20
Minutes of pre-bid meeting held on 2.12.2011 for RTDAS for Bagmati -Adhwara basin in Bihar, IndiaVenue: FMISC Conference Hall Time: 11.00 AM The IFB for „Implementation (Supply, Installation including civil work, Testing, Commissioning, Operation and maintenance etc) of a Real Time Data Acquisition System (RTDAS) for Bagmati -Adhwara basin in Bihar, Indiawas published in the newspaper and websites. The advertising details are as below: Advertising of Invitation for Bids (IFB) An Invitation for Bids (No. FMISC/IFB/01/2011-12 dated 20.10.2011) was invited vide letter number 690 dated 20.10.2011 of Joint Director, FMISC, Patna. Publication details of this IFB are as follows: As scheduled in IFB the pre-bid meeting was held in FMISC Conference Hall on 2.12.2011 at 11.00 AM. The list of participants is as below: Participants from FMISC: SN Newspaper / Website Place Date of Publication / Uploading on websites Reference Deadline for receiving IFB 1 Dainik Jagran Patna Thursday, 10 th November, 2011. PR No. 7874 ¼fla½&2011-12 Bihar 15:00 Hrs. (IST) on Wednesday, 21 st December, 2011. 2 Times of India Patna Thursday, 10 th November, 2011. 3 Times of India Delhi Thursday, 10 th November, 2011. 4 Economic Times Kolkata Thursday, 10 th November, 2011. 5 Indian Express Delhi Thursday, 10 th November, 2011. 6 http://fmis.bih.nic.in Friday, 21 st October, 2011. View on website 7 http://wrd.bih.nic.in Monday, 24 th October, 2011. View on website 8 http://tenders.bih.nic.in Friday, 21 st October, 2011. View on website 9 http://www.prdbihar.gov.in Tuesday, 08 th November, 2011. View on website 10 UNDB Online Monday, 24 th October, 2011. Vide e-mail dated 24-October-2011 of The World Bank.

Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

Minutes of pre-bid meeting held on 2.12.2011 for RTDAS for Bagmati -Adhwara

basin in Bihar, India’

Venue: FMISC Conference Hall Time: 11.00 AM

The IFB for „Implementation (Supply, Installation including civil work, Testing, Commissioning,

Operation and maintenance etc) of a Real Time Data Acquisition System (RTDAS) for Bagmati

-Adhwara basin in Bihar, India‟ was published in the newspaper and websites. The advertising

details are as below:

Advertising of Invitation for Bids (IFB)

An Invitation for Bids (No. FMISC/IFB/01/2011-12 dated 20.10.2011) was invited vide letter

number 690 dated 20.10.2011 of Joint Director, FMISC, Patna. Publication details of this IFB are as

follows:

As scheduled in IFB the pre-bid meeting was held in FMISC Conference Hall on 2.12.2011

at 11.00 AM. The list of participants is as below:

Participants from FMISC:

SN Newspaper / Website Place Date of Publication /

Uploading on websites

Reference Deadline for receiving

IFB

1 Dainik Jagran Patna Thursday, 10th November, 2011.

PR No. 7874 ¼fla½&2011-12

Bihar

15:00 Hrs. (IST) on Wednesday, 21st December, 2011.

2 Times of India Patna Thursday, 10th November, 2011.

3 Times of India Delhi Thursday, 10th November, 2011.

4 Economic Times Kolkata Thursday, 10th November, 2011.

5 Indian Express Delhi Thursday, 10th November, 2011.

6 http://fmis.bih.nic.in Friday, 21st October, 2011.

View on website

7 http://wrd.bih.nic.in Monday, 24th October, 2011.

View on website

8 http://tenders.bih.nic.in Friday, 21st October, 2011.

View on website

9 http://www.prdbihar.gov.in Tuesday, 08th November, 2011.

View on website

10 UNDB Online Monday, 24th October, 2011.

Vide e-mail dated 24-October-2011 of The World Bank.

Page 2: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

S No.

Name

Designation

1 Mr A K Samaiyar Joint Director

2 Mr Mrityunjay Singh Deputy Director

3 Mr T K Bhaduri Deputy Director

4 Mr B K Sinha Deputy Director

5 Mr Sunil Kumar Assistant Director

6 Mr Nikhil Kumar Assistant Director

7 Mrs Arti Sinha Assistant Engineer

Participants from different organizations:

S N.

