Académique Documents
Professionnel Documents
Culture Documents
Sl No Items Quantity
1 GNSS Systems: Against buy back of Two sets (each set having One base
existing Trimble R5 DGPS with compatible to + Two Rovers)
RTK mode of the existing Trimble R4 DGPS
2 Total Station 01 (One no)
3 Digital level 03 (three no)
4 Laptop 05 (Five nos)
5 Hand held GPS 08 (eight no)
Sealed tenders are invited from established and accredited Original Equipment
Manufacturers (OEM) or the authorized dealers of such OEM for supply, installation &
commissioning of the following items at ORSAC.
Sl Items Quantity
Cost of EMD (Earnest
No tender paper Money Deposit )
1 GNSS Systems: Against buy back Two sets (each Rs.10,000/- Rs.1,00,000/-
of existing Trimble R5 DGPS and set having One
compatible to RTK mode of the base + Two
existing Trimble R4 DGPS Rovers)
2 Total Station 01 (One no) Rs.4,000/- Rs.20,000/-
3 Digital level 03 (three no) Rs.6,000/- Rs.30,000/-
3 Laptop 05 (Five nos) Rs.4,000/- Rs.20,000/-
4 Hand held GPS 08 (eight no) Rs.4,000/- Rs.20,000/-
Non-transferable tender documents for supply of the items stated above will be available
from office of the Odisha Space Applications Centre (ORSAC), Bhubaneswar on payment of
Rupees mentioned in the above table towards cost of tender document. The tender
document cost, which is non-refundable, is payable in shape of Demand Draft drawn on any
scheduled bank having branch at Bhubaneswar favouring Odisha Space Applications
Centre, Bhubaneswar, Odisha. This tender notice can also be accessed through Internet in
the ORSAC website: http://www.orsac.gov.in or from Govt. of Odisha web site
http://www.odisha.gov.in and bid document can be downloaded. The downloaded bid
document can also be used provided it is accompanied with a Demand Draft towards cost of
the tender document. Tenderers interested to receive tender documents by Registered Post
should pay additional amount of Rs.200/- (Rupees One hundred) only. However, ORSAC
will not be responsible for postal delays in delivery of the documents.
The Tenderers are required to furnish attested copies of VAT clearance certificate from the
sales tax authority of the State of Odisha/other states as applicable along with the tender.
The Tenderers are required to deposit the above stated amount as Earnest Money Deposit
(EMD) in shape of Bank Draft drawn on any scheduled bank having branch at Bhubaneswar
favouring Odisha Space Applications Centre, Bhubaneswar for individual item .The EMD
bank draft will be enclosed to the Techno-commercial bid document.
Performance security shall be deducted from Bills as per guidelines given in the tender
documents.
The items conforming to required specifications are to be delivered to the consignee at
Bhubaneswar in Odisha and the tenderer has to quote the rates giving details of taxes,
levies charges, premium etc. separately as stated in the tender document.
The tenders should be submitted after due compliance with guidelines given in the tender
documents under Schedule (A)-Conditions of Contract, Schedule (B)- Technical
specifications, Schedule(C)- Delivery Destination, Schedule (D)- Bid Form & Schedule (E)-
Price Schedule. Tenders submitted in incomplete form shall be rejected outright.
The tender papers will be available for sale in the office of the ORSAC between 11.00 AM to
4.00 PM on Odisha govt. official working days till 21.06.2017. The sealed tenders will be
received in the tender box till 5.00 PM of 22.06.2017 in Office of the ORSAC. The pre- bid
conference will be held on 30.05.2017 and the techno-commercial bids will be opened on at
11.00 AM on 27.06.2017 in presence of the Tenderers or their authorized representatives, if
any. The Price Bids of Technically qualified bidders will be opened in presence of the
tenderers or their authorized representatives on 27.06.2017 at 3.00 P.M.
ORSAC reserves the right to cancel any or all tenders without assigning any reason thereof.
