Vous êtes sur la page 1sur 21

ODISHA SPACE APPLICATIONS CENTRE

Dept. of Science & Technology, Govt. of Odisha


Plot No.45/48(P), Jayadev Vihar, Near Gopabandhu Academy of Administration
Unit-16, Bhubaneswar-751 023

TENDER NOTICE No.08/2017


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 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)

Date of Issue of Tender Paper : 23.05.2017


Pre- bid conference : 30.05.2017 at 11 A.M in the conference Hall of ORSAC
Last Date of Submission of Tender : 22.06.2017 till 5 P.M.
Opening of Technical Bid : 27.06.2017 (11.00AM).
Opening of Price Bid : 27.06.2017 (3.00PM).
ORSAC reserves the right to change the procurement programme without assigning any reason thereof.
For details, please visit http://www.odisha.gov.in or http://www.orsac.gov.in or in the above office
for the tender papers.

CHIEF EXECUTIVE, ORSAC


ODISHA SPACE APPLICATIONS CENTRE
Dept. Of Science & Technology, Govt. of Odisha
Plot No.45/48(P), Jayadev Vihar, Near Gopabandhu Academy of Administration
Unit-16, Bhubaneswar-751 023
TENDER NOTICE No.08/2017

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.

Tender should be submitted in such manner as prescribed in the Schedule-A of this


document.

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

Schedule (A) Conditions of Contract

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.

i) For Techno-Commercial Bid:

a. Copy of Tender Notice


b. Acceptance of Schedule (A) & Schedule (B)
c. Earnest money deposit for individual item .
d. Documentary evidence that the tenderer is the manufacturer or the authorized
dealer of the item.
e. Attested copies of VAT clearance certificate from the Sales Tax Authority of the
State of Odisha or any other state as applicable.
f. Turnover of the supplier should not be less than 10 Crores in the last 03 years.
g. Technical information and specifications prescribed by the manufacturer for the
item.
h. Documents in support of supplies of DGPS made during last 5 years to
different Govt. and public sector undertaking.
i. The firm should submit an undertaking for providing service/maintenance
during the warranty period effective from the date of commissioning with terms
& conditions as well as for taking Annual maintenance contract (AMC) after the
warranty period.
j. Cost of Tender document (in shape of Bank Draft) if downloaded from Website
and used.
k. Service facility with details inside Odisha & outside.
l. All the above documents should be properly tagged with indexing of the pages,
otherwise the documents will be out rightly cancelled.
m. Service to be provided by the vendor within 72 Hours of Complain lodging by
ORSAC..

ii) For Price Bid:

Acceptance of Schedule (C)-Delivery destination


Filled up Schedule (D) Bid form
Filled up Schedule (E) Price Schedule
Extended warrantee for 4 years in the Schedule-E
3) The quoted rates shall be for destination mentioned in the Schedule- (C) Delivery
Destination, inclusive of all taxes, duties, levies, charges, transportation cost, and
transit insurance cost. The item should be shown separately along with the basic rate.
Prices written in words shall be accepted in case of any discrepancy. Rates with
conditionality or provision of escalation will be rejected.

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.

8) The items are to be delivered in good condition at ORSAC, Bhubaneswar as


mentioned in the Schedule- (C) for delivery destination.

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.

11) Items are to be delivered within 30 days of issue of purchase order.

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.

16) Submission of sealed tenders may be by Registered Post, courier service or


dropping in the tender box. ORSAC shall not be responsible for postal or courier
service delays or missing of the documents during transit. Tenders reaching late (as
per time mentioned in the Tender Notice) shall not be considered by ORSAC.

17) Conditional Tenders shall be rejected.

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.

Accepted the above conditions under schedule (A) of tender.

