SINGLE
STOREY
BUILDING
37
Tower 15 Mtr
37
Tower Earthing
37
Tower Fencing
37
85
RTU
85
85
CYCLONE
SHELTERS/
DOUBLE
110
85
Solar Panel
85
85
85
Mounting Pole
85
STOREY
BUILDING
Office Automation
Work Stations with 19 " LCD Monitor (OS, MS Office and
Anti Virus)
with HeadPhone, Webcam, Microphone, Keyboard,Mouse
Portable Projector with screen
Laserjet All-in-One Printer (Printer,Scanner,Photocopier)
Fax Machine
1
1
1
12
SEOC
DEOC
7
111
7
7
12
12
21
22
22
BEOC
StructuredLAN Cabling
Face Plate (Single Port)
Cat 6 UTP cable (306 mtrs per Box
24 Port Patch Panel
loaded
Cat 6, UTP Patch Cord 1 mtr.
Cat 6, UTP Patch Cord 2 mtr
20
1
20
20
SEOC
15
DEOC
112
1
15
15
15
15
10
10
BEOC
1
10
10
POWER
DG Set 10 KVA with Platform base
UPS-10 KVA at SEOC (2 in Hotstandby configuration)
POWER Cabling
UPS 5 KVA ( 1 per District)
DG SET-10 KVA ( 1 per District)
Power Cabling ( 1 per District)
UPS 5 KVA (one per Block x 22 blocks)
1
2
1
6
6
6
22
SEOC
DEOC
BEOC
113
22
22
14
FLC
14
Component
1
DMR
a
2
Bandwidth
5 Mbps dedicated Internet - Charges per
SEOC Year
SEOC 10 to 20 Mbps at SEOC -Charges per Year
Y1(Incl. in
Warranty)
Y2(Incl. in
Warranty)
Y3
(AMC)
Y4
(AMC)
Y5
(AMC)
114
115
Universal
Communication
Interface
AMC for Universal Communication
Interface per year
SEOC
POWER
SEOC Diesel Charges for DG set (3 Liter per hour)
say 2 hrs Power cut per day = 3 ltr x 2 hrs x
30 days x 1month= 180 Ltrs per year
DEOC Diesel Charges for DG set (2 Liter per hour)
say 4 hrs Power cut per day = 2 ltr x 4hrs
x30 days x 1 month= 240 Ltrs per year x
6Districts
BEOC Diesel Charges for DG set (2 Liter per hour)
say 8 hrs Power cut per day = 2 ltr x 8 hrs x
30 days x 1 month= 480 Ltrs per year x 22
blocks
116
DMR
Manpower
Supervisor cum Radio Expert (1 per SEOC)
SEOC
SEOC Radio Engineer:2 Persons
DEOC Manpower
Supervisor cum Radio Expert (1 per each
DEOC x 6 Districts)
(Total man-month=6 x 12 =72)
8
Mass Messaging
(SMS/ VOICE/
EMAIL)
Manpower
SEOC Supervisor cum GIS expert
117
Site
Code
SEOC
DEOC
BEOC
FLC
CS
SB
Site
State Emergency Operation
Center
District Emergency Operation
Center
Block Emergency Operation
Center
Fish Landing Station
Cyclone Shelter
Sea Beaches
City/Town/Region(To be
decided alongwith states
disaster management
authorities)
118
119
G.
This section deals with the Performa for queries, Compliance statement , deviation statement.
Bidder must submit a compliance statement for each Technical Specification.
No waiver/deviation shall be permitted after award of contract. All waiver/deviations after
placement of order pertaining to design and engineering or manufacture and supply shall
be addressed to the purchaser under very special circumstances.
Queries to be submitted in Doc/x Format
Bidding No.:
Name of Project: EWDS ,Odisha.
Name of the Bidder:
Contact Tel/Mb/Email :
Address of the Bidder:
Sr.
No.
Query/Suggestion
Signature:
Name of the authorized signatory:
Company seal:
120
Compliance Statement
Bidding No.:
Name of Project: EWDS,Odisha
S.
No
Section
No.
RFP
Clause
No.
Specifications/ Complie
Paragraph
d/ Not
complied
Cross
Comments
Reference
page number
in
Bid
submitted
Note:
1. Bidder shall not use any other words except complied or not complied. The words
like noted, seen, partially complied etc. will not be acceptable.
2. Failure to provide documentary evidence in the prescribed format may result
in rejection of bid. (As this clause is very important, bidder may clarify this clause,
if required, during the pre-bid meeting).
* Bidders to provide documentary proof/reference for each and every clause
mentioned in the tender document. All the documentary proof/reference pages
should be numbered, and only the relevant statement in the document should be
highlighted indicating the corresponding clause no. In addition, the original tender
document countersigned in all pages should be submitted along with the bid.
121
Deviation Statement
Bidding No.:
Name of Project: EWDS,Odisha.
Sr.
No.
Section No.
Clause
Page
No.
No.