CHIEF EXECUTIVE
Tender No.08/2017
1) The Tender papers include instructions issued in the Tender notice along with the
Schedule (A) - Conditions of Contract, Schedule (B) Technical Specifications,
Schedule (C) Delivery Destination, Schedule (D) Bid Form, Schedule (E) Price
Schedule.
2) The Tenderers shall submit the following documents and information with the tender.
Lack of complete and adequate information under any of the parameter may render
the bid disqualified.
4) The prospective bidders have to submit an undertaking regarding non selling of the
items with the specification mentioned in this tender in lower price than the quoted
price offered in this tender.
5) Validity of period of the Tender shall be 45 days from the date of opening of the price
bid.
6) Items as required by ORSAC may be purchased from the successful vendor, as may
be decided on a package deal. The quantity may vary depending upon the
requirement of ORSAC.
7) The tenderers can quote for a single item or multiple items. The EMD (Earnest
Money Deposit ) to be submitted as per above stated amount in the tender notice
with the Techno-Commercial Bid in shape of Bank Draft drawn in favour of ORSAC
on any nationalized bank at Bhubaneswar.
9) The H/W & S/W should be new and unused .The items shall be of reputed OEM and
should also confirm to latest models, designs and standards i.e. as per Schedule-B.
ORSAC reserves the right to purchase whole or part of the items as required.
10) If any item fails to satisfy requirement of standards, the item shall not be accepted
and the tenderer at its own cost shall remove it from point of delivery.
12) The tenderer shall give a minimum guarantee period of 03 years from the date of
commissioning of the items at destination and an extended period of warranty for
another 04 years. This shall not relieve the tenderer from liabilities arising out of
normal guarantees available with the product.
13) The tenderer has to rectify defects in the items supplied within 7 days of issue of
intimation during the warranty period, failing which an amount of one percent of
performance security will be forfeited per day of delay.
14) If the tenderer fails to supply the items within prescribed time period it shall be treated
as breach of contract. This EMD may be forfeited and the supply order may be
cancelled for which the tenderer shall remain fully responsible without any liability of
ORSAC.
If items are not supplied in time, ORSAC may consider receiving the items by
imposing liquidated damage of 0.50 (zero point five) percent of cost per week of delay
subject to maximum penalty of 5% of the value of each item inclusive of all taxes,
duties, levies and charges. Part of the week shall be reckoned as one week.
15) Tenders are to be submitted in a double cover system. The 1st sealed envelope shall
contain the Techno-Commercial Bid and the 2nd sealed envelope shall contain the
Price Bid. Both the 1st and 2nd sealed envelopes are then to be put inside a 3rd
envelope duly marked the name of item. From and to addresses shall be written on
each of the envelopes.
18) Terms of Payment: Payment to the successful tenderer shall be made only after
items are received in good and serviceable condition as per conditions stipulated in
the tender documents along with required documents submitted to ORSAC in support
of Bills. 90% of the bill amount will be released after successful commissioning &
operational of the system & 10% of the Bill amount shall be retained towards
Performance Security. This amount can be released on production of Bank
Guarantee for equal amount issued by any Nationalized Bank at Bhubaneswar, which
will remain valid till three month beyond the Guarantee period.
19) The tenderer shall not raise any claim in any manner after the Bill amounts are
cleared against the purchase order.
20) In case of any dispute between the Tenderers and ORSAC regarding interpretation of
Tender document conditions, the decision of the Chief Executive, ORSAC shall be
final and binding.
21) Jurisdiction of Court Civil Suits, if any, arising out of the contract shall have to be
filed at Bhubaneswar under Khurda district. Writ petitions, Civil & Criminal, shall be
filed in the High Court of Orissa, Cuttack.
(Signature of Tenderer)
Name:
Address:
Tender No.08/2017
SCHEDULE B
TECHNICAL SPECIFICATION
1. GNSS SYSTEMS :
Differential GPS for Real Time Kinematic Survey (RTK Survey) & Static Mode
survey with Post Processing Facility software for Engineering / Data
management.