(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

- Real time kinematic


Horizontal 8 mm +1ppm RMS or higher accuracy
Vertical.. 15 mm+ 1ppm RMS or higher accuracy

b) Channels: Minimum 220 channels with Gagan enable

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)

g)Position update rate: Minimum 20 Hz or better.


h) Memory(Internal)-
- Onboard internal Memory of minimum 4 GB in receiver

i) The receiver should have facility to insert SIM card for GPRS RTK.
B. External Controller:

a) Operating system: - Windows Mobile 6.0 or higher


b)Display: Color, Daylight-readable touch screen with back light
c ) Keypad: Full Alphanumeric hard QWERTY Keyboard.
d) Functionality:
- Controller should have inbuilt GPS and compass
- Controller should have inbuilt camera
- Controller should have inbuilt SIM card facility for GPRS RTK

C. Integrated Antenna( Geodetic accuracy antenna with)

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.

D. General & Environmental specification for receivers

a) Operating Temperature for all major components including GNSS Receiver,


antenna and controller:
-40C to +65C.
b) Storage Temperature for all major components including GNSS Receiver, antenna
and controller:
-40C to +75C.
c) Humidity:100% condensing.
d) Shock Resistance:-Withstands 1.0 m pole drop onto concrete floor.
e) Water/Dust proof:
-compliance to IP 67 or better.
-Protected from temporary immersion to a depth of 2 metre and dust proof.
f) Initialization Reliability :Better than 99.99%
g) Initialization Time : Less than 8 Sec

E. Tripod ,Kinematic pole and Bipod Stand

- 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.

F. Standard Battery set and Charging Equipment

- Standard hot swappble battery or batteries to be capable of operating the


receiver for at least 10 hours.
- Charger to operate on 230V AC-50Hz.
- A charger for standard battery must be able to fully charge all batteries
overnight.

G. Heavy duty Batteries and Charging Equipment

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.

K. RTK Functionality (GSM/GPRS/CDMA)


Integrated Modem
Receiver should have inbuilt modem for GPRS RTK connectivity
A) Accessories
Fully integrated RTK kit complete with all necessary accessories, fittings, cables,
softwares etc. for RTK operations using GSM/GPRS or CDMA and radio modem
should be provided.Base station must be able to serve multiple rovers. Rover
station should have provision to indicate the connectivity with base station.

Capable of on-the fly initialisation.

Ability to continue logging data when GSM/GPRS or CDMA connectivity is not


available for post processing.

L. Support for RTK Functionality ( Radio)

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)

a) Controller On-Board Software


-Survey Style Configuration
The Software should allow configurable survey style for RTK, PPK, Static/Fast Static, RTK &
PPK etc.
-Multitasking
The software should be capable of multitasking so that multiple operations can be opened at
a time e.g COGO, Stakeout, Point Manager etc.
-Co-ordinate Systems Manager
Should have datum and projection support. Should support Grid coordinates.
-Color Graphical Support
The Software should have color graphical support to visualize work while working.
-Feature Coding
Should support Feature Coding with attributes for GIS data collection. Control Coding should
be possible for automatic plot creation.
-COGO
Should support COGO functionality. Should be able to Key in Lines, Sub-divide lines and
creating parallel lines for staking out purpose.
-Menu Driven
Should be User Friendly and Menu Driven for easy field operation.
-Data Storage
Should be able to store GNSS data collected by the RTK system
-Transfer Data between Field and Office
Should be able to e-mail data collected in the field incase facility is available. Should be able
import and export DXF files for effective GIS support.
- stake Out
Should support Graphical stakeout, not only for points but for Lines and DTM as well. Should
be able perform Real Time Quality Control for stake out positions
- Background Map
Should be able to accept background maps.
b) Office Post Processing Software

-Operating System
Windows

-Importing Raw Data


Should be able to import Raw data from the GPS/GLONASS/GALELEO receiver as well as
RINEX data. Also should be able to import raw data as well as precise ephemeris data via
internet IGS data from met

-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.

Upgrades to be supported during warranty period of 03 years as well as extended warranty


period of 04 years.
Each GNSS set includes receiver, antenna, controller, all accessories, softwares
manuals etc.
All accessories supplied along with should be of the same OEM make as that of
instrument
Maximum Downtime: 30 days

N) Training: Training will have to be imparted at least 2 weeks by the Vendor at


Consignees place in Odisha free of cost within one month from the date of purchase.