Deviation
Remarks
Signature:
Company seal:
122
H. ATTACHMENTS
Attachment 1. Indicative SEOC,DEOC,BEOCSite Layout
ATTACHMENT 1
INDICATIVE SEOC, DEOC AND BEOC SITE LAYOUT
Earth Bus
Bar100 10
0IT
100
RACK
0
10
00
1000
UPS
1
500
10
00
1000
500 UPS 2
4000
00
4 TV for
News Feed
500
D
M
R
2000
He
2000
lp
De
DMR Work
1500
1500
Station
750750
Ch
air
20
00
Admin
500
1500
Desk
PC
Ph
on
2000 e
Pri
nt
Ch
air
2 x LED TV for
Messaging
Mass Messaging
1500
1500
1500
Work Station
750750
750750
Ch
air
Ch
air
Ch
air
30
00
750
750
750
Ch
air
Ch
air
750
750
10
00
Ch
air
Ch
air
Ch
air
Ch
air
30
00
All Dimensions
in mm
INDICATIVE
15
meter
LAYOUT
D
o
or
S
p
a
c
e
f
o
r
A
l
m
i
r
a
h
1
2
m
e
t
e
r
Earth Bus
Bar 100
0IT
100 RACK
0
500
123
3000
5
D0
0
MR
Fix
2000 ed
Sta
tio
n
10
00
1000
UPS
1500
750
Ch
air
100
0
Admin
500
1500
Desk
PC
Ph
on
2000 e
Pri
nte
r
Ch
4000
air
All Dimensions in
mm
1500
750
Ch
air
S
p
a
c
e
f
o
r
A
l
m
i
r
a
h
750
750
300
0
Ch
air
Ch
air
200
0
12
mete
r
D
o
or
1
0
m
e
t
e
r
124
1000
Door
IT RACK
1000
1000
500
Admin Desk
500
1500
UPS 1
PC
Phone
Printer
Fax
Scanner
750
500
DMR
Station
table
750
2000
1000
Chair
Chair
5 meter
All Dimensions in mm
500
4
met
er
125
126
127
January
February
4 5
6 7 8 9
1
0
1
1
1
2
1
3
1
2
1
5
1
6
1
7
1
8
1
9
2
0
21
2
2
2
3
24
R/
SA
R/
25
2
2
2
7
28
SA
March
April
R
/
S
U
May
R/
SU
R/
SA
June
July
H/
SA
R/
H/
SA
SA
29
30
31
128
August
H/
SA
Septembe
r
H
/
R/
SA
S
A
October
Novembe
r
Decembe
r
Note Abbreviations:
R
Restricted Holiday
Central Holiday
SA
Saturday Holiday
SU
Sunday Holiday
H/SA
129
DEOCs:
S.No.
Coastal District
Address
1.
PURI DISTRICT
2.
BHADRAK DISTRICT
3.
JAGATSINGHPUR
DISTRICT
District Collectorate,
JAGATSINGHPUR
4.
BALASORE DISTRICT
5.
KENDRAPARA
DISTRICT
6.
GANJAM DISTRICT
BEOCs:
S.NO.
COASTAL DISTRICT
Coastal Blocks
Address
1.
2.
Block Development
(BDO), Astaranga
Block Development
(BDO), Kakatpur
Block Development
(BDO), G.O.P
Block Development
(BDO), Puri Sadar
3.
4.
Puri
Office
Office
Office
Office
130
5.
6.
7.
Bhadrak
8.
9.
Jagatsinghapur
10
11
12
Balasore
13
14
15
Remuna CD Block
16
17
Kendrapara
18
19 Ganjam
20
21
22
Office
Block Development
(BDO), Balikuda
Block Development
(BDO), Ersama
Block Development
(BDO), Kujanga
Office
Office
Office
Office
Office
Office
Office
Office
131
ATTACHMENT 5
TENTATIVE LIST OF FISH LANDING CENTRE (FLC)
I
BALASORE DISTRICT
1
Chandipur FLC
Bahabalpur (Jetty)
Khandia FLC
Mahisali FLC
Talasari Jetty
Kirtania Jetty
Kasia FLC
Kankadapal FLC
Choumukha FLC
10
Panchubisa Jetty
11
Jamuea FLC
12
Gadeisagar FLC
II
BHADRAK DISTRICT
13
Dhamara F.H
14
Chandanipal FLC
15
Karanapali FLC
16
Koithakola FLC
17
Boincha FLC
18
Karanjamala FLC
19
Chudamani Jetty
20
Kasia FLC
21
Bideipur FLC
22
Kansabansa Jetty
III
KENDRAPADA DISTRICT
23
Kajalapatia
24
Kharanasi
25
Jamboo
26
Kendrapatia
27
Tantiapal
28
Talachua Jetty
29
Gopalpur FLC
30
Barunei FLC
IV
JAGATSINGHPUR DISTRICT
31
132
32
Atharbanki
33
Noliasahi
34
Chaumuhani
35
133
Bandar
PURI DISTRICT
36
Penthakata (Puri)
37
Sapakothi (Puri)
38
Harachandi (Bramhagiri)
39
40
Khirisahi
41
Sciandi- Ramlanka
42
Nuagarh
43
Kaliakona
44
Sahana
45
Toilo
46
Chandrabhaga,
47
Ramchandi
VI
GANJAM DISTRICT
48
Prayagi FLC
Konark
49
Kantiagada FLC
50
Rushikulya Base
51
52
Gokharkuda FLC
53
54
55
56
Sonapur FLC
57
Markandi FLC
58
Gopalpur FLC
59
Revkatur FLC
60
61
62
Garampeta FLC
63
Rameyapatna FLC
134
135
ATTACHMENT 6
SL
No
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
136
Remuna(2)
Bahanaga(5)
Bhogarai(5)
Baliapal(6)
Basudevpur(4)
Bhadrak
Chandabali(11)
Kendrapara
Mahakalpara(9)
Talapada
Inchudi
Bhilla
Ataspur
Baripada
Barajadeuli
Rupakhanda
Bichitrapur
Bindha Padmapur
Krishnanagari
Narayan Mohanty Padia
Udaipur
Chaumukh
Jambhirai
Jamunashul
Kakrapali
dagar
Narayanpur
Kismat krushnapur
Badahabelisahi
Mohanpur
Kantipur
Karanpalli
Kuamara
Baincha
Dhankuta
Karanjamal
Gourprasad
Kanakprasad
Amarnagar
Balisahi
Chndinipal
Dosinga
Barakolikhala
Badatubi
Kandarapatia
Ratapanga
Sasana
Narasinghpur
Kajalpatia
Double
Double
Single
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Double
Single
Single
Double
Double
Double
Double
Single
Single
Double
Single
Double
Double
Double
Double
Single
Double
Double
Single
Double
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
137
Rajnagar(11)
Ersama(7)
Jagatsingpur
Kujanga(2)
Balikuda(3)
Chikiti(5)
Ganjam
Rangeilunda(5)
Chatrapur(4)
Jamboo
Suniti
Rajpatana
Khasmunda
Anantakeshari
Pravati
Endulapur