Name

Organization designation Bought bid on or before 2.12.2011

1 Mr. Sham Chaudhari [email protected]

SONTEK/ YSI INC Regional Manager, South Asia

No

2 Mr. Umakanta Rath SUTRON Corpn Regional Manager (East)

Yes

3 Mr. Ajit Kumar EPTISA, New Delhi EPTISA, New Delhi Yes

4 Mr. Pankaj Kansaliwal Essel Shyam Tech Ltd, Noida

Essel Shyam Tech Ltd, Noida

Yes

5 Mr. Devesh Mathur WIPRO Ltd WIPRO Ltd Yes

6 Mr. Roger Khuma Info Electronics System ..

B D E No

7 Mr. Sambit Ghosh CMC Ltd BDE Yes

8 Mr. Pankaj Jugoo Mechronics Systems Pvt Ltd, Pune

Project Coordinator Yes

9 Mr. Praveen Kumar Hydrological Services Pvt. Ltd, Sydney (Aust)

B D M India No

10 Mr. Virendra Kumar A2Z Group Dy Manager, BD No

11 Mr. Ajeet Kumar Pandey

Flow Decision, Bangalore

No

Page 3: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

The queries made by firms and response of FMISC on the query are tabulated below:

S No.

Reference Clause No. etc

Queries -description Clarification of FMISC

1 5.1.1 Tender Specs Queries Page 83

Precipitation Gauge Air Temperature Bucket Capacity: 1mm Can we offer bucket with lesser capacity say 0.2/0.5 mm which has better resolution? Please confirm

The specification are clear

2 5.1.2.1 (b) page 85

Side Looking ADCP What is maximum width of the river during peak season? This will help us in proposing the suitable product

A Side looking ADCP is replaced by Radar Level type. The specification is attached in separate sheet under the heading RADAR SPECIFICATION

3 5.8 page 106

Operation & Maintenance for 5 yrs. Please confirm the number and qualification of manpower provided for Operation & Maintenance

Bidder has to propose.

4 ITB 14.9 page 30

Custom Duty Exemption Will 100% Custom Duty exemption be provided to the bidders? Please confirm

The bidder has to ascertain this.

5 Performa-3 page 30/46

Performa-3 for Deemed Export Benefit As per the mentioned clause, bidder has to provide information in the form serial no 8 section 6 along with the bid to avail the deemed export benefits. As foreign currency exchange rates are fluctuating on daily basis, please confirm which value of exchange rate we have to provide in the form

The exchange rate would be State Bank

of India (SBI) B.C.

Selling rate of

exchange.

6 5.1.2.2

Page 85/86 Acoustic Doppler Current Profiler (ADCP): All performed internally computations The internal discharge computation has no practical value for ADCP discharge measurement. Its use will in fact add to the uncertainty of data quality control and assurance and its favoring to one particular OEM. Request you to kindly remove this specification to make it generalize and promote more competition.

Specification is changed. Internal discharge computation may not be done.

7 ITB 35.1 page 35

Domestic Preference If we are bidding INR CIF (including cost of Insurance and freight) prices in price schedule 1 i.e. Group 'A'; will 15% still be added to the prices, for evaluation purpose? Please clarify

Domestic preference is not applicable. Kindly refer to data sheet clause ITB 35.1

Page 4: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

8 ITB 38.2 page 36

Post Qualification Requirements As per our discussion with bankers, its difficult to get the certificate issued against availability of liquid assets exclusively for one particular contract before the order is awarded. Can we submit capability certificate issued from the bank for the same? Please confirm.

Capability statement is not acceptable. The liquid assets letter is to be submitted from the Bank as indicated in the bid document.

9 ITB 38.2 (b) page 37

Experience and Technical Capacity- If we are bidding as authorized representative of the manufacturer, then different manufacturers would be involved for various categories mentioned in Schedule of Requirement. So please confirm the categories for which experience certificate of Manufacturers has to be submitted

Experience would be for his own category of sensors/ equipments

10 2.2 Page 79

General Technical Approach As per our understanding sensors to be installed at one station will be connected to data logger and data will be transmitted to data center through GPRS. Please confirm for which all stations, bidder has to combine data and which technology is to be used for the same. Please clarify

Normally, clubbing is done

with a spread spectrum

wireless link. You can think

of the wireless link just being

an extension of a wire to the

sensor, except there is no

wire, and instead the radios

is used to provide

connectivity over the

distance of 1km or so (line of

sight).This, or any wireless

link, must conform to laws

for wireless communication

in India. Each data point is

separate. Not that many

points are being installed in

this bid.

11 5.1.1 Page 82

Automated Rainfall Stations If existing building is not available at rainfall station, will Mast be provided by the department to the bidder? If same is under bidders scope of work, please confirm the dimensions of the mast to be provided and number of such sites.

Mast will not be provided by the department. Average height may be taken as 5 m for bidding purpose.

