Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Page | 1
Minutes of the meeting for pre-bid meeting for procurement of Drive-Through Container Scanners (Road) to be installed at JNPT, Cochin and Mundra on 05/08/2014 at 1100 hrs
A pre-bid meeting of the representatives of prospective bidders for procurement of Drive-Through Container
Scanners (Road) to be installed at JNPT, Cochin and Mundra was held on 05/08/2014 at 1100 hrs at Directorate of
Logistics, New Delhi under the Chairmanship of Commissioner, DOL. The meeting was attended by:
Sl. No. Name and designation of the member Name of the organization
1. Shri P.K. Singh, Commissioner Directorate of Logistics
2. Shri K. Ramakrishnan, Additional Commissioner Directorate of Logistics
3. Shri D.S. Rana, Consultant Directorate of Logistics
4. Shri Jyothimon Dethan, Superintendent Directorate of Logistics
5. Shri Madhu Kumar, Head Marketing M/s Keltron
6. Shri Hemant Jain M/s Godrej
7. Shri Manu Saigal M/s Godrej
8. Shri Anand Pandey M/s Godrej
9. Shri Rahul Manchanda M/s Godrej
10. Shri He Peng Fei M/s Nuctech
11. Shri Xiao Yu Fu M/s Nuctech
12. Shri Sameer Talwar M/s KTC Hema
13. Shri Atul Swaroop M/s KTC Hema
14. Shri Mahesh Parmar M/s SSBI Exports
15. Shri Harish Kapoor M/s Smiths Detection
16. Shri Alok Kumar M/s Smiths Detection
17. Shri Sanjay Kansal M/s Rapiscan Systems
18. Shri Ashish Upadhyay M/s Rapiscan Systems
19. Shri Sumit Singh M/s SGS
20. Shri Rajesh Batreja M/s ASE
2. The Chairman welcomed the participating Members and after introduction, gave a brief on the project and global
tender No. GNIT 01/CS/2014 for procurement of Drive Through Container Scanners (Road) to be installed at JNPT,
Page | 2
Cochin and Mundra and informed that the purpose of the pre-bid meeting is to provide clarifications on the queries
uploaded by prospective bidders or received through email/fax..
3. The queries submitted by M/s Smiths Detection Veecon Systems and M/s TAS-AGT Systems Ltd. have been
downloaded from Central Portal for Public Procurement. The queries submitted by M/s Godrej Boyce Mfg. Co. Ltd., M/s
Keltron IT Business Group and M/s KTC Hema Skanet Systems Pvt. Ltd. were received by Fax. The queries submitted by
M/s SGS India Pvt. Ltd. was received by email. The queries submitted by M/s Rapiscan Systems could not be
downloaded from Central Public Procurement Portal and M/s Rapiscan systems submitted the same queries before the
start of the pre-bid meeting.
4. On several requests of various prospective bidders, it was decided to extend the last date for submission of tender
bids from 22/8/2014 to 05/09/2014. Necessary advertisement will be published in the newspaper in this regard.
5. The clarification on the queries received by e-procure.gov.in / e-mail/fax as given by Directorate of Logistics is at
Annexure ‘A’ has been explain to all members present . It is being uploaded on e-procure.gov.in as per procedure
prescribed in the tender documents.
6. The Chairman stated that some queries were related to port which can be answered by Port Authorities during site
visit. The site visit for all prospective bidders has been proposed as per the following schedule:
a) Mundra on 09/08/2014 at 1400 hrs
b) Nhava Sheva on 11/08/2014 at 1130 hrs
c) Cochin on 13/08/2014 at 1100 hrs
7. The meeting ended with vote of thanks to the Chair.
-- xxx –
Page | 3
Annexure –A - Clarifications given in the pre-bid meeting held on 5.8.2014 at the office Directorate of Logistics, New Delhi on
Tender no 01/CS/2014 for procurement of Drive-through container scanner (Road) system and site preparation at JNPT,
Mundra and Cochin.
S. No. Chapter/
Section
Page
No. Particulars Comment/ Clarifications requested Clarifications
SMITHS DETECTIONVEECON SYSTEMS
1. Chapter
1 (1.1/vi)
5 Tenders along with scanned
copy of Tender Fee & EMD
should be submitted online
along with technical bid by
22.8.2014 by 1300 hrs.
We would need additional time for bid
preparation, as we plan to visit site to
ascertain site condition from civil stricture
point of view. Request you to please extend
bid submission date by least 6 weeks.
Keeping into consideration the
urgency of implementation of the
project, it may not be possible to
extend date of submission of bids by
six weeks. However, in view of
requests made by other potential
bidders and also with a view to allow
maximum participation, the last date
for submission of bids is extended up
till 1300 Hrs on 5.9.2014. Necessary
advertisement will be published in
newspapers. No further extension of
submission of bids would be
entertained.
2. Chapter
1 (1.77)
18 Stages & Method of Payment. Request you to please modify payment
terms to as 20% advance, 40% on Receipt
of material at site and 20% after Installation
and Commissioning and 20% in SAT and
handover.
Tender and its provisions have been
vetted by competent authorities.
Further, similar provisions in respect
of stages and method of payment
have been provided in other similar
contracts in Directorate. As such, the
tender conditions shall prevail.