Kaitha
Chinchiri
Pentha
Sailendrasarai
Saundripal
Bandhapur
Gobindpur
Shahadabedi
Dhinkia
Nuagan
Noliasahi
Polanga
Siali
Nehru Bunglow
Sandhakuda
Bandar
Kusupur(Dandabedi)
Baradia(Balijori)
Double
Double
Single
Double
Single
Single
Double
Double
Double
Double
Single
Double
Double
Double
Double
Double
Single
Double
Double
Single
Double
Double
Double
Double
Double
Patasonupur
Sonupur
Rameyapatana
Chandan Bada
Eksingh
Markandi
Kirtipur
Gopalpur NAC
New Golabandha
New Boxipalli
Bandar
Rev Katur
Bada Aryapalli
Nolia Nuagaon
Double
Single
Double
Double
Double
Double
Single
Single
Single
Single
Single
Single
Double
Single
116
117
118
119
120
121
122
138
Ganjam(7)
District=6
Block=22
Ganjam NAC
JCL area)
Purunabandh
Gokharakuda
Kantiagada
Podempeta
Mayurpada
Prayagi
Village=122
Double
Double
Double
Double
Single
Single
Double
XX.XX.2015
NCRMP-1 / 5413-IN
ODISHA/SRC/NCRMP/EWDS/0008/2015
Procurement
of
Supply,
Installation,
Commissioning and Services for Early
Warning Dissemination System for Coastal
Districts of ODISHA
Bidders Eligibility
Attachment 2.
Bidders Qualifications (including Manufacturers
Authorizations and Subcontractor agreements if and as required)
Attachment 3.
Attachment 4.
Attachment 5.
Proposed Subcontractors
Attachment 6.
2.1
Manufacturers Authorization
Invitation for Bids Title and No.: Procurement of Supply, Installation, Commissioning
and Services for Early Warning Dissemination
System for the Coastal Districts of Odisha
No: ODISHA/SRC/NCRMP/EWDS/0008/2015
[If applicable:] Lot, Slice, Subsystem No(s).:
To:
The Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar 751001
Odisha
WHEREAS _______________________________________ who are official
producers of _______________________________________________ and having
production
facilities
at
__________________________________________________________ do hereby
authorize
__________________________________________________________________
located
at
_____________________________________________________
(hereinafter, the Bidder) to submit a bid and subsequently negotiate and sign a
Contract with you for resale of the following Products produced by us:
We hereby confirm that, in case the bidding results in a Contract between you and
the Bidder, the above-listed products will come with our full standard warranty. We
shall support the essential spares after sales of the offered product for a period of 5
years from the date of operational acceptance.
Name
In the capacity of
Signed
Duly authorized to sign the authorization for and on behalf of :
________________________
Note: This authorization should be written on the letterhead of the Manufacturer and be
signed by a person with the proper authority to sign documents that are binding on the
Manufacturer.
2.2
Item
Proposed Subcontractor
2.3
Software List
Software Item
System
Software
GeneralPurpose
Software
Application
Software
Standard
Software
Custom
Software
10
2.4
Custom Materials
11
Name of firm
2.
3.
Telephone
Contact
4.
Fax
Telex
5.
Nationality of owners
Name
Nationality
1.
2.
3.
4.
5.
/
12
Turnover
US$ equivalent
1.
2.
3.
4.
5.
/
bids
13
Total value of annual turnover, in terms of EWDS System billed to clients, in US$
equivalent, converted at the rate of exchange at the end of the period reported:
Annual turnover data (applicable activities only; US$ equivalent)
Partner
1.
Partner
in charge
2.
Partner
3.
Partner
4.
Partner
5.
Partner
Totals
Form
3.5.2
page
no.
Year 1
Year 2
Year 3
Year 4
Year 5
14
OEM / OEM
On separate pages, using the format of Form 3.5.3a, the Bidder is requested to list
contracts of a similar nature, complexity, and requiring similar information technology
and methodologies to the contract or contracts for which these Bidding Documents
are issued, and which the Bidder has undertaken during the period, and of the
number, specified in the BDS for ITB Clause 6.1 (a). Each partner of a Consortium
should separately provide details of its own relevant contracts. The contract value
should be based on the payment currencies of the contracts converted into U.S.
dollars, at the date of substantial completion, or for ongoing contracts at the time of
award.
15
Partner/ Distributor
Use a separate sheet for each contract.
1.
Number of contract
Name of contract
Country
2.
Name of Purchaser
3.
Purchaser address
4.
Nature of EWDS Systems and special features relevant to the contract for which the
Bidding Documents are issued
5.