12 5.5.1 Page 100

GPRS Radio Specifications GSM/GPRS SIM -Ownership Credential to purchase the same shall be provided by the department. Please confirm

Yes Ownership

Credential to purchase the same shall be provided by the department.

13 ITB 38.2(b) page 37

Experience and Technical Capacity (ii) the bidder, as authorized representative………………………..……………………………………….at least 70% of the total cost of the offered bid in any one of the last three years. It is

In place of 70 % it would be 40 % only.

Page 5: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

very rare to show the 70% of the total bid value for comprehensive maintenance so we request you to kindly modify it as" (ii) the bidder, as authorized representative………………………..……………………………………….at least 70% of the total maintenance cost of the offered bid in any one of the last three years

14 Under the sub section of 5.1 Real time Hydrologic Data Collection Network 5.1.2.2 ADCP River Discharge Measurement

The WRD Bihar requires two ADCPs (Acoustic Doppler Current Profiler). These ADCPs will be down looking system that shall be used for manual stream gauge measurement The ADCP will be provided with all accessories to make measurements from a bridge, boat, tag line and from a **cableway*. This includes a floating platform. This equipment will be used by the bidder and serviced by the bidder for repair due to malfunction or other equipment breakdown. This equipment will be used by the Purchaser during the maintenance transition period and stay in the possession of Purchaser at the end of the operation and maintenance contract Points of clarification: 1. How a bidder can supply the ADCP with Bridge?* 2.More ever if Cable way is used then it should be specified as Boat is now a day‟s not preferred due to safety reasons and Cable way is only solution if bridge is not available at the site.

i)The no. of ADCP (down looking) to be supplied will now be 3 nos. instead of 2 nos. stated earlier ii) Consequently no. of current meters to be supplied will be 3 nos. instead of 2 nos. ADCP will be provided with

all accessories to make

measurements from a

bridge, boat, tag line OR

from a **cableway*.

This is left to bidder to decide best approach.

15 5.8 Operation and Maintenance

The other requirements for maintenance will be as under.5. It is expected that the average downtime of an item will be less than half of the maximum downtime (ie defined as number of days for which an item of equipment is not usable because of inability of the Bidder to repair it). The maximum downtime for any item is taken as 90 days. In case an item is not usable beyond the stipulated maximum downtime the Bidder will be required to replace equipment *and infrastructure such as cableways and instrument shelters The Cable way is permanent structure which works to carry the equipments with shelters and only traveller box may need repairing / replacement of the system.*

In all probabilities the bidder has to ensure that the whole system is in working condition beyond the stipulated maximum downtime by suitable replacement of accessories or its parts as mentioned in bid document

Page 6: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

16 Bidder assumes that for the Water Level Gauging sites does not need Rain fall Sensor. The Rainfall gauging is exclusively from 20 Stations

Yes. Both rainfall and river gauge sites are different.

17 Consortium may be granted to bidder instead of JV

The bidder may submit bid as a single entity or as a joint venture.

18 We have seen the technical specifications of the above referenced tender and have the following observations: 1. Side Looking ADCP

a. Velocity resolution 0.2cm/s maximum;

resolution could be higher so it should be either deleted or word minimum should be substituted b. Channel width not specified; you have said it should be inspected but given that only one number is required, maximum channel width available should be given. Bidders may choose or fail to give the correct type of ADCP.

The specification stands as deleted

Badlaghat site is changed to RADAR Level type. Refer Sl. No 2

19 2. ADCP River Discharge Measurement a. The type of floating platform has not

been specified. It is suggested that a Trimran be specified as this would provide stability in high flow conditions.

b. Profiling distance is given as 0.3 –10m and depth range is given as 0.3 – 30m; if the depth range is 30m it would be best to profile the water column to 30m. Please clarify.

c. The specifications call for computation – all performed internally. We do not see any reason or advantage for this function; infact it can be a disadvantage.

First, a computer (e.g., a note book PC) must be used in the field to operate an ADCP. The computer runs the ADCP operation software that will set up an ADCP, collect and display the data for velocity, depth, track, etc. The software will also calculate discharge using the data collected. The data collection and display, and the discharge calculation are done by the

Yes, The Bidder

should use maximum

high water point.

As already stated in Sl.No. 6

Page 7: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

computer in real-time so that the operator can monitor the discharge measurement. This has been and still is the standard operation and quality assurance procedure for ADCP discharge measurement used by many hydrology survey authorities all around the world.