3. Chapter
2.5 (20)
20 PATENT RIGHTS: 2.5 The
Supplier shall, at all times,
indemnify the Purchaser, free
of cost, against all claims
which may arise in respect of
goods & services to be
provided by the Supplier under
the contract for infringement
of any right protected by
patent, registration of designs
Request you to please amend clause no 2.5
to read as : 2.5 Subject to Clauses 2.5.1 and
2.59, The Supplier shall, at all times,
indemnify the Purchaser, free of cost,
against all claims which may arise in respect
of goods & services to be provided by the
Supplier under the contract for infringement
of any right protected by patent, registration
of designs or trademarks. If any claim of
alleged breach of patent registered designs,
There is not much of a difference
between the conditions mentioned in
the tender to those which have been
proposed by the potential bidder. As
such, it is not acceptable and tender
conditions shall prevail.
Page | 4
or trademarks. If any claim of
alleged breach of patent
registered designs, trademarks
etc., is made against the
purchaser, he shall notify the
Supplier about it and the
Supplier shall, at his own
expenses take care of it
settlement without any liability
to the Purchaser.
trademarks, etc is made against the
purchaser. Purchaser, he shall notify the
Supplier about it, has sole control over the
defense of the action and any negotiation for
its settlement or compromise and with full
cooperation from the Supplier, and the
Supplier shall, at his own expenses take care
of its settlement without any liability to the
Purchaser.
4. Chapter
2 (2.5)
20 New Sub Clause to be
incorporated, along with
Clause no 2.5
Request you to please incorporate following
sub clause along with clause no 2.5:2.5.1
The Supplier shall have no obligation or
liability under the indemnity in Clause 2.5
above if the action results from (i) a
modification of such equipment or goods
not performed by the Supplier or its
authorized representative, or any such
modifications performed by the Supplier for
non-standard features or functionality in
connection with the equipment or goods or
maintenance services or otherwise at the
Purchaser’s request, (ii) the use of any non-
Supplier product, information, design,
specification, instruction, software, data, or
material in combination with the equipment
and the goods where such infringement
would not have arisen but for such
combination, (iii) the Supplier’s compliance
with instructions, designs, plans or
specifications furnished by or on behalf of
the Purchaser, or (iv) any patent
infringement claim alleging infringement by
Purchaser-specific processes or methods
created by or on behalf of Purchaser using
the equipment and, but for such Purchaser-
specific method or process, the patent
The tender not only envisages supply
of container scanner on turnkey basis
but also provides for annual
maintenance after expiry of warranty
period. The supplier cannot absolve
itself from responsibility on the
working of scanner within the
technical parameters mentioned in
the tender. Tender conditions shall
prevail.
Page | 5
infringement claim would not have arisen.
5. Chapter
2 (2.19)
22 Warranty: Request you to please incorporate,
following sub clause along with Clause no
2.19:2.19.1 NOTWITHSTANDING
ANYTHING TO THE CONTRARY
CONTAINED IN THIS CONTRACT, THE
TENDER DOCUMENTS OT
OTHERWISE, THE SUPPLIER MAKES
NO OTHER WARRANTY, EXPRESS OR
IMPLIED,AND SPECIFICALLY MAKES
NO WARRANTY OF MERCHANT
ABILITY OR OF FITNESS FOR A
PARTICULAR PURPOSE IN RESPECT
OF THE GOODS SUPPLIED UNDER
THE CONTRACT OR OTHERWISE:
AND THE EXPRESS WARRANTY SET
FORTH IN THIS CLAUSE IS IN LIEU OF
ANY SUCH WARRANTY AND ANY
OTHER OBLIGATION OR LIABILITY
ON THE PART OF THE SUPPLIER.
It shall be noted that continuous
availability of the scanner system,
with requisite performance, is the
essence of the tender. The supplier
cannot absolve itself from
responsibility on the working of
scanner within the technical
parameters mentioned in the tender.
Tender conditions shall prevail.
6. Chapter
2 (2.22)
22 If any defective goods are
repaired, or replaced during
the warranty period, the
warranty for such goods shall
be extended to a further period
of twenty four months from
the date such repaired,
rectified or replaced goods
start functioning to the
satisfaction of the Purchaser.
Request you to delete clause no. 2.22 The tender provides for warranty of
24 months and it is expected that
every part of it remain defect free of
its operation during the warranty
period. However, if any part of the
scanner develops defect requiring
repairment/replacement, warranty
clause would obviously get attracted
to extend the period of warranty for
that part. As such, the tender
conditions shall prevail.
7 Chapter
(2.58)
27 DEFENCE OF SUITS Request you to please Amend clause 2.58 to
read as : 2.58 Subject to Clause 2.59, If any
action in court is brought against the
Purchaser or an officer or agent of the
Purchaser for the failure or neglect on the
part of the Supplier to perform any acts,
The scanner is being proposed to be
installed on turnkey basis as per the
technical specifications mentioned in
the tender document. It is
contractually obligatory on the part
of the successful supplier to fulfill
Page | 6
matters, covenants or things under the
Contract, or for damage or injury caused by
the alleged omission or negligence of the
part of the Supplier, his agent,
representatives or his sub-Supplier,
workman, contractors or employees, the
suppliers shall in all such cases indemnify
and keep the Purchaser and/or his
representative, harmless from all losses
damages expenses or decrees arising out of
such action. All claims regarding indemnity
shall survive the termination or expiry of
contract.
LIMITATION OF LIABILITY
2.59.1 Notwithstanding anything to the
contrary contained in this contract, the
Supplier shall not be liable for indirect,
special, third party, incidental, exemplary,
or consequential damages, including
without limitation loss if uses, loss of
savings, loss of revenues, loss if business,
lost profits, data, or goodwill, whether based
on breach of warranty or other contract
breach, negligence or other tort or on any
strict liability theory, even if the Supplier
has been advised of the possibility of any
such damages, and the Purchaser hereby
agrees not to make any such claim on the
Supplier. Neither the Supplier nor any of its
affiliates be responsible for any claim
against the Purchaser by a third party.
it’s contractual obligation with
respect to performance and its
operation during the life of scanner.