Multi frequency, Differential GNSS System with base and multiple rover units with
following features:
A. GNSS Receivers (base and multiple rovers)
a) Positioning performance :
- High-precision Static with long observations
Horizontal 3 mm + 0.1 ppm RMS or higher accuracy
Vertical. 3.5 m +0.4 ppm RMS or higher accuracy
c) Measuring Modes :
Static , Real-time Kinematic, post processed kinematic ,standard survey
and geodetic applications
d) Measurement Technology:
High Precision multiple co-relator for GNSS Measurements for low noise, low
multi-path error.
e) Remote configuration :
The GNSS system with web interface for configuration of GNSS receivers
remotely.
f) GNSS tracking:
- Capable to track L1,L2, L2C, L5 of GPS,
- L1, L2 OF GLONASS
Galileo E1, E5A, E5B
-Beidou B1, B2
-SBAS (QZSS,WASS,EGNOS,GAGAN)
i) The receiver should have facility to insert SIM card for GPRS RTK.
B. External Controller:
Multi frequency, High gain integrated antenna with (GNSS receiver in a single
housing) with Sub-mm phase center repeatability with provision for future L Band
upgradability.
- Tripod and mounting kit with optical / laser plummet for all systems.
- Robust adjustable range pole (minimum of 2.5m long) with quick release operation
and robust bipod.
- To be provided with a heavy duty protective bag or container.
- Bags to be constructed such that they can be closed to protect the top of the
pole.
One (1) heavy duty battery to be provided with each receiver. Each heavy battery
to be capable of operating the receiver for at least 10 hours. Standard charger
must be able to fully charge a heavy duty battery overnight. If charger for
standard battery will not charge the heavy duty batteries overnight, appropriate
charging equipment must be provided.
Charger to operate on 230V AC-50Hz.
Batteries should have a facility to indicate battery status.
H. Communication :
a) Ports:
1 no RS 232 ports, 1 no for data communication, 1 no USB port or better
b) Power Port
1 No power port with input voltage of 12V DC external power input with facility
over-voltage /polarity protection
c) NMEA Output :Should Support for NMEA output
d ) Suitable ports to connect through Radio Modem. Integrated, UHF 2W
radio with transmit & Receive option for RTK correction in both Base &
Receiver.Suitable ports for GSM/GPRS or CDMA connectivity in receiver and
controller
.
e )Blue tooth: Integrated Bluetooth and WiFi to
communicate between GNSS and controller
f ) Data formats: RTCM Versions 2, RTCM 3.1, CMR+ input/output
I. Electrical
Internal Batteries : Both the GNSS receiver as well as controller should be operable with
internal batteries long enough to last at least 10 hours of field operation.
(Chargers- External chargers one for each battery should be supplied)
Over voltage protection and polarity protection. Provision for connecting external power
through a 12 v battery.Automatic swapping between internal and external power sources
without affecting data recording.
J. Tripod Bag : Heavy duty canvas to fit tripod. Reinforced solid base and
reinforced opening. Bags to be constructed such that they can be closed to
protect the top of the tripod.
Base Transmitter
Output Power 35 watt
Selectable Channel Two selectable power output of 0.5 watt and 35 watt
External radio Modem for Base : Capability of equipments, radios and softwares necessary
to provide full RTK functionality with a base receiver and rover receiver using connectivity
through radio modem.
Internal Receiver radio for Rover: The receiver internal radio should have facility for
transmit and receive (Tx & Rx) option to work with RTK functionality. The internal radio
needs to be of 0.5W or higher.
M. Software (complete set of original softwares to be supplied with each receiver)
-Operating System
Windows
-Baseline Processing
Should be capable of processing GPS L1 and L2 as well as GLONASS, GALELIO raw data.