Second, if no data come in and display on the software/computer during a transect of discharge measurement, there might be one of the two causes: (1) the communication between the ADCP and the computer drops, or (2) the ADCP somehow stops working. In this event, the operator may have to stop the transect, check the ADCP or communication, then redo the transect. It is not a good practice that the operator still continues the transect in the event and relies on the internal discharge calculation feature. This is because the operator cannot be sure the velocity/depth data will be collected and discharge will be calculated unless he/she sees the data and discharge calculation in real-time on the computer. In addition, redo a transect is not a big deal and the current international standard is to conduct at least four (4) transects at each site.

In summary, the internal discharge calculation feature has no practical value for ADCP discharge measurement. Its use, in fact, will add an uncertainty for data quality control and assurance.

TRDI ADCP have a 16 MB internal recorder that records all data all of the time, even in the event that the communication between the computer and the ADCP drops. These data can be displayed and discharge can be calculated in the post processing. That is, although our RiverRay ADCP does not calculate discharge internally, it records all of the original data that the discharge can be calculated from it

Page 8: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

20 In the specifications for the precipitation gauge it is stated that the resolution for the rain gauge shall be 1mm. We have rain gauges that offer a better resolution of 0.2mm and 0.5mm. Please confirm if the rain gauges with resolution specification better than 1mm will be acceptable.

The specification is clear.

21 On page 107 of the tender document second para it is stated that:

The bidders estimate for warranty and maintenance shall consider that payment will be made on a quarterly basis. Maintenance will be performed as quickly as possible considering the technical staff limitations. Sensors not working for more than 24 hours shall incur a deduction of Rs 500 per day per station beyond the first 24 hours. Failed data communication in real-time shall incur a deduction of Rs 500 per day per station beyond the first 24 hours. A station failure shall incur a deduction of Rs 500 per day per station beyond the first 24 hours. Only one deduction will be made at a given station for a given day, limiting the maximum deduction to Rs 500 per day for each station. Deduction in payment towards sensor not working or station (failure of sensor and datalogger together for any reason) is acceptable. But deduction the failure of data communication in realtime through GSM/GPRS link seems unreasonable. This is because availability of the GSM/GPRS link not totally in bidders control. There will be issues with network service provider (such as Airtel or BSNL) in the remote areas where voice traffic could be their priority and data may not be. While we can make all attempts to restore the communication link in follow-up with the service provider, deductions in payment due to non-availability of the realtime link seem unreasonable. We therefore request to please consider removing the penalty clause on account of “failed data communication in real-time” or at least give it a grace period of 7 days instead of 24 Hrs.

It is absolutely

unacceptable to allow for

missing data, especially

during exceptional events

(floods).

Page 9: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

22 Rating Curve for the river gauging sites:

In the tender document it is stated that the bidders are to develop and update the rating curve for the duration of the contract (warrantee and post warrantee AMC period). Developing the rating curve for the sites will require the historic data input to come-up with the preliminary rating that can be further fine tuned with time as the water level variation and the corresponding discharge values are captured by the proposed system (river gauge and ADCP). We hope that the client understands the developing and updating of the rating curve will be an ongoing thing exercise at least for the first full year to arrive at a stable reading.

It is extremely important that over the first year that as many measurements as possible are made during rising and falling river levels. An initial rating curve can be developed over the course of one significant river rise.

23 Please provide the max and minimum width of the cross-section (monsoon and non-monsoon) and the max and minimum water level (monsoon and non-monsoon) at the site where side looking Doppler instrument is to be installed for monitoring of flow/discharge in the project

As stated in Sl.No.2

Station is changed to

Radar Level type.

The width of rivers

during peak flow and

dry season at the sites is

however given in the

Table 1.1

24 In the Bidders Evaluation Criteria it is mentioned that :

The bidder should be a manufacturer who must have manufactured, tested and supplied the equipment (s) similar to the offered type specified in the „schedule of requirements‟ up to at least 50 sensors coupled with a datalogger in any one of the last 3 years. The equipment offered should strictly conform to or exceed the product specification and be in satisfactory operation for 6 months as on date of bid opening. Further, bidder should be in continuous business of manufacturing products similar to that specified in the schedule of requirements during the last three years prior to bid opening. Similarly if the bidder is bidding on behalf of the manufacturer one of the criteria is: (ii) The bidder, as authorized representative, of the manufacturer, has supplied, installed and

Provided at least one of each sensor be included in this criteria.