Liability arising out of non-
performance cannot be limited or
restricted. The liability and the
responsibilities have to be construed
with reference to the objective for
installation of the scanner. As such,
tender conditions shall prevail and no
inclusion of suggested clause is
acceptable.
2.59.2 Subject at all times to the above sub
clause 2.59.1:
(i) The Supplier’s liability for any breach of
warranty shall be limited to the remedies
provided in this Contract.
The scanners have been deployed for
certain purposes and have specialized
objectives including detection of
contrabands. As such, the damages
or liability cannot be restricted to
Page | 7
(ii) With respect to all other liability,
including without limitation liability
resulting directly of indirectly from breach
of contract, breach of a duty of care or
statutory duty or product liability, the
aggregate cumulative liability of the
Supplier and its affiliates taken together
shall in no event exceed the amount of this
contract of US $500,000 whichever is the
lower.
US$ 500,000.
8. Chapter
3(3.2/
Vill)
28 Product Support for fifteen
years after the two years
warranty period
Request you to please amend this clause to
read as : Product support for10 years after
the two year warranty period.
The container scanner life is about 15
years, as such, product support of 15
years is essential.
9. Chapter
3 (3.2)
28 Supply, Installation and
Commissioning
Please clarifythat, the minimum through put
of over 100 containers (40’) per hour is the
criteria for equipment or for proposed
system including traffic management and
other issue’s linked to operator skills, area
availability, and average time gap between 2
truck passes.
Minimum through-put of 100
containers (40’) is for the Scanner
Facility, including traffic
management within the Facility and
other issues. Bidder to bring out the
scheme to achieve the same in the
technical bid. Port authorities have
been requested to ensure smooth
movement of containers into and out
of container scanning facility.
10. Chapter
3 (3.23)
34 Training Request you to pls clarify who will bear cost
of participants travel, & stay.
Expenses will be borne by user
Commissionerate.
11. Chapter
3 (3.26)
34 Delivery Schedule Request you to please extend the delivery
period from 09 months to 18 months.
Tender condition shall prevail.
12 Chapter
3 (3.34)
36 Post warranty Maintenance We request to exempt this clause, as
providing full particulars of qualified
service center and qualified engineering
staff cannot be given at this point of time,
due to changes resources at operations
period.
This is the special project with
specialized technology and the
project is to be awarded on turn-key
basis, requiring operation 24x7. It is
essential to have confidence level in
maintenance especially when the
project has got security aspects also.
So particulars of maintenance service
centers and qualified engineers for
the warranty period and initial years
Page | 8
of post-warranty period becomes
very important for deciding the
successful bidder [Clause 1.20 (i)
refers].
13. Chapter
3 (3.9)
29 Civil and Structure Works Please clarify that the requirements stated
here are firm and fixed and will not change
with more specific details other than stated
here. Bidder will ensure that these
requirements are met in all conditions taking
in to consideration the quality and the
specifications as per codes referred in this
tender.
Requirements provided in the tender
are firm. However, additional civil
and structural requirement, if arises,
will be dealt as per clause 3.15 of the
tender.
14. Chapter
3 (3.10)
30 Equipment / Component /
System
Please clarify that the requirements stated
here are firm and fixed and will not change
with more specific details other than stated
here. Bidder will ensure that these
requirements are met in all conditions taking
into consideration the quality and the
specifications as per codes referred in this
tender.
Requirements provided in the tender
are firm. However, if bidder feels
any additional equipment is required
for achieving the objective provided
in the tender document, the same
may be brought to notice of the
purchaser keeping in to consideration
the requirement of purchaser.
. 15. Chapter
3 (3.11)
31 Electrical and Communication Please clarify that the requirements stated
here are firm and fixed and will not change
with more specific details other than stated
here. Bidder will ensure that these
requirements are met in all conditions taking
into consideration the quality and the
specifications as per codes referred in this
tender
16 Chapter
4 (4.2/2)
38 Penetration Request you amend penetration clause to
:Considering the ANSI 42.46-2008 norm,
steel penetration should be 290mm at 5km/h
Technical specifications of the tender
have been prepared by a committee,
especially constituted for this
purpose by the competent authority.
The Committee has taken into
consideration all aspects including
response received in EOI, discussion
with other stakeholders, etc.
ANS42.46-2008 is the referencing
17 Chapter
4 (4.2/4)
38 Wire detectability Request you amend penetration clause to
:Considering the ANSI 42.46-2008 norm,
wire detectability should be 2.5mm
18 Chapter
4 (4.2/5)
38 Contrast sensitivity Request you amend penetration clause to
:Considering the ANSI 42.46-2008 norm,
contrast sensitivity should be 2%
Page | 9
19. Chapter
4 (4.2/6)
38 Spatial resolution (at any
location of the container)
Request you amend penetration clause to
:Considering the ANSI 42.46-2008 norm,
Spatial resolution should be 12mm
document only. Requirements
provided in the tender documents
shall prevail. The technical
specifications mentioned in the
tender document are required to be
satisfied at X-ray energy of 6MeV
(Nominal).However, in other
situations not envisaged in the
tender, ANSI 42.46-2008 will be
followed.