-Network Adjustment
Should be able to perform Network Adjustment using Least Square adjustment principle.
-Export
Capable of Exporting the data in RINEX format as well in CAD format.
-Reporting
Software should be capable of generating reports directly for the surveyed data
-Datum Transformation
Capable of transferring the data from one datum to another for given set of common points
with or without the knowledge of datums
-Feature Coding
Software should support feature coding.
-COGO
Software should have COGO functionality
-RTK Data
Should be able to handle RTK data.
- Surfaces
The software should be a capable of Surface Modelling, 3D visualization and quick
contouring.
The software should be also capable to handle ETS,Digital Level data of any make.
O) Technical Evaluation:
Instruments precision and accuracy of the result shall be checked against the
standard base line (about 50 K.M).
2. TOTAL STATION :
Angular Measurement
Angular Accuracy 1"or better
Least Count 0.1"
Compensator
Type Automatic Level - Centered Dual axis
Range 4' or better
Prism Mode
Distance Accuracy 1mm + 2ppm
Measuring Time 2 sec or less
Distance range with single prism at least 2500m or more
Shortest measurement Range 0.2m
Direct Reflex Mode (Non Prism/Without
Prism)
Distance Accuracy < 2mm+2ppm
Measuring Time 5 sec or less
Distance measurement Range Up to 1200m or more
Shortest measurement Range 1m
Laser Pointer Co-axial Laser Pointer Class 2
Auto lock Mode
Distance measurement Range Up to 800m or more
Pointing precision at 200m <2mm
Shortest search distance 0.2m
Search Time 2 - 10 Sec
Drives
Drives Mag drive Servo or any Better friction less technology
Rotation speed 100 degrees/sec or more
Clamps Servo Driven, endless fine adjustment
Telescope
Telescope Magnification 30x or better
Shortest focusing distance 1.0m
Field of view at 100 m 2.0m at 100m or better
Plummet Built in Optical Plummet
Environmental Endurance
Operating temperature 20C to +50C
Dust and water proofing IP65
Humidity 100% Condensing
Interface Compatible with GPS software
Display QVGA,16 bit color, TFT LCD, backlit (320x240 pixel)
Keyboard With at least 15 alpha numeric hardkeys
Operating system Windows CE
Memory 128 MB SDRAM, 1GB Flash Memory
Processor 600 MHz or better
Audio Integrated audio with warnings and notification
Communication USB, Serial & Bluetooth
Internal/External Li-ion battery with Battery check & operating time
Power supply time of at least 6 hrs on each battery
Security Dual layer Password Protection
Controller On-Board Software
Following features are desired in the on
board software
Electronic Level
Atmospheric Corrections
Feature codes
COGO functionalities
Area & Volume computation
Area Sub division
Stake out
Site Calibration
Active Background Maps
Link Files
Should support direct DXF/Shp output on-board.
Graphical Display of surveyed points Lines & Areas with es &
Symbols
Should support various coordinate systems
Schedule of Supply
Main Instrument with detachable Tribrach, attached controller and on board software
Rechargeable Batteries (02) with Dual Charger
Heavy Duty Wooden Telescopic Tripod,
Prism with Holder
Telescopic Range pole
C) DIGITAL LEVEL:
Ambient operating
6 -20C to + 50C
temperature :
Environmental (Dust &
7 IP55
Water Proofing) :
8 Internal Memory for Data Upto 30000 data lines or higher, with additional
Storage : External USB Flash Drive support.
Graphical 240 x 160 pixels, monochrome with
Display &
9 illumination, 19 key alpha-numeric & 4 way arrow key
Keyboard :
for navigation.
Measurement & calculation programs for Height &
distance, should support various measurement
sequences for measurement, must have onboard
10 Programs
traverse adjustment program capability. Must be
capable to measure staff with only 20 - 30 cm
intercept visibility.