Page 10: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

commissioned satisfactorily at least 15 of the quantity similar to the type specified in the Schedule of Requirements in any one of the last three years which must be in satisfactory operation for at least 6 months on the date of bid opening. The bidder must provide evidence of providing maintenance services for the above type of sensors coupled with data logger installations in at least ONE centre in the Country for over one year. In case the bidder is unable to provide evidence for maintaining such systems the bidder should provide a plan for provision of after sales service and annual comprehensive maintenance for the next five years along with the evidence of maintaining instruments using similar technology (a sensor coupled with the data logger) with similar coverage and amounting to at least 70% of the total cost of the offered bid in any one of the last three years. Since the current project requires four different types of sensors viz. bubbler type water level monitoring sensor, rain gauges and side looking Doppler instrument and down looking Doppler profilers – we understand that the quantity requirement of 50 numbers for sensors in case of manufacturer and 15 number of sensors in case of bidders bidding with a manufacture’s authorization from qualified manufacturer can be any combination of these sensors as long as they meet the 50 or 15 sensors criteria. Please confirm.

25 We propose that INSAT systems

should be used because in disaster the

first things to be affected are

GSM/GPRS network, so we propose

use of INSAT.

At present FMISC is

planning for GSM/GPRS

network and in future may

go for satellite based

communication system.

26 Do all the sites have GPRS

connectivity?

GSM/GPRS coverage is

available.

Page 11: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

27 Bidder must produce documents of

measurement of hydro parameters (like

discharge, velocity etc) carried out by

bidder using ADCP, ADV & current

meter.

True

28 Page – 102 Can you elaborate more on use of

Transmission from GPRS server?

Simultaneous events at two stations

might result in clash during

transmission.

The bidder has to ensure

that such condition

never arises by

designing suitable

arbitration mechanism.

29 Page 100 GRS – Shall be able to communicate

with 500 Stations, whereas currently

the requirement is for 27 Stations only.

So other stations are already setup or

you are considering for expansion

purpose. If it is for expansion purpose

then also why you need such huge

requirement as technologies are

continuously changing.

Project period is

estimated to be 10 years.

During this period it

may be essential to go

for additional stations.

30 Page 86 You have listed that cableways are

required for ADCP but you haven‟t given

the specifications. Statement itself creating

confusion as detailed operation of

cableway is not specified.

Response as per serial

no 14 of this table

31 page no. 80, point no. 5)

you have listed 5 years, what does that

mean? 2 year of warranty and 3 years

of maintenance or 5 years after 2 years

warranty period.

2 years of warranty and

3 yrs of maintenance as

per clause 5.8, page-

106

32 Section VI (Schedule of Requirements), Item 1 (List of Goods and Delivery Schedule, on pages 71-73.

This table lists the goods as well as the

earliest delivery dates and latest

delivery dates. However, due to some

formatting issue, these delivery dates

are not clear to us. We would appreciate

if you could confirm the earliest delivery

dates and latest delivery dates for all the

items listed in the table.

For all items the earliest

delivery date shall be

180 days and the latest

delivery date shall be

270 days following the

date of effectiveness of

the contract

33 Section VI (Schedule of Requirements), Item 2 (List of Related Services and Completion Schedule), Service No. 8

“Operation and maintenance system during

2 year warranty period - 24 months

following the date of final acceptance.”

Please note that every OEM provides a

standard warranty of two (02) years from

the date of purchase of the equipment.

Installation & Commissioning of the

whole RT-DAS may take some time

Not acceptable, however at page 75 , in note 1, instead of 18 calendar months read it as 10 calendar months

Page 12: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

on page 75 which should be counted for in the

warranty period. Therefore, the warranty

should begin from the date of dispatch or

from date of delivery of the equipment to

the purchaser.

34 Section 3 (Technical Specifications), Item 5.4 (Telemetry), page 100,

“The data communications shall use GPRS

Data Communication.”

In order to help enable all the prospective bidders to offer a reliable communication system, please provide the name of the various service providers with whom you have checked coverage at all these sites. You would appreciate that most of these remote sites would be network specific where one gets more superior coverage from one particular service provider. Therefore, in case you have these details, we would like to kindly request you to please share these details.

All locations are covered by BSNL and Airtel service providers

35 Section 3 (Technical Specifications), Item 5.4, page 100

“All data loggers will be capable of using

INSAT and VSAT also, and shall be capable

of using any two transmission paths

simultaneously (i.e. VSAT/GPRS,

VSAT/INSAT, INSAT/GPRS).”

Please confirm that the reception station for these two satellite transmissions will not be under the scope of work of the supplier as the Tender asks for GPRS receiving station only.

At present the receiving station will be GPRS enabled only.

36 Section 3 (Technical Specifications), Item 5.8 (Operation and Maintenance), page 107

“Sensors not working for more than 24

hours shall incur a deduction of Rs 500 per

day per station beyond the first 24 hours.

Failed data communication in real-time

shall incur a deduction of Rs 500 per day

per station beyond the first 24 hours. A

station failure shall incur a deduction of Rs

500 per day per station beyond the first 24

hours. Only one deduction will be made at

a given station for a given day, limiting the

maximum deduction to Rs 500 per day for

each station.”