6.
Management Contractor
Partner
7.
Subcontractor
Currency
Currency
Subcontract: $_______;
8.
Date of award/completion
9.
Contract was completed _____ months ahead/behind original schedule (if behind,
provide explanation).
10.
11.
12.
Indicate the approximate percent of total contract value (and US$ amount) of EWDS
System undertaken by subcontract, if any, and the nature of such EWDS System.
16
OEM / OEM
Name of banker
Address of banker
Telephone
Fax
Telex
Summarize actual assets and liabilities in U.S. dollar equivalent (at the rates of
exchange current at the end of each year) for the previous five calendar years.
Based upon known commitments, summarize projected assets and liabilities in U.S.
dollar equivalent for the next two calendar years, unless the withholding of such
information by stock market listed public companies can be substantiated by the
Bidder.
Financial
Actual:
information in Previous five years
US$ equivalent
5
1. Total assets
2. Current
assets
3. Total
liabilities
4. Current
liabilities
5. Profits
before taxes
Projected:
Next two years
3
17
Financial
Actual:
information in Previous five years
US$ equivalent
5
Projected:
Next two years
3
6. Profits after
taxes
Specify proposed sources of financing, such as liquid assets, unencumbered real
assets, lines of credit, and other financial means, net of current commitments,
available to meet the total construction cash flow demands of the subject contract or
contracts as indicated in the BDS for ITB Clause 6.1 (a).
Source of financing
1.
2.
3.
4.
Attach audited financial statementsincluding, as a minimum, profit and loss
account, balance sheet, and explanatory notesfor the period stated in the BDS for
ITB Clause 6.1 (a) (for the individual Bidder or each partner of a Consortium ).
If audits are not required by the laws of Bidders' countries of origin, partnerships and
firms owned by individuals may submit their balance sheets certified by a registered
accountant, and supported by copies of tax returns,
18
OEM / OEM
Title of position
Name of prime candidate
Name of alternate candidate
2.
Title of position
Name of prime candidate
Name of alternate candidate
3.
Title of position
Name of prime candidate
Name of alternate candidate
4.
Title of position
Name of prime candidate
Name of alternate candidate
19
Position
Candidate
Prime
Candidate
information
Name of candidate
Alternate
Date of birth
Professional qualifications
Present
employment
Name of Employer
Address of Employer
Telephone
Contact
officer)
(manager
personnel
Fax
Telex
To
20
OEM / OEM
The Bidder shall provide adequate information to demonstrate clearly that it has the
technical capability to meet the requirements for the EWDS System. With this form,
the Bidder should summarize important certifications, proprietary methodologies,
and/or specialized technologies which the Bidder proposes to utilize in the execution
of the Contract or Contracts.
Award FOR Name of client, cause of litigation, and matter Disputed amount
or AGAINST in dispute
(current
value,
Bidder
US$ equivalent)
21
3. BID-SECURING DECLARATION
IFB:Installation, Commissioning, Supply & Services for Early Warning Dissemination
System[No. ODISHA/SRC/NCRMP/EWDS/0008/2015]
To: The Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar 751001
Odisha
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a BidSecuring Declaration.
We accept that we, and in the case of a Consortium all partners to it, will
automatically be suspended from being eligible for participating in bidding for any
contract with you for the period of time of three years, in case of, and starting from
the date of, breaching our obligation(s) under the bidding conditions due to:
(a)
withdrawing our bid, or any part of our bid, during the period of bid validity
specified in the Bid Submission Form or any extension of the period of bid validity
which we subsequently agreed to; or
(b)
having been notified of the acceptance of our bid by you during the period of
bid validity, (i) failing or refusing to execute the Contract Agreement, or (ii)
failing or refusing to furnish the performance security, if required, in
accordance with the Instructions to Bidders.
22
23
has withdrawn the Bid (or any parts of it) during the period of bid validity
specified by the Bidder in the Bid Submission Form or any extension of the
period of bid validity which the Bidder subsequently agreed to; or
(b)
having been notified of the acceptance of the Bid by you during the period of
bid validity, (i) failed or refused to execute the Contract Agreement, or (ii)
failed or refused to furnish the performance security, if required, in
accordance with the Instructions to Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt
of copies of the contract signed by the Bidder and the performance security issued
to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful
bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of
the name of the successful bidder; or (ii) twenty-eight days after the expiration of the
Bid's validity.
24
Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
_____________________________
[Signature(s)]
[Note to Bidders: Instructions on amount and currency can be found in the ITB Clause and BDS for
"Securing the Bid." Consortiums need to also ensure that their Bank Guarantee meets the
requirements for Consortiums as provided in the same Clause.]
25
4. CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT is made
the [ insert: ordinal ] day of [ insert: month ], [ insert: year ].
BETWEEN
(1)
WHEREAS the Purchaser desires to engage the Supplier to supply, install, achieve
Operational Acceptance of, and support the Installation, Commissioning, Supply
& Services for Early Warning Dissemination System(the System), and the
Supplier has agreed to such engagement upon and subject to the terms and
conditions appearing below in this Contract Agreement.
NOW IT IS HEREBY AGREED as follows:
Article 1.
Contract
Documents
(b)
(c)
(d)
26
Schedule)
(e)
(f)
Article 3.
Effective
Date for
Determining
Time for
Operational
27
Acceptance
(c)
(d)
Each party shall use its best efforts to fulfill the above
conditions for which it is responsible as soon as
practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within two
(2) months from the date of this Contract Agreement
because of reasons not attributable to the Supplier, the
parties shall discuss and agree on an equitable adjustment
to the Contract Price and the Time for Achieving
Operational Acceptance and/or other relevant conditions of
the Contract.