11 USB interface for data transfer between DiNi & PC
Data Transmission :
(Two way communication)
12 i). On-board rechargeable battery with
Power Supply :
minimum operating time of 20 hours (each)
Rigid Tripod, Invar Stave - 3 meter (02), Iron shoe
(Bringe) 2 Nos. for each stave, spare battery, battery
13 Accessories and spares : charger, Application software (data transfer,
measuring and related computing and adjustment
programs).
Tripod, Staff - 4 meter (02), two rechargeable
batteries, battery charger, cable.
D) LAPTOP:
Technical Specification of Laptop
Sl
Component Specification
No
1 Processor Intel Core i7-6500 U
2 Chipset Integrated with processor
3 Wireless Dual band Integrated wireless 802.11 a/b/g/n/ac with Bluetooth 4.2
4 Memory 8 GB DDR4 2133 MHz upgradable to 32GB with 2 DIMM Slots
5 Hard Disk Drive 1 TB 5400rpm
6 Graphics AMD Radeon R7 M365X 1 GB Dedicated Graphics
7 Chassis Cover Aluminium magnesium alloy chassis
8 Display 15.5 inch diagonal LED-backlit FHD touch
9 Webcam Minimum integrated 720p HD webcam
10 Keyboard Spill resistant with drain, backlit option
11 Ethernet Interface Integrated Ethernet 10/100/1000 NIC
12 Ports VGA - One(1)
Display Port- One(1)
Headphone / microphone Combo : One (1)
Power connector -One(1)
RJ-45/Ethernet -One(1)
Minimum 3 USB 3.0 Ports (including at least 1 USB C port) and SD
Media Card Reader Slot Supporting SD, SDHC, SDXC
E) HANDHELD GPS:
Way Points To create, store, editing and finding More than 3000 points
Tracking Log Minimum 10,000 points, 200 saved tracks
Routes 200 or higher
Area Calculation Facility should be there
Memory Minimum internal 3 GB and external memory card
Display Type Transflective color TFT Touch screen
Battery life Minimum 16 hours
Waterproof standard
Satellite tracking GPS and Glonass
Accuracy 2 to 3 Meter
Camera and photo to take photograph, viewing and managing
Interface USB
SCHEDULE C DELIVERY DESTINATIONS
Accepted the above-mentioned conditions under schedule C of the tender for our items of
supply.
Signature of Tenderer
Name:
Address:
SCHEDULE (D) Bid Form
To
Sir,
I/ we have gone through the Tender Notice relating to supply, installation & commissioning
of the items at Odisha Space Applications Centre (ORSAC) and the schedule (A), (B),
(C), (D) and (E) of Tender document.
I/ We agree the ORSAC shall be at liberty to forfeit the EMD and performance security as
per conditions of the contract in case of defaults on my/ our part in fulfilling contractual
obligations.
I/We have gone through all terms and conditions stated in the Tender documents and agree
to all the terms and conditions.
(Signature of Tenderer)
Date:
Name:
Address:
Schedule (E) Price Schedule for Tender for GNSS System
(Continuation sheet may be used if required and each page to be signed)
b) Total
Station
c) Digital level
d) Laptop
e) Hand held
GPS
N.B.
A tenderer may have scheme of multi-option package offer in case of supply of multiple units.
Accordingly the tenderer may submit the details of package offer in each option indicating base
price, taxes and other charges leviable in a separate sheet duly signed.
(Signature of Tenderer)
Name:
Address:
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
2. In case of JV, legal name of each party: [insert legal name of each party in JV]
7. Attached are copies of original documents of: [check the box(es) of the attached
original documents]
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. This letter of authorization should be on the letterhead of the Manufacturer and should
be signed by a person with the proper authority to sign documents that are binding on the
Manufacturer. The tenderer shall include it in its bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of Manufacturers factories], do hereby
authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the
following Goods, manufactured by us [insert name and or brief description of the Goods], and to
subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 11 of the General
Conditions of Contract, with respect to the Goods offered by the above firm.
Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]