Please note that some of the systems will be installed in far-off locations, but we will try to take quick action on resolving any

Not agreed; This is a flood warning system, and changes to the expected operation of the system will compromise the objectives of this system.

Page 13: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

problems. Given some of the site locations, we feel that repairing the equipment within 24 hours would be nearly impossible. We believe that there should be a longer period of days allotted for repair or replacing items. We thus kindly request that you reconsider increasing the number of days allotted to repair/replace equipment.

37 Section VII (General Conditions of Contract), GCC 18.4, on page 134

“The Performance Security shall be

discharged by the Purchaser and returned

to the Supplier not later than twenty-eight

(28) days following the date of Completion

of the Supplier’s performance obligations

under the Contract, including any

warranty obligations, unless specified

otherwise in the SCC.”

We would appreciate if you could advise as to the value of the Performance Security Bond which is required after the AMC period.

The performance security for the AMC period shall be 5% of the total contract amount.

38 Section VIII (Special Conditions of Contract), GCC 28.3, on page 150,

“The period of validity of the Warranty

shall be: Twelve (12) months after the

Final Acceptance of RTDAS.”

There are other places in the Tender document which mentions that the period of validity of the warranty shall be twenty-four (24) months. Please re-confirm and adjust this clause if applicable.

The period of validity of the Warranty shall be: twenty-four (24) months after the Final Acceptance of RTDAS. After that 3 yrs separate contract for annual maintenance contract as per clause 5.8 page 106 would be done.

39 Section VIII (Special Conditions of Contract), GCC 28.5, on page 150,

“The period for repair or replacement

shall be as follows:

(i) For repair: Immediately upon notification

(ii) For replacement: Maximum three (3) days.”

We believe that there should be a longer period of days allotted for repair and replacing items. We thus kindly request that you reconsider increasing the number of days allotted to repair/replace

The already proposed periods are ok.

Page 14: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

equipment.

40 Please confirm whether there are a maximum number of payment milestones which bidders can propose

No, milestone shall remain as per SCC (GCC 16.1)

41 Please let us know whether a firm can bid

on this Tender as a partnership using a

Memorandum of Understanding (MOU)

with both partners jointly and severally

responsible rather than Joint-Venture.

Only JV permitted

42 Section III. Evaluation and Qualification

Criteria, Sec 4.

ITB 38.2 post

qualification

requirements

page-37

Joint Venture Can we form a consortium to jointly fulfill the eligibility criteria

Only JV permitted

43

Sec 4b. Experience & Tech capacity

Page-37

The bidder should be a manufacturer who must have manufactured, tested and supplied the equipment (s) similar to the offered type specified in the ‘schedule of requirements’ up to at least 50 sensors coupled with a datalogger in any one of the last 3 years. Will you consider the experience of Weather Sensors interfaced with datalogger.

The bidder has to stick to the criteria already mentioned

44 (ii) the bidder, as authorized representative, of the manufacturer, has supplied, installed and commissioned satisfactorily at least 15 of the quantity similar to the type specified in the Schedule of Requirements in any one of the last three years which must be in satisfactory operation for at least 6 months on the date of bid opening. Will the experience of having supplied Weather stations be considered

-do-

45 PART 2 –

Supply

Requirements

Section VI-3-

Para 2.2.1

General

Approach

The sensors based rainfall and gauge site should be combined within a single station which will eliminate the costs of GPRS communication and the recurring costs associated with these devices. This specifically means

At present no such rainfall and gauge stations as mentioned in appendix A

Page 15: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

Page-79 that it is encouraged to combine data from multiple stations through the use of wired or wireless technology to minimize the number of GPRS data transmission systems.

Data communication will be GPRS.

1. Please provide No of such

stations to be combined with

wired/wireless technology, in

Appendix – A

2. It is assumed that all sites will

have GSM/GPRS coverage,

please confirm

46 Section VI-3-

Para 5.1.2.1-

water level &

Discharge

sensors

Specifications

Page-85

Anodized pipe or similar material, orifice line and orifice cap will be supplied by the Bidder Please confirm length of orifice line

The bidder is to determine this based on site inspection

47

Section VI-3-

Para 5.1.2.1-

water level &

Discharge

sensors

Specifications

Page-85

The Schedule of Requirements gives the numbers to be quoted for and their associated ranges and is provided in Appendix- A. The bidder shall specify for the closest standard range of the offered product with respect to the required measuring range. The quoted range shall be equal or larger than the required range Associated ranges not mentioned in

Appendix- A. Please specify.