O) Technical Evaluation:
Instruments precision and accuracy of the result shall be checked against the
standard base line (about 50 K.M).

P) Accuracy: Calibration Certificate to be submitted.

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:

Digital Electronic (Precision) Level & Bar Coded


1 Type :
Staves.
2 Specification :
i. Resolution for Height
0.01mm or better
Measurements :
ii. Measuring Range : 1.5 to 100 meters or better
Maximum Standard deviation for 1km better
iii. Precision in Height :
than .3mm.
3 Compensator
(a). Setting Accuracy : 0.2 or better
(b). Tilt/Inclination Range : 15 or better

4 Sensitivity of circular level : 8/2mm or better

5 Telescope Magnification : 32 X or better

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

13 Security Integrated smart card reader and finger print reader


14 Weight and height Weight not more than 2.2 Kgs with battery, Height not more than 21
mm
15 Security TPM 1.2 upgradable to 2.0,Secure Erase,BIOS protection
16 Speaker / Integrated stereo speakers; Integrated microphone
Microphones
17 Battery Internal 3 cell battery with minimum 5 Hours of battery back-up time
18 Operating System Windows10 Pro 64 bit or higher
19 OS Certification Must be certified for Windows
20 Warranty 3 years including battery
21 AC Adapter Standard Indian Adaptor
22 Mandatory Industry EPEAT, Energy Star certified
Standard
Certifications
23 Testing MIL STD 810G certified
24 Chord HDMI to VGA converter

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

Sl. Item Delivery


No Destination/Consignee
1 Supply of GNSS System ORSAC, Bhubaneswar

2 Total Station ORSAC, Bhubaneswar

3 Digital level ORSAC, Bhubaneswar

4 Laptop ORSAC, Bhubaneswar

5 Hand held GPS ORSAC, Bhubaneswar

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

The Chief Executive


Odisha Space Applications Centre
Bhubaneswar

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.

A sum of Rs.______________ (Rupees _______________________) only is hereby


tendered in shape of __________________________ duly pledged as Earnest Money
Deposit (EMD) towards tendered value. I / we also agree that an amount of ten per cent
shall be deducted from my bill towards performance security.

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)

Item Base Details of tax components Total Price for Remark


description price per Taxes* Other** Total (3+4) price in extended
unit (Rs.) (Mention Charges Rs. warranty
each tax (mention (mention for 4 years
separately) each in figures (per unit)
in Rs. separately) and
in Rs. words)
1 2 3 4 5 6 7 8
a) GNSS
System : Two
sets against
buyback of
TrimbleR5
DGPS

b) Total
Station
c) Digital level
d) Laptop
e) Hand held
GPS

* Specify tax components included in unit price


** Mention installation & commissioning charges, if any

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]

1. Bidders Legal Name [insert Bidders legal name]

2. In case of JV, legal name of each party: [insert legal name of each party in JV]

3. Bidders actual or intended Country of Registration: [insert actual or intended


Country of Registration]

4. Bidders Year of Registration: [insert Bidders year of registration]. Please attach


PAN, Service Tax Registration, VAT clearance certificate etc.

5. Bidders Legal Address in Country of Registration: [insert Bidders legal address in


country of registration]

6. Bidders Authorized Representative Information


Name: [insert Authorized Representatives name]
Address: [insert Authorized Representatives Address]
Telephone/Fax numbers: [insert Authorized Representatives telephone/fax
numbers]
Email Address: [insert Authorized Representatives email address]

7. Attached are copies of original documents of: [check the box(es) of the attached
original documents]

Articles of Incorporation or Registration of firm named in 1, above, in accordance


with ITB Sub-Clauses 4.1 and 4.2.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB


Sub-Clause 4.1.

In case of government owned entity from the Purchasers country, documents


establishing legal and financial autonomy and compliance with commercial law, in
accordance with ITB Sub-Clause 4.5.
Manufacturers Authorization

[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]

To: [insert complete name of Purchaser]

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.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date

Vous aimerez peut-être aussi