Upload
anupamkhanna
View
23
Download
1
Embed Size (px)
DESCRIPTION
This is a reference RFP for the companies wanting to explore Indian market for their AWOS range of products.
Citation preview
1
Government of India
India Meteorological Department
Lodi Road, New Delhi-110003
TENDER ENQUIRY DOCUMENT ffoorr AAVVIIAATTIIOONN WWEEAATTHHEERR
OOBBSSEERRVVIINNGG SSYYSSTTEEMM ((AAWWOOSS))
INDEX
Section Topic Page No.
NIT NIT 2-3
Section –I
General Instructions to Tenderers (GIT) 4-16
Section –II
General Conditions of Contract (GCC) 16-24
Section-III
Quality Control Requirements 25
Section-IV
Qualification Criteria 26
Section-V
Tender Form 27
Section-VI
Questionnaire 28
Section-VII
Check List A & B(General & Technical) 29-32
Section-VIII
Price Schedule format
33
Section-IX
Bank Guarantee Form for EMD 34
Section-X
Manufacturer’s Authorisation Form
35
Section-XI Bank Guarantee Form for Performance
Security
36
Section-XII
Inspection Authority & Inspection
Officer
37
Section-XIII Request for Proposal (RFP)
37-68
2
NOTICE INVITING TENDER (NIT)
Tender Enquiry No. CPU/ 54/0609/4005 Dated: 26-06-2009
1. Director General of Meteorology (DGM), India Meteorological Department (IMD), Ministry of Earth Sciences (MoES), Government of India, on behalf of President of
India ,invites sealed tenders in two bid system i.e. (i)Technical bid & (ii) Price bid
from eligible and qualified tenderers for supply of following Goods/Articles/Services
2. Name of Goods/Articles/Services: AAVVIIAATTIIOONN WWEEAATTHHEERR OOBBSSEERRVVIINNGG
SSYYSSTTEEMM ((AAWWOOSS))
3. Specification and quantity : As per RFP
4. Tender schedule is as follows:
1. Cost of Tender Document (Non-
Refundable)
Rs.1,000/-
2. Timing for sale of tender document on
working days
10 A.M to 5 P.M
26.06.09 to 04-08-09
3. Place of sale of Tender Enquiry Documents Central Purchase Unit O/0 DGM, IMD
Lodi Road ,New Delhi
4. PRE BID Conference
(A) Date & Time
(B) Venue
10-07-2009/1100 Hrs
DDGM (SI), IMD,Pune
5 (A) Closing date for sale of tender document
(B) Latest hour for receipt
04-08-2009
1230 P.M
6. Tender Opening date & time (Technical
Bid)
04-08-2009
1500 Hrs
7. Place of Tender opening Central Purchase Unit O/0 DGM, IMD
Lodi Road ,New Delhi
5. Earnest Money Deposit (EMD): Rupees Eighty Four Lakhs Only.
3
6. Interested tenderers may obtain further information about this requirement from the above office selling the documents. Tender Enquiry Documents maybe purchased on
payment of non-refundable fee for cost of tender as mentioned above in para 4 per set
in the form of account payee Demand Draft/Pay Order drawn on a scheduled bank in
India, in favour of “Assistant Meteorologist (DDO), DGM’S office, IMD,New Delhi.
7. Tenderer may also download the Tender Enquiry Document from the web sites www.imd.gov.in and www.imd.ernet.in and submit its tender by utilizing the
downloaded document, along with the required non-refundable fee for cost of tender
as mentioned in Para 4 above. All prospective tenderers are requested to attend the
Pre Bid meeting. The venue, date and time are indicated in the Para 4 above.
8. Tenderers shall ensure that their tenders complete in all respects, are dropped in the Tender Box located at Reception (Main gate) Mausam Bhawan, IMD, and Lodi Road,
New Delhi-110003. Tender may be submitted by hand to the under signed office in
case of bulky tender. The purchasing organization is not responsible for any delay
whatsoever postal or otherwise.
9. In the event of the tender opening date being declared as holiday for the purchase organization, the tender will be opened on the next working day; the venue and time
of tender opening remaining the same.
10. The Tender Enquiry Documents are not transferable.
11. Purchaser: The President of India Through Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-110003
13. Consignee:
DDGM(SI),
IMD, Shivaji Nagar,
Pune
12. Inspecting Authority: Director General of Meteorology, India Meteorological Department,
Lodi Road, New Delhi-110003
13. Inspection officer : Authorized representative of Inspecting authority
Director, Central Purchase Unit (CPU) O/o Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-110003
Telefax No: 011-24698148
4
SECTION – I
GENERAL INSTRUCTIONS TO TENDERERS (GIT)
A. PREAMBLE
1. Definitions and Abbreviations
1.1 The following definitions and abbreviations, which have been used in these documents shall have the meanings as indicated below:
1.2. Definitions:
(i) “Purchaser” means the President of India through Director General of
Meteorology, India Meteorological Department purchasing goods and services
as incorporated in the Tender Enquiry document.
(ii) “Tender” means Bids / Quotation / Tender received from a Firm /
Tenderer / Bidder.
(iii) “Tenderer” means OEM/OSC submitting Bids / Quotation / Tender.
(iv) “Supplier” means the individual or the firm contracted by the
Purchaser for supplying the goods and services as incorporated in the
contract.
(v) “Goods” means the articles, materials, commodities, livestock,
furniture, fixtures, raw material, spares, instruments, machinery,
equipment, medical equipment, industrial plant etc. which the supplier
is required to supply to the purchaser under the contract.
(vi) “Services” means services allied and incidental to the supply of goods,
such as transportation, installation, commissioning, provision of
technical assistance, training, after sales service, maintenance service
and any other such obligation of the supplier that may be required
under the contract.
(vii) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or
financial guarantee to be furnished by a tenderer along with its tender.
(viii) “Contract” means the written agreement entered into between the
Purchaser and/or Consignees and the Supplier, together with all the
documents specified therein and including all appendices , annexures
etc. therein.
(ix) “Performance Security” means monetary or financial guarantee to be
furnished by the successful tenderer for due performance of the
contract awarded to it. Performance Security is also known as
Security Deposit.
5
(x) “Consignee” means the representative unit of the Purchaser to whom
the goods are required to be delivered as specified in the Contract. If
the goods are required to be delivered to a person as an interim
consignee for the purpose of despatch to another person as provided in
the Contract then that “another” person is the consignee, also known as
ultimate consignee.
(xi) “Technical Specification” means the document that prescribes the
requirement with which goods or service has to conform.
(xii) “Inspection” means activities such as measuring, examining, testing,
gauging one or more characteristics of the product or service and
comparing the same with the specified requirement to determine
conformity.
(xiii) “Day” means calendar day.
1.3 Abbreviations:
(i) “T E Document” means Tender Enquiry Document
(ii) “NIT” means Notice Inviting Tenders.
(iii) “GIT” means General Instructions to Tenderers
(iv) “SIT” means Special Instructions to Tenderers
(v) “GCC” mean General Conditions of Contract
(vi) “SCC” means Special Conditions of Contract
(vii) “DGS&D” means Directorate General of Supplies and Disposals
(viii) “NSIC” means National Small