20. Chapter
4 (4.2/15
b)
39 Data/ Image processing
hardware
Could you please explain the statement:
“One of the display should be on a
reasonably larger screen (over 60”) without
any distortion or loss of resolution”. Does it
mean that 5xIIS should be delivered with
2x24” screen and the 6th IIS should be
delivered with 1x 24” + 1x60” screens or 2x
60” screens?
6IIS with2x24” Screen
One screen of 60” with all 6 feeds for
monitoring purpose.
21. Chapter
4 (4.2/16
a)
39 Image inspection station (per
site of installation)
The requirement is 6 IIS including two for
remote location inspection. Are the remote
inspection locations in the same site that
each drive through container scanner. What
is the distance between the scanner and
these remote locations? Are the 2 IIS
installed at these remote location together or
each remote IIS at two different locations
Remote station will be located in the
vicinity of the scanner site only (say
about 1 Km.). However, image
viewing with limited processing
facility should be provided at distant
Container Freight Stations
(CFSs)/Inland Container Depot
(ICDs). Bidder may include unit cost
of providing such software features
at CFSs /ICDs.
22. Chapter
4 (4.2/17
a)
40 Net working Considering that it is feasible to connect all
the workstation of 1x site using Local area
network. Are we allowed to do that?
For connectivity within the site of
installation, LAN could be used.
However, servers of scanner should
also be integrated with EDI of
Customs Department.
23 Chapter
4 (4.2/19
e)
40 Sensors It is likely that in the gap between the truck
cabin and the container would be cables or
hoses (for signals and/or breaking system).
Could you please define height where the
Bidder has to make the assessment
and prepare a failsafe mechanism of
scanning using appropriate sensors as
mentioned in Tender.
Page | 10
gap will be free of any objects to ensure
optimum detection?
24. Chapter
4
(4.2/19)
40 Sensors Could you please confirm that the aim of the
redundancy is to ensure the safe operation
only.
Yes. Safety of the truck cabin crew
and persons working the area is also
of utmost importance.
25. Chapter
4 (4.2/26
a)
42 Security & safety (per site
installation)
Could you please define where the remote
location is. What is the distance between the
scanner and the remote location?
About 1 km.
26. Chapter
4 (4.2/31
a)
42 Inter-linkage with the Customs
EDI network
In order to understand the work to be done
could you please explain the protocol used
by Customs EDI network to permit
interfacing with external system like the
drive through container scanner. Detailed
protocol would be much appreciated.
Detailed protocol will be provided to
the successful bidder.
27. Chapter
4
(4.2/32)
43 Data storage, back-up/recovery Could you please confirm that the storage
capacity should be 1,000,000 datasets.
Yes, data storage should be
10,00,000 datasets
28. Chapter
4 (4.2/33
c)
43 Cargo viewing Does the software required to automatically
detected some contraband item or the
detection of these item is the result if the
manual analysis of the image by the image
operator? In the case of automatic detection
could you please specific what are the
contraband or the targeted commodity to be
detected?
Software should have capability to
automatically detect some of
contraband/ targeted items. Few
examples of these are: firearms,
ammunition, explosives, narcotics,
gold, red sander, etc.
29 Chapter
4 (4.2/33
d)
43 Cargo viewing What is supposed to contain the standard
library. Is it supposed to be delivered with
the system?
Standard library should contain
images of all commonly traded
items/goods. It should also contain
images of contraband/targets hidden
behind commonly traded
items/goods mentioned above.
Besides, it should be dynamic to
enable addition of more and more
images to the library.
30. Chapter
4
(4.2/12)
45 Electrical and Communication Please clarify that, Is this refers to
constructing a sub-station for commercial
supply. If yes, we request you to kindly
Yes; the electrical substation needs
to be constructed by the Bidder so as
to ensure the availability of electrical
Page | 11
amend the same and take out from Bidder’s
scope due to open requirement.
power, operating and quality,
required for the satisfactory
operation of scanner system.
31. Chapter
4
(4.2/15)
45 UPS Since the systems are delivered with a
genset generator and an automatic switch,
could we size the UPS in order to ensure
continuous operation in case of power
shortage, maybe 15 mins only, instead if
delivering a UPS with capacity of enabling
operation for 30 mins.
Requirement of UPS to enable
continuation of scanning operation
for 30 minutes stays.
32. Chapter
4 (4.2/19
b)
46 Software & software upgrade Could you please specify what is the
software customization necessary to meet
Customs’ operational requirements?
Since the servers of the scanner are
to be integrated with EDI of
Customs, so the software has to be
customized for transferring of data
and image processing. Also, some of
the customization requirements will
emerge during the commissioning of
the system at site and operational
feedback.
KELTRONI.T. Business Group
33. 320mm steel penetration This should be minimum 280mm steel
penetration.
Technical specifications have drafted
by a committee taking into
consideration all aspects including
response in EOI, interaction with
other stake holders, etc. As such
tender conditions prevail.
34. 1 mm wire resolution This should be at least 3mm wire
resolution
35. 1% contrast sensitivity This should be 3% contrast sensitivity or
better
36. 5mm spatial resolution This should be 8mm spatial resolution or
better.
37. Point 3.41- The Supplier shall
agree to provide copies of as-built
software in executable code that
are installed in the system at all
levels. It shall also state the
Hardware that needs to be in place
for implementation ensuring that
the system un-availability is
minimal. The Supplier shall also
This should be “The Supplier shall agree
to provide copies of as-built software in
executable code that are installed in the
system at all levels”
The scanner is proposed to remain
operational over a long period and to
maintain its quality and performance
to meet future trade profile; the
tender condition shall prevail within
the technical specification prescribed
in it. The project is on turn-key basis
and AMC is expected with the
supplier only. However, the relevant
Page | 12
comply and guarantee software
upgrades for the service life of the
scanner. Commercial image
processing software, if used,
should be provided with each set
of the image inspection unit (work
station).
executable codes for operation of
container scanner are required to be
provided to the purchaser to meet
any emergent conditions.