Appendix A specifies the number and type equipment. But for associated ranges please refer to 5.1.2.1(a) and (b) at page 84-85

48 Section VI-3-

Para 5.2 -

Data

Collection

Platform

Page-95-96

Section VI-3-

Para 5.4 –

2 input/output interfaces for the exclusive use of data communication, including the simultaneous use of any two of the

following: VSAT,GPRS, INSAT The data communications shall use GPRS Data Communication. All data loggers will be capable of

Yes, correct

Page 16: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

Telemetry

Page-100 using INSAT and VSAT also, and shall be capable of using any two transmission paths simultaneously (i.e. VSAT/GPRS, VSAT/INSAT, INSAT/GPRS).

As per our understanding the data logger should have provision to interface and simultaneous use of any two transmission paths and in the present tender communication mode will be through GPRS only. Please clarify weather our understanding is correct

49 Section VI-3-

Para 5.3 –

Current Meter

Page -99 Fish weight- Option

If the instrument is used from a cable way

then an integrated bottom detector is

required

1. Please confirm if Cableway is part of

supply for current meters

Where there is no bridge

at the proposed gauge

sites as shown in

appendix- A, P-112,

cableway Or a boat with

tagline (if flows are slow

enough), or just a boat

with a side mounted

ADCP. The main point is

we do not want high river

conditions to go un-rated.

50 Section VI-3-

Para 5.5 –

GPRS

Receiving

Station (GRS)

Page-100

The GRS shall be able to communicate to up to 500 stations which allows for growth of the system. Can we propose two static IP with separate modem each capable of handling up to 255 nodes/stations

Only one static IP address will be provided

51 There is no provision of a 'Standby' system (Database Server as well as the Application Server). If the Active System is down, the entire system will be unavailable until the system is restored. Normally in any Real Time Data Acquition System, Active/Standby mode is default & must

That has to be taken care of by building adequate redundancy and virtualization

52 From our past experience in complete implementing of RTDAS ,our general understanding is that system design and implementation are very key components for a successful

No, implementation of RTDAS is to be done as per the technical specification given in

Page 17: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

implementation of such a project in this regard we have the following question a. Is the complete system design and implementation a part of the scope of the work for this project,

b. If yes, how do we provision for the budget for the design and implementation services

c. If no, does a current design exists, if so can that be made available to bidders for understanding the efforts required for implementing the system

the bid document

53 With these background we would also like to understand why design and implementation experience have not been made a part of the eligibility criteria.

The bidder has to stick to the criteria already mentioned.

54 5.1.2 Category I Page no. 82 and 111

Building for Automated Rainfall Station “In no instance will be bidder be required to put up buildings at precipitation sites” whereas at page 111 under civil Works Requirement it is mentioned “ Building for housing DCP”. Kindly clarify whether building for Automated Rainfall Station is required or not.

Civil works to be done by bidder for installation of the equipment as mentioned in Appendix A

55 5.1.2

Automated

River

Stage/Disch

arge Station

Page 84

GoB will provide rating table (based on historical data) for discharge calculations at bubbler sites till a complete rating table generation by ADCP is completed.

Kindly confirm.

As answered for serial no-22 of this table

56 5.5, Para 2, Point 2 and Line 12 Page 101, 102 and mentioned in tender document. In

103

Both, Data polling by server and

Data Reception by server, are

mentioned in tender document. In

GPRS mode data polling from

GRS is not possible as SIM with

static IP is not provided by cellular

service provider. Polling can be

done by using Circuit Switch Data

(Dial Up) connection which will

not be GPRS and CSD connection

happens one by one and not

simultaneously.

Kindly confirm whether GRS will

receive or poll the data.

GRS will generally receive data but some mechanism has to be worked out to poll the stations when data transmission is erratic or missing

57 Line 14 Page 103 Internet connection

It is mentioned that primary internet connection to use will be

It will be provided by FMISC

Page 18: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

provided by GoB. The internet

connection at GRS should have

static IP as it is required by

remote station SIM to sent data

to.

Kindly confirm.

58 Line 31 Page 103 Times Series Software

The tender document mentions 3

time series software. Can we

provide software of other brand

other than mentioned in tender

documents ? Kindly confirm.

It can be from other brand also as long as functionality remains the same

59 UPS Page 104 In Bill of quantity only 1 UPS is

mentioned, for the 3 servers, which

will provide 60 minutes back up. It

is our view that it is better to have

separate UPS for each server so

that fault in one UPS does not shut

down the whole system

FMISC shall have alternate UPS connectivity also.

60 Telemetry Category II Page 112

In the table, Telemetry is not mentioned. We assume that it is GPRS.

Kindly confirm.

yes

61 Precipitation GaugeAir Temperaturer (Page no. 83)

Bucket Capacity: 1mm Can we offer with 0.2mm which has better resolution? Please confirm.