Article 4.
Appendixes
4.2 Reference in the Contract to any Appendix shall mean the
Appendixes listed below and attached to this Contract
Agreement, and the Contract shall be read and construed
accordingly.
APPENDIXES
Appendix 1.
Appendix 2.
Appendix 3.
Appendix 4.
Appendix 5.
Appendix 6.
Appendix 7.
Suppliers Reprsentative
Adjudicator [if there is no Adjudicator, state not applicable]
List of Approved Subcontractors
Categories of Software
Custom Materials
Revised Price Schedules (if any)
Minutes of Contract Finalization Discussions and Agreed-to
Contract Amendments
28
IN WITNESS WHEREOF the Purchaser and the Supplier have caused this
Agreement to be duly executed by their duly authorized representatives the day and
year first above written.
For and on behalf of the Purchaser
Signed:
in the capacity of The Special Relief Commissioner, Government of Odisha,
in the presence of
For and on behalf of the Supplier
Signed:
in the capacity of [ insert: title or other appropriate designation ]
in the presence of
CONTRACT AGREEMENT
dated the [ insert: number ]day of [ insert: month ], [ insert: year ]
BETWEEN
Special Relief Commissioner, Revenue and DM (Special Relief) Department,the
Purchaser
and
[ insert: name of Supplier ], the Supplier
29
In accordance with GCC Clause 4.3, the Supplier's addresses for notices under the
Contract are:
Address of the Supplier's Representative: [ as appropriate, insert: personal
delivery, postal, cable, telegraph, telex, facsimile, electronic mail, and/or
EDI addresses. ]
30
Appendix 2. Adjudicator
In accordance with GCC Clause 1.1 (b) (vi), the agreed-upon Adjudicator is:
As proposed by Institution of Engineers (India)
Name:
In accordance with GCC Clause 6.1.3, the agreed-upon fees and reimbursable
expenses are:
Pursuant to GCC Clause 6.1.4, if at the time of Contract signing, agreement has not
been reached between the Purchaser and the Supplier, an Adjudicator will be
appointed by the Appointing Authority named in the SCC.
31
The Purchaser has approved use of the following Subcontractors nominated by the
Supplier for carrying out the item or component of the System indicated. Where
more than one Subcontractor is listed, the Supplier is free to choose between them,
but it must notify the Purchaser of its choice sufficiently in advance of the time when
the subcontracted work needs to commence to give the Purchaser reasonable time
for review. In accordance with GCC Clause 20.1, the Supplier is free to submit
proposals for Subcontractors for additional items from time to time. No subcontracts
shall be placed with any such Subcontractors for additional items until the
Subcontractors have been approved in writing by the Purchaser and their names
have been added to this list of Approved Subcontractors, subject to GCC
Clause 20.3.
[ specify: item, approved Subcontractors, and their place of registration that
the Supplier proposed in the corresponding attachment to its bid and that the
Purchaser approves that the Supplier engage during the performance of the
Contract. Add additional pages as necessary. ]
Item
Approved Subcontractors
Place of
Registration
32
Software Item
System
Software
GeneralPurpose
Software
Application
Software
Standard
Software
Custom
Software
33
Custom Materials
34
The attached Contract amendments (if any) shall form part of this Contract
Agreement and, where differences exist, shall supersede the relevant clauses in the
GCC, SCC, Technical Requirements, or other parts of this Contract as defined in
GCC Clause 1.1 (a) (ii).
35
5.1
36
The bank shall insert the amount(s) specified and denominated in the SCC for GCC Clauses
13.3.1 and 13.3.4 respectively, either in the currency(ies) of the Contract or a freely convertible
currency acceptable to the Purchaser.
In this sample form, the formulation of this paragraph reflects the usual SCC provisions for GCC
Clause 13.3. However, if the SCC for GCC Clauses 13.3.1 and 13.3.4 varies from the usual
provisions, the paragraph, and possibly the previous paragraph, need to be adjusted to precisely
reflect the provisions specified in the SCC.
_______________________
[Signature(s)]
37
5.2
38
________________________________
[insert: Banks Name, and Address of Issuing Branch or Office]
Beneficiary: Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Rajiv Bhavan, Bhubaneshwar 751001 Odisha
Date:[insert: date]
ADVANCE PAYMENT GUARANTEE No.:[insert: Advance Payment Guarantee
Number]
We have been informed that on [insert: date of award] you awarded Contract No.
[AP/SPIU/NCRMP-1/EWDS/001/2015] for Installation, Commissioning, Supply &
Services for Early Warning Dissemination System(hereinafter called "the
Contract") to [insert: complete name of Supplier] (hereinafter called "the Supplier").
Furthermore, we understand that, according to the conditions of the Contract, an
advance payment in the sum of [insert: amount in numbers and words, for each
currency of the advance payment]is to be made to the Supplier against an
advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum
or sums not exceeding in total the amount of the advance payment referred to
above, upon receipt by us of your first demand in writing declaring that the Supplier
is in breach of its obligations under the Contract because the Supplier used the
advance payment for purposes other than toward the proper execution of the
Contract.
It is a condition for any claim and payment to be made under this guarantee that the
advance payment referred to above must have been received by the Supplier on its
account [insert: number and domicile of the account].