38. Point 3.42- Taking into account
the operational requirements of
the Purchaser, there may be a
need to customize some portion of
the software. Supplier should
agree for such customization,
which is expected to be limited, at
no extra cost.
This should be “Taking into account the
operational requirements of the
Purchaser, there may be a need to
customize some portion of the software.
Supplier should agree for such
customization, which is expected to be
limited, at man hour cost basis”
39. Point 3.43 - Any software
upgrades developed by the
Supplier during the warranty and
the post warranty period should
be made available to the
Purchaser at no extra cost and
should be delivered and installed
in a prompt and efficient manner.
The Supplier should install and
train the operator with software
upgrades.
This should be “Any software upgrades
developed by the Supplier during the
warranty and the post warranty period
should be made available to the
Purchaser at cost basis including in
CAMC and should be delivered and
installed in a prompt and efficient
manner. The supplier should install and
train the operator with software
upgrades”.
40. The EMD of Rs. 5 crores The EMD should be waived for PSU
bidders
Exemption from payment of EMD is
governed by various instruction of
Govt./CVC and at present no such
exemption is available to PSU.
TAS-AGT
41. - Extension of Submission Date: As the
project size is large and it requires doing
a site survey of the 3 sites i.e. Cochin,
Mundra and Maharashtra and prepare the
bid based on the inputs taken from the
site survey, we request you to extend the
Already answered/ clarified.
Page | 13
due date of submission of same from
22.08.2014 to 26.09.2014. This will
enable us and many other bidders to
come up with most suitable and
technically compatible solution with a
competitive offer and makes a healthy
competitive atmosphere.
42. - Relaxation in Eligibility Criteria: As
the tender size is large and there are very
few companies who will be bedding this
project, we request you to relax the
eligibility criteria “1.8 The tenderer must
have had an average annual turnover of
at least Rs. 60 Crore (or its equivalent in
foreign currency) during the last three
years.” And change it to Rs. 50 Crore
(or its equivalent in foreign currency)
during the last three years. Or the
financials (turnover) of the parent
company (holding company) should be
considered.
This will help more bidders to bid for the
tender and Directorate of Logistic will
be benefitted with most competitive
technical and financial bidding.
Tender specifications have been
decided by technical committee and
the tender document has been vetted
by the competent authorities. Tender
conditions prevail.
43. Chapter
4 (4.2/2)
38 Penetration Request you change penetration clause
to: 280mm from 320mm
Already answered/ clarified.
44. Chapter
4 (4.2/4)
38 Wire detectability Request you change wire detectability
clause to : 3mm from 1 mm
45. Chapter
4 (4.2/5)
38 Contrast sensitivity Request you to change contrast
sensitivity to : 2% from 1%
46. Chapter
4 (4.2/6)
38 Spatial resolution (at any location
of the container)
Request you to Spatial resolution to : 14
mm from 5 mm
M/s Godrej & Boyce mfg. Co. Ltd.
47. Penetration: Minimum 320 mm of
steel
Wire detectability in free air: 1
In page 44 terms, it requires the system
specification should comply with the
ANSI 42.46-2008 standard. However, in
ANS42.46-2008 is the referencing
document only. Specified technical
requirements provided in the tender
Page | 14
mm or better
Contrast sensitivity : 1% or better
Spatial resolution ( at any location
in the container): 5mm or better at
any location
page 85 item 8.1-8.4, the test method of
FAT is totally different ANSI standard.
So we wonder which standard will be
used as the evaluating method.
If the FAT method is available, please
kindly tell us whether the penetration
should be up to 320mm at three test
locations (floor, center, top)
simultaneously ? For wire detect ability
test, we also want to confirm that
whether the type of wire is straight or
sinusoidal?
If the ANSI standard is available, three
specifications of contrast sensitivity
should be required under different steel
pale.
documents shall prevail. However,
in other situations not envisaged in
the tender; ANSI 42.46-2008 will be
followed.
320mm penetration needs to be
proved at all three locations i.e. floor,
center and top.
For wire delectability test, wire will
be sinusoidal.
48. Sensors:
b) Sensors should detect the
height of the truck so as to protect
the scanner system from over-
dimensioned conveyance, if any.
A bye–pass lane should be
provided for such conveyances.
Where is the by-pass lane located?
Please confirm whether we can build the
by-pass way next to the scanning shed.
This will need to be established by
the Bidder. It could be next to the
scanning shed.
49. a) Minimum four CCTV cameras
(one with PTZ camera having
facility to view from remote
location) with DVR capable of
saving more than 12 hour long
video images, should be installed
for monitoring the radiation
protection area/ boundary of the
facility.
In page 87, item 12.1-12.2, there is
another requirement about the
CCTV camera and storage capacity.
Please confirm which requirement will
be used as the evaluating method.
Location and functional capabilities
of the installed CCTV systems will
be evaluated or the parameters
indicated in the tender.
50. Inter-linkage with the Customs
EDI network:
a) System should be able to
receive IGM information in
respect of the containers being
a) What is the spelling if the IGM?
Please kindly provide more details about
the IGM information in respect of the
containers being scanned from the
Customs EDI network.