The specification is clear.

62 Bubbler System (Page no. 84)

i. Continuous bubbler (line under pressure

continuously) utilizing supply tank OTT Bubbler works on advanced static method in which the measuring (Orifice) tube is directly connected with piston pump to release bubble in to the water as per water level. In this way, it minimises the maintenance, power consumption, moisture etc. as the unit produces bubbles only when a measurement is initiated. Thus OTT Bubbler does not require air tank. OTT Bubbler is USGS HIF certified. CWC is already using more than 150 nos. Of OTT Bubbler Sensor. Hence, request you to allow us to offer OTT Bubbler which is not only meets

i)The Bidder should meet the technical specification requirement. ii) Please also note that only 2 nos of “Bubbler Type” are now to be installed at Sonakhan and Karachin sites where there are no bridges. iii) At the remaining 5 sites where there are bridges viz. Dhengbridge, Dubadhar, Chandauli and Goabari “Bubbler Type” is now replaced

Page 19: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

your requirement but also offer better features like energy saving & maintenance free technology. Please confirm.

ii. Bubble rate adjustable from 30 – 120 bubbles per minute

By means of an intelligent pump strategy, the pumping time in the OTT CBS, or the number of pump strokes, is dynamically adjusted to the changes in level. This makes OTT Bubbler more accurate and you do do not have to set bubbler rate as it is not required. It

saves your visit to site to change bubble rate. Allow us to offer OTT Bubbler with better measurement technology for better accuracy? Please confirm.

iii. Manual purge with supply tank OTT Bubbler has manual purge without supply tank that makes it low maintenance sensor. Please confirm. iv. Range of bubbler and pressure

transducer shall be 30 psi. In the case the range of water levels is greater than 20m, an orifice manifold system with 5m of orifice line overlap will be used to cover the entire range of water level with a single sensor. The manifold system need not be automated. OTT Bubbler sensor has 30m range, hence you will not need orifice manifold. Please confirm.

by “ Radar Level Type as also at Badlaghat in place of “Side looking ADCP”

63 Side Looking

ADCP (Page

No, 85)

What is width of the river? If the width

of river is more, you may not be able to

use properly and if the water fluctuate

very much from lean season to peak

season, then also you may be able to use

properly

As per Sl. No. 2

64 Please relax the clause of 'Joint Ventures'

and make it to the bidder

can participate with a consortium partner.

Not possible, Only JV

permitted

65 What is your approximate budget for the

project.

Not to be disclosed

The meeting ended with the vote of thanks by Joint Director, FMISC.

(Ajit Kumar Samaiyar) Joint Director, FMISC

Page 20: Minutes of pre-bid meeting held on 2.12.2011 for RTDAS Bagmati …fmis.bih.nic.in/tenders/Minutes of RTDAS-12.01.2012 .pdf · 2019-12-27 · SN Newspaper / Website Place Date of Publication

Radar Specification

Category Description

Site Conditions * Ambient temperature: 0 to + 60 degrees C (air) Relative humidity: 0% to 95% semi arid climate Altitude: MSL 0 m to 1000 m

Power Input 10 – 15 DC

Power Consumption Active < 20 mA, sleep < 10 mA

Range 1 – 30 m

Accuracy (linearity, repeatability, hysteresis)

0.03 % FS or less

Resolution 3 mm or less

Output SDI-12 supported by the Data Logger (so it can be analog or digital as long as the selected data logger can read the output.

Enclosure The radar shall be easy to dismount and replace in the event of malfunction. The enclosure shall also be designed to dissuade or otherwise prevent unauthorized access. All wire runs between the radar and the data logger shall be similarly designed.

The mounting should be such that radar level system can be relocated along the bridge to measure the water level during the dry season

Tools and Manuals Complete tool kit for installation and routine maintenance giving full details (number of pieces and type)

Full documentation and maintenance instruction in English ( 1 copy per station)

Sensor mounting supports and other accessories as required

Note: FMISC will felicitate permission to mount the radar at all bridges

requiring radar mount.

*As per Bid Document para 5 page 82. Table 1.1

Sl.No

Name of Site District WIDTH OF CHANNEL ( IN M)

DISTRICT PEAK LOW

1 SONAKHAN SITAMARHI 780 65

2 DUBHADHAR SHEOHAR 475 90

3 KANSAR/CHANDAULI SITAMARHI 2500 75

4 GOABARI EAST CHAMPARAN 100 9

5 DHENG BRIDGE SITAMARHI 460 42

6 BADLAGHAT (ADCP) KHAGARIA 525 130

7 KARACHIN SAMASTIPUR 280 60