For each payment after the advance payment, which you will make to the Supplier
under this Contract, the maximum amount of this guarantee shall be reduced by the
ninth part of such payment.1 At the time at which the amount guaranteed becomes
nil, this guarantee shall become null and void, whether the original is returned to us
or not.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
This sample formulation assumes an Advance Payment of 10% of the Contract Price excluding
Recurrent Costs, and implementation of the main option proposed by this SBD in the SCC for
GCC Clause 13.2.2 for gradually reducing the value of the Advance Payment Security. If the
Advance Payment is other than 10%, or if the reduction in amount of the security follows a
different approach, this paragraph would need to be adjusted and edited accordingly.
39
______________________[Signature(s)]
Installation Certificate
Date: [ insert: date ]
Loan/Credit Number:
NCRMP-1 / 5413-IN
6.2
40
Loan/Credit Number:
NCRMP-1 / 5413-IN
[ insert:
This letter shall not relieve you of your remaining performance obligations
under the Contract nor of your obligations during the Warranty Period.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar 751001
Odisha
Preamble ................................................................................................................. 5
Grand Summary Cost Table .................................................................................... 7
Supply and Installation Cost Summary Table .......................................................... 8
Recurrent Cost Summary Table .............................................................................. 9
Training ................................................................................................................ 10
AMC..................................................................................................................... 11
Supply and Installation Cost Sub-Table................................................................. 12
Recurrent Cost Sub-Table ..................................................................................... 33
Country of Origin Code Table ............................................................................... 38
XX.XX.2015
NCRMP-1 / 5413-IN
ODISHA/SRC/NCRMP/EWDS/0008/2015
Procurement
of
Supply,
Installation,
Commissioning and Services for Early
Warning Dissemination System for Coastal
Districts of ODISHA
plus
or such other sums as may be determined in accordance with the terms and
conditions of the Contract. The above amounts are in accordance with the Price
Schedules attached herewith and made part of this bid.
We undertake, if our bid is accepted, to commence work on the EWDS
System and to achieve Installation and Operational Acceptance within the respective
times stated in the Bidding Documents.
If our bid is accepted, and if these Bidding Documents so require, we
undertake to provide an advance payment security and a performance security in
the form, in the amounts, and within the times specified in the Bidding Documents.
We accept the appointment of The Institution of Engineers (India) as the
Adjudicator.
We hereby certify that the Software offered in this bid and to be supplied
under the Contract (i) either is owned by us, or (ii) if not owned by us, is covered by
a valid license from the proprietor of the Software.
We hereby certify that the Hardware offered in this bid and to be supplied under the
contract (i) either manufactured by us, or (ii) if not manufactured by us, is covered by
valid Manufacturers Authorizations
We agree to abide by this bid, which, in accordance with ITB Clauses,
consists of this letter (Bid Submission Form) and the enclosures listed below, for a
period of 180days from the date fixed for submission of bids as stipulated in the
Bidding Documents, and it shall remain binding upon us and may be accepted by
you at any time before the expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to
this Bid, and to Contract execution if we are awarded the Contract, are listed below:
Name and
Address of Agent
Amount and
Currency
Purpose of
Commission or
Gratuity
Etc.
Until the formal final Contract is prepared and executed between us, this bid,
together with your written acceptance of the bid and your notification of award, shall
constitute a binding contract between us. We understand that you are not bound to
accept the lowest or any bid you may receive.
Dated this [ insert: ordinal ] day of [ insert: month ],[ insert: year ].
Signed:
Date:
In the capacity of [ insert: title or position ]
Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]
Preamble
General
1.
2.3
2.4
2.5
Training
2.6
AMC
2.7
2.8
2.9
2.
3.
If Bidders are unclear or uncertain as to the scope of any item, they shall seek
clarification in accordance with the Instructions to Bidders in the Bidding
Documents prior to submitting their bid.
Pricing
4.
Prices shall be filled in indelible ink, and any alterations necessary due to
errors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet,
prices shall be fixed and firm for the duration of the Contract.
5.
Bid prices shall be quoted in the manner indicated and in the currencies
specified in ITB Clauses. Prices must correspond to items of the scope and
quality defined in the Technical Requirements or elsewhere in these Bidding
Documents.
6.
The Bidder must exercise great care in preparing its calculations, since there is
no opportunity to correct errors once the deadline for submission of bids has
passed. A single error in specifying a unit price can therefore change a
Bidders overall total bid price substantially, make the bid noncompetitive, or
subject the Bidder to possible loss. The Purchaser will correct any arithmetic
error in accordance with the provisions of ITB Clauses
7.
8.
The items specified in the BoQ are indicative only, however, the bidder
may quote and supply the items for completeness of the solution.
9.
10.
2.2
Supply
and
Installation
Costs(from Supply and
Installation Cost Summary
Table)
Training
Local
Currency ]
INR
Foreign
Currency
$
Foreign
Currency
Foreign
Currency
Price
Price
Price
Price
Note: The prices are inclusive of all taxes/ Custom Duties /octroi charges etc. as
applicable.
Name of Bidder:
Authorized Signature of Bidder:
2.3
Line
Item
No.
Subsystem / Item
Locally
supplied
items
Local
Currency
INR
Price
INR
Price
Foreign
Currency
$
Price
Foreign
Currency
Price
Foreign
Currency
Price
DMR
2
3
4
5
6
7
8
9
10
SBMDV
Mass Messaging
Bandwidth &
Internet
Universal Comm
Interface
Alert Tower Siren
Office automation
Power
Set Top Box
Any Other item
Sub Totals
TOTAL (To Grand
Summary Table)
Note:
Refer to the relevant Supply and Installation Cost Sub-Table for the specific
components that constitute each Subsystem or line item in this summary table
Name of Bidder:
Authorized Signature of Bidder:
2.4
Line
Item
No.