IGM means Import General
Manifest. It is a document prescribed
under Section 30 of the Customs Act,
1962, which mandate every master of
vessel/aircraft to file manifest giving
Page | 15
scanned from the Customs EDI
network and display it along with
the image so that the operator can
compare the image with the data
and draw his conclusions.
d) System should enable remote
login with full functionally into
the server by officers from
anywhere in the country.
Please confirm if tere are interface to
Customs EDI network for each scanner
site.
d) Please kindly explain the meaning of
full functionality. Generally speaking a
remote computer without image
processing software cannot realize the
image processing.
various details as provided under the
said section or rule made thereunder.
51. Electricals & Communication
b) Electrical power supply will
have to be drawn from a nearby
commercial source, if available on
LT level, or a sub-station of
suitable rating will have to be
constructed by the Supplier at his
own cost for this purpose.
Please kindly provide the distance from
the each scanner site to the nearest
electrical source and water source.
This would be clarified during the
visit at site, the dates of which are
indicated below:
a.Mundra 9.8.14 at 14.30 hrs.
b.Mumbai11.8.14 at 11.30 hrs.
c.Cochin 13.8.14 at 11.00 hrs.
However, as mentioned in the tender;
Commissionerate of Customs; JNPT,
Nhava Sheva, Mundra and Cochin
have already been informed about
possible visits by the potential
bidders. Representatives can visit
these sites earlier to the dates
mentioned above to gather relevant
information.
52. Site works within Scanner
Facility:
a) Scanner system should be
installed under a shed with RCC
column & roof (approx 30m x
15m) so as to provide protection
to the scanner & its associated
systems from geographic
environment prevailing at the site
of installation.
a) If the width of scanner system is less
than 15m, can we adjust the width of
scanning shed?
d) What is the material requirement of
the boundary wall?
e) How long access roads should be
provided to the site of scanner facility?
Layout provided in the tender is
schematic. Bidder will work out the
details and submit the same with the
technical bid.
Boundary wall shall be of 2.4 meter
high in RR masonry construction.
Access road generally is within 100
meter length. Exact dimensions will
be decided upon site visit.
Page | 16
d) Exclusion zone should be
fenced from all sides and two
gates for entry and exit of the
trucks should be provided. In
addition, Scanner Facility should
be provided with boundary wall
with entry & exit gates.
e) Access roads to the site of
Scanner Facility should also be
provided to facilitate entry and
exit of the trucks-trailers.
53. Operational requirements:
a) Operation or Drive-through X-
ray Container Scanner System
will need establishment of
Scanner operation station, image
inspection work stations and
Check-in/check-out stations. The
scanner system should transmit
the scanned images by turn or to
whichever inspection work station
is free.
There is no description about where is
the check-in/check-out station located.
Please kindly provide more detailed
information of check-in/check-out
station, such as where are they, the area
requirement, what is the material of the
building, and etc.
Check-in/check-out station will
generally be located in operations
building. Exact location to be worked
by the Bidder.
The building is required to be in
RCC construction. [Clause 4.3/ 20
(a) & (b) refers].
54. Weigh bridge:
An electronic weigh bridge,
capable of weighing up to 70 MT,
within an accuracy of ± 0.02%.
should be provided. It shall be of
weigh-in-motion type so as not to
limit the through-put of the
scanner system. It should be
possible to integrate the measured
weight of container with its image
obtain during scanning operation.
Please confirm if all the container truck
should pass through the weigh bridge
including the over-dimensioned
conveyance.
Over-dimensioned conveyance shall
not enter Scanner Facility. Bidder
has to provide suitable measures,
such as height/ width limiters, to
prevent their entry[Clause 4.2/ 19(b)
refers].
Page | 17
55. Sanctioned load available at site Bidder has to specify the requirement
and will be discussed with port
authorities during site visit.
56. Is the location under hazardous area As of now not; Bidder to make an
assessment upon site visit.
57. Exact scope of Communication and
Networking requirement
Requirements are already specified
in the tender document.
58. Occupancy and working hours in the
premises along with the Machinery
details for heat load calculations.
The operation will be on 24 x7 basis.
It is expected that about 25 persons
will be deployed in the Facility at
any time for various activities. All
equipment & machinery will be
supplied by the Bidder and the
Purchaser will not add any such heat
load.
59. Comprehensive Maintenance period
mentioned for 8yrs needs to be clarified
in terms of electrical fittings.
All electrical loads including
electrical fittings in and around the
facility will be designed, provided
and maintained by the Bidder.
60. Product support for 15 yrs needs to be
clarified in terms of electrical fittings.
61. Provisional Fire NOC is available with
client or not.
Purchaser does not have any Fire
NOC. This will need to be obtained
by the Bidder from concerned
authorities. (Clause 3.5 refers).
Department will extend full support
in this regard.
62. Space allocation for water tank and
approval from municipal authorities for
water tapping for the services.
63. Approval for storage of DG fuel and fuel
tank space allocation.
64. Any specific make required by the client
for the services should mentioned.
Clause 3.10 may please be referred
in this connection. As mentioned
prior approval of purchaser need to
be obtained.
65. Basic tax structure for the project since
the project is to be executed in 3
different locations.
The tax structure would be
dependent upon individual state.
However, central taxes to be paid are
basic customs duty, additional duty
of customs, cess, service tax, etc.
Page | 18
It shall be noted that of the
documents like invoices, etc shall be
in the name of DOL.
66. Any special grants/exemptions to be
considered
No special grants/exemption is
proposed for the project.
67. Operational timelines for carrying out
the execution activities.
The time-line for all major activities
in the project will be prepared, fitting
into overall time period of 9 months,
and submitted by the Bidder along
with technical bid.
68. Any clearances awaited from the port
authorities.
Sites for the installation of drive-
through container scanners have been
identified at respective ports in
consultation with Port authorities.
This needs to be assessed by the
Bidder during site visit.
69. Influences of the Local bodies to carry
out the execution activities at site.
70. Extension of Bid submission date by 30
days.
Already clarified.
Permission for site visit for the 3
locations
Already clarified
71. Fresh pre bid meeting to discuss queries
post site visit.
Issues raised at site will be addressed
during site visit and minutes of the
same will be uploaded for all.
72. Soil report. Who will provide the soil
investigation report? Client or Bidder.
Site at Cochin is semi-permanent,
while the other sites need to be
developed. Geo-technical
investigations, if available with port
authorities, will be discussed during
site visits. Bidder on its own must
carry out necessary investigations.
[Clause 3.9(a) & (b) refers].
73. Structure design and therefore the BOQ.
These are required from the costing and
rendering point view. Kindly provide
details.
This is a `turn-key’ project.
Architectural & structural design of
the facility is in the scope of the
Bidder. Bidder shall prepare GA
drawings (including radiation
shielding arrangement) as well as
Page | 19
perspective view of the building and
the facility, based on the schematic
layout included in the tender and
shall submit the same along with
technical bid.
74. It being a government body work, what
are the applicable taxes, are there any
exemptions available. Pls clarify.
No exemptions are available.
75. What is the time period to complete civil
works and overall project. In the tender it
is mentioned nine months, considering
the entire scope of work this seems to be
less.
Time period for the completion of
the project is nine months after
placement of the contract, which
includes period for civil construction.
It is expected of the Bidder that
many activities are taken up in
parallel such that overall time line is
met.
76. Location of labor camp Depends on the conditions prevailing
at respective port, to be decided
during site visit.
77. Payment terms for civil construction This is a turn-key contract and hence
there is no separate payment terms
for civil construction.
78. Point 3.1 (iii) Obtaining regulatory and
regulatory clearance: In India this is a
time consuming process so more time is
required to complete the turnkey project.
Will the client help us in any way to the
same?
In principle approval of technology
and site has been already been given
by AERB. Necessary assistance will
be provided by the Purchaser.
79. Approach Road: What material needs to
be used to make the same like: paver
blocks/tar/cemented? This is important
as cost for each is different.
Any road meant for container
movement shall be of RCC as per the
specifications of Ministry of Road &
Highways [Clause 3.9(a) refers].
80. Arrangement to do site survey for all
three sites.
Already clarified.
81. Clarify the soil below all three
construction site including road. The
surface below should be clear of any
Bidder shall have to conduct geo-
technical investigation to get
information on underground strata.
Page | 20
drainage pipe. Electrical wiring etc.
Client needs to confirm on the status of
the same.
[Clause 3.9(a) & (b) refers].
Regarding existence of underground
services at site, information needs to
be obtained from Port authorities
during site visit.
KTC HEMA SKANET SYSTEMS PVT. LTD.
82. The tenderer must have had an
average annual turnover of at least
Rs.60 Crore (or its equivalent in
foreign currency) during the last
three years and should have made
profit (profit after tax) in last 3
years.” On page no.9
As per the general corollary established
for all GOI Tenders. The tenderer may
bid and qualify through its newly
established Joint Venture Company
where it holds more than 26%
shareholding.
Tender specifications have been
decided by technical committee and
approved by the competent
authorities and hence are firm.
SGS INDIA Pvt.Ltd.
83. These Container Scanners are big
industrial equipments and needs
specialized skills to operate it for
maximum utilization. Does the
Department Customs intend to hire an
Operator to undertake such Operations
after the installation is done?
No.
84. Is the department is considering a
business model where a third party
operator has been engaged to take care of
operating this industrial infrastructure
and generating the image and the
customs takes and informed decision on
the basis of these images? The image
Analysis being the Sovereign function to
be performed by the Department of
Customs and parking of trucks, getting it
prepared for scanning, taking the
documents from driver,
Scanning it and making it in image from
available for image Analysis, Operating
these Industrial equipments etc which are
No.
Page | 21
the commercial functions to be done by
the specialized third party operating
company?
85. The earlier procured Container Scanners
which are based at JNPT port are not
optimally utilized. Does the department
also considering the proposal to hire an
Operator to run its Container Scanners
Operations smoothly by an experienced
agency?
Scanners at JNPT are being
optimally utilized as per the
technology deployed in these
scanners.
86. In order to get the best agreement for
maintenance of these Industrial
Equipments, is the department also
considering to hire the services of a
Consultant who have expertise in
drafting these kinds of Maintenance
Service agreements?
At present there is no such proposal.
The tender document provides for
maintenance by the supplier or by the
contractor to be designated by the
supplier through proper agreement.
87. Will the Department of Customs do FAT
and OSAT for this procurement? Who
will do these tests? Will it be done by
any third party?
FAT and SAT are proposed to be
undertaken by the authorised
representatives of Department only.
88. Will the Department of Customs engage
any third party to impart image Analysis
training which has got expertise in the
subject area?
The tender provided for training to
the officers of Customs on regular
basis for interpretation of images. As
such, it is not envisaged to hire any
third party.
M/s Rapiscan Systems
89. Page 1 Closing date of tender 22.8.2014 Request for extension of time for six
weeks for us to allow site surveys,
investigations of site and civil designs
with civil contract to be properly
undertaken. Extension of time for closing
date is requested for at least till 6th
October 2014.
Already clarified
90. Page 6
section
xix
Successful bidder shall obtain
requisite approvals/clearances
Obtaining approvals/clearances from
AERB for equipment and site operation
will be joint effort. Please confirm that
Necessary support in pursuing
approvals/clearances from AERB
will be extended.
Page | 22
purchaser will help and support in
getting requisite approvals.
91. Page 13
section
1.44
Testing of the models offered by
the tenderer shall be carried out to
ascertain the actual performance
of the systems, including visit to
sites
As the existing sites under the ownership
of tenders and customers and our live
operations, hence viewing of operation
may be possible, however purchaser
would not be able to perform their own
testing
Technical Evaluation Committee is
mandated to take a final call on this
issue. However, it is expected that
the said committee would satisfy
itself regarding the claim of technical
specifications made in the bid
document by witnessing the
performance of similar facility
provided by the bidder at different
locations.
92. Page 13
section
1.44
Tenderer to arrange permission
from authorities to visit
installation. All cost shall be
borne by the tenderer.
Please advise how many representatives
from the purchaser will attend the visit?
We need this information to estimate
cost for undertaking such a visit.
The members of the Technical
Evaluation Committee, if so decide,
may require visit to such facility. The
members of the Technical Evaluation
Committee may vary from 4 to 6.
93. Page 14
section
1.49
Minor
informality/irregularity/nonconfor
mity
Please confirm how technical non-
conformance in chapter 4 will be
addressed during preliminary evaluation.
The intent of waiving off minor
infirmity is amply clear in the
relevant clause and also queries on
technical issues (Chapter 4) have
been answered in above paragraphs.
94. Page 18
section
1.77
Stages and method of payment Please confirm that the tenderer can raise
pro forma invoice for release of 20%
advance payment.
For seeking the release of 20%
advance, the successful bidder can
raise proforma invoice subject to
fulfillment of conditions mentioned
in clause 1.77 of tender.
95. Page 29
and 30
clause
3.9
Civil and structural construction
work
Site organization: as per the tender,
geotechnical survey of the sites is to be
carried by tenderer to arrive at soil
strength end to decide the foundation
requirements. The following data would
be required from the purchaser is for all
sites:
highest flood level recorded at
each site
level of access and road to the
The relevant information would be
provided during the site visits. Dates
of such visits have already been
mentioned earlier.
It has been clarified that mandatory
3rd
party inspection/monitoring of
civil and structural work can be
assigned to any Government agency.
Page | 23
plots at each site with respect to
the highest flood level
level of the existing ground level
of the plot each site
Road area requirement at entry
and exit to the plot
96. Page 42
Sl no 31
Interlinkages with Customs EDI
network
Purchaser may please provide their EDI
interface specification in advance so that
tenderer can review and conform
compatibility in the proposed system
Already clarified.
97. Page 46
section
4.3
Site works within scanner facility Please provide drawing of shed/building
for housing the scanner, electrical panels,
DG sets, operation and maintenance
staff, etc. Else, if tenderer for their
design/drawing, is confirmed that the
same will be acceptable to the purchaser
Schematic layout of the facility and
building plan has been given in the
tender and the building/structure
should be designed to meet the
requirement as per the provisions of
IS 456-2000, as mentioned in clause
3.9. Also please refer to clause 3.5
and clause 4.3/20 of the tender in this
regard.
98. Page 47
section
4.6
The travel, board and lodging of
the representatives of the
purchaser will be arranged by the
supplier at his cost.
Please advise how many representatives
from the purchaser will attend the visits?
Two from each site.
99. Page 55
Chapter
6
Both in India on turnkey basis Please confirm the use of word “both”.
This would typically referred to 2 items,
whereas the requirement is for 3 units.
Please confirm
It is typographical error. The
requirement is for three units.
100. Page 91
Drawing Drawing shows location of container
scanner for import and location of the
container scanner for export. Please
confirm that the tenderer is only
providing container scanner for import
and gnome consideration should be made
for container scanner for export?
The proposed installation is for
import containers only.
101. Page 32
3.16 Periodic maintenance During the meeting, all prospective
bidders opined that repair/
replacement / maintenance of
Page | 24
Radiological safety requirements for Drive through scanner: as proposed, yet to be notified by AERB.
1 Dose per scan to crew members of the
vehicle carrying container to be
scanned: 0.25 µSv.
2 Dose per annum to crew members of
the vehicle carrying container to be
scanned: 0.25 mSv.
3 Dose per annum to the operators of the
scanning system: 1 mSv.
4 Dose per annum to the members of the
public due to operation of the scanning
system: 1 mSv(In order not to exceed
the limit of 1 mSv, the recommended
equipment, systems, fittings, fixtures,
etc. is understood to be provided by
the Bidder, but, upkeep of the facility
viz. sweeping and cleaning activities
should be deleted from their scope of
work. After, due deliberations, para
3.16 (vii) to (ix) stands withdrawn.
102 Page 35 3.30 General maintenance requirement Bidders pointed out that while better
than 95% availability of the scanner
system in a year will be maintained,
whether extra time will be allowed
for any break down maintenance
separately requiring immediate
attendance.
It is clarified that up to 5 % time in a
year is allowed for break down
maintenance, which includes
preventive maintenance. The
CCAMC shall be entered with the
successful bidder bringing out
modalities of apportionment of time
required for break down as well as
preventive maintenance.