1
2
3
4
5
Subsystem / Item
Office
automation
Power
11
12
Foreign
Currency
$
Foreign
Currency
Foreign
Currency
Price
Price
Price
Price
Universal
Communication
Interface
10
Local
Currency
INR
Bandwidth &
Internet
Alert Tower
Siren
DMR
SBMDV
Mass
Messaging
10
2.5
Line
Item
No.
1
Details of Training
SBMDV
Mass
Messaging
Alert Siren
System
Universal
communication
Interface
Bandwidth &
Internet
Any other item
Local
Currency
INR
Foreign
Currency
$
Foreign
Currency
Foreign
Currency
Price
Price
Price
Price
DMR
Training
Name of Bidder:
Authorized Signature of Bidder:
11
2.6
AMC
Bidder shall operate and maintain the EWDS system for two years after successful
Acceptance Testing (AT). Cost of 1st Year and 2ndYear AMC shall be covered under
warranty to be borne by the Bidder. Bidder shall be paid for 3nd year to 5th Year
AMC. The Bidder shall quote for AMC Charges from third year upto fifth year on per
year basis. All the three year AMC charges and total contract value shall be
considered for evaluation purposes.
Local
Currency
INR
Foreign
Currency
$
Foreign
Currency
Foreign
Currency
Price
Price
Price
Price
AMC
Charges
Year 3
Year 4
Year 5
Name of Bidder:
Authorized Signature of Bidder:
12
2.7
The items specified in the BoQ are indicative only, however, the bidder may quote and supply the other
required items for completeness of the solution
Unit Prices / Rates
Supplied
Locally
local
currency
INR
S.
No.
Equipment
DMR
SEOC
Country
of Origin
Code
Qty
Total Prices
foreign
currency
$
foreign
currency
foreign
currency
Suppli
ed
Locally
local
currency
INR
foreign
currency
$
foreign
currency
foreign
currency
d
e
f
g
13
1
1
5
35
h
i
j
k
l
14
1
2
4
1
4
12
15
Districts)
h
i
j
k
6
6
6
6
6
6
0
16
12
Modular Furniture
tables + Chairs ( 2 set
per District) x 6
Districts
12
d
e
22
22
22
22
22
22
22
i
l
17
22
22
22
22
b
c
d
e
FLC
DMR Repeater with
accessories (one per
FLC x 14)
DMR Fixed Station
(one per FLC x 14 )
Tower 30 Mtr (one per
FLC x 14 )
Tower Earthing (one
per FLC x 14 )
Equipment Earthing
(one per FLC x 14 )
UPS 2 KVA with 4 hrs
battery backup (one
per FLC x 14 )
14
14
14
14
14
14
g
h
j
k
l
m
18
14
14
14
14
14
14
14
SEOC
SBMDV Satellite
terminal
DEOC
SBMDV Satellite
terminal (2x 6 districts)
12
b
c
e
f
g
h
19
Mass Messaging
SEOC
Work Stations with 19 "
LCD Monitor
Web based integrated
Emergency Warning
Software
LED TV Screen 42"
HDMI cable for GIS
Location Based
Integration with 3
Telecom Service
Provider
Cloud based Data
Backup Storage for
Logs
Installation charges
Modular Furniture
tables + Chairs
Power Cabling
Any other item
1
2
1
1
3
1
Bandwidth&
INTERNET
SEOC
10 Mbps Bandwidth
Expandable to 20
Mbps)
5 Mbps Internet
1
1
c
d
e
20
Network Management
System
42 U Server Rack (19 "
width) - (one per
SEOC)
24 port L2 switch with
2 FiberPort
10/100/1000 and 2 GE
ports (one per SEOC)
and 2 GE ports
Firewall and IPS
24 Port FODP (Fibre
Optic Distribution
Panel) with Pigtail and
Copper Patch panel
WAN Router with 8 FE
Port , 2 GE WAN Port
and with 2 FiberPort
10/100/1000
Fiber Optic Structured
Cabling upto 2 Kms
from SWAN Port
1
1
6
6
21
6
d
9 U Wall Mountable
19 Server Rack (one
per Block x 22 blocks)
12 port L2 switch with
2 FiberPort
10/100/1000 (one per
Block x 22blocks)
22
22
22
22
22
22
10
10
24
5
Universal
Communication
Interface with
Accessories
d
e
SEOC
Communication
Control stationHardware which
control Alert Siren
functionality (1+1 hot
standby)
Advanced
Communication BoardInterface board that
allows the CCU to
communicate over
digital radios and via
GSM
Two are required for
each CCU, one for the
digital radio and the
second for the GSM
modem.
Mass Alert Software
(with license for SEOC
and all BEOC)
Computer Station with
19 inch monitor (1+1
hotstandby)
GSM Modem,SIM card
Microphone ,Digitized
Pre-Recorded Voice
Messages
Pre-Recorded Digital
Messages - Includes
23
LOT
1
LOT
24
up to 15 pre-recorded
messages with an
average length of 30
seconds of recording
time per
message ,24 port
switch,audio splitter,
voice logger etc
Any other item
b
c
d
BEOC
Communication
Control stationHardware which
control Alert Siren
functionality
Advanced
Communication BoardInterface board that
allows the CCU to
communicate over
digital radios and via
GSM
Two are required for
each CCU, one for the
digital radio and the
second for the GSM
modem.
Mass Alert Software
Computer Station with
19 inch monitor
22
22
LOT
22
a
b
GSM Modem
Microphone ,Digitized
Pre-Recorded Voice
Messages
Pre-Recorded Digital
Messages - Includes
up to 15 pre-recorded
messages with an
average length of 30
seconds of recording
time per
message ,24 port
switch,audio splitter,
voice logger etc
Any other item
Single Storey
Building
Horn Speaker audio
Coverage-1.0 Km
radius eg 2 kms dia
RTU
25
22
22
LOT
37
37
37
37
37
37
37
a
b
15 meters Angular
Tower/ Spun Concrete
Tower
Any other item
CS/Double Storey(+)
Building
Horn Speaker audio
Coverage-1.0 Km
radius eg 2 kms dia
RTU
26
37
85
85
85
Mounting Pole 5
meters with guy wire
support to be mounted
on rooftop with pole
h civil foundation
Any other item
85
Office Automation
85
85
85
85
a
b
c
d
e
f
g
SEOC
Work Stations with 19 "
LCD Monitor (OS, MS
Office and Anti Virus)
with Head Phone,
Webcam, Microphone,
Keyboard, Mouse
Portable Projector with
screen
Laserjet All-in-One
Printer
(Printer,Scanner,Photo
copier)
Fax Machine
LED TV Screen 42"
HDMI cable for news
feed
Set-top Box with TVConnection Charges
Modular Furniture
tables + Chairs
DEOC
Work Stations with 19 "
LCD Monitor (OS, MS
Office and Anti Virus)
with HeadPhone,
Webcam, Microphone,
Keyboard,Mouse (2
nos per DEOC x 6)
27
1
1
4
4
3
12
c
d
b
8
28
6
12
12
18
22
22
SEOC
Face Plate (Single
Port)
Cat 6 UTP cable (306
mtrs per Box
24 Port Patch Panel
loaded
Cat 6, UTP Patch Cord
1 mtr.
Cat 6, UTP Patch Cord
2 mtr
DEOC
Face Plate (Single
Port)
Cat 6 UTP cable (306
mtrs per Box
24 Port Patch Panel
loaded
Cat 6, UTP Patch Cord
1 mtr.
Cat 6, UTP Patch Cord
1 mtr
Cat 6, UTP Patch Cord
2 mtr.
BEOC
Face Plate (Single
Port)
ii
a
i
ii
iii
iv
v
b
i
iii
iv
v
vi
C
29
20
1
1
20
20
15
1
15
15
15
15
10
10
30
iv
v
10
10
POWER
SEOC
Silent DG Set 50 KVA
with Platform base,
earthing and 50 meters
power cable with
underground laying
from DG site to SEOC
UPS-10 KVA at SEOC
(2 in Hotstandby
configuration)
POWER Cabling
DEOC
UPS 5 KVA ( 1 per
District)
Silent DG SET-15 KVA
( 1 per District) with
Platform base, earthing
and 30 meters power
a
b
c
cable with
underground laying
from DG site to DEOC
Power Cabling ( 1 per
District)
BEOC
UPS 5 KVA (one per
Block x 22 blocks)
DG SET-5 KVA (one
per Block x 22 blocks)
Power Cabling (one
per Block x 22 blocks)
31
22
22
22
FLC
SMPS-Will provide
regulated voltage for
the Equipments (one
per FLC x 14 )
Battery Bank-will
provide DC Voltage
(one per FLC x 14 )
Any other item
14
14
Name of Bidder:
32
33
2.8
The items specified in the BoQ are indicative only, however, the bidder may quote and supply the items for
completeness of the solution
Componen
t
No.
Component
1
DMR
a
Any other
item
2
Bandwidth &
INTERNET
5 Mbps dedicated
Internet - Charges per
SEOC Year
10 to 20 Mbps at
SEOC -Charges per
SEOC Year
2 to 4 Mbps at DEOCCharges per Year to
DEOC be paid
1 to 2 Mbps at BEOC BEOC Charges per Year
Any other
item
3
34
POWER
SEOC Diesel Charges for DG
set (3 Liter per hour)
say 2 hrs Power cut
per day = 3 ltr x 2 hrs x
30 days x 1month=
180 Ltrs per year
DEOC Diesel Charges for DG
set (2 Liter per hour)
say 4 hrs Power cut
per day = 2 ltr x 4hrs
x30 days x 1 month=
240 Ltrs per year x 6
Districts
35
DMR
Manpower
Supervisor cum Radio
Expert (1 per SEOC)
SEOC per year
Radio Engineer:2
SEOC Persons per year
36
DEOC Manpower
Supervisor cum Radio
Expert (1 per each
DEOC x 6 Districts)
(Total man-month=6 x
12 =72)
DEOC 1 Radio Engineer each
1 at 6 DEOC (1 per
each DEOC x 6
Districts)
(Total man-month=6 x
12 = 72)
8
Mass
Messaging
(SMS/ VOICE/
EMAIL)
Manpower
SEOC Supervisor cum GIS
expert for 12 months
SEOC 1 Warning Control
Staff 1 Person )Engineer-Graduate (1
x 12 months)
SEOC Extra 10000 Text SMS
Group based
SEOC Extra 10000 Text SMS
for Location based
SMS
SEOC Extra 10000 Voice
SMS for Group based
37
38
Name of Bidder:
Authorized Signature of Bidder:
2.9
Country of Origin
Country Code
Country Code
Country of Origin
Country Code
Country of Origin
39
Country Code
Country of Origin
Country Code
Country of Origin
Country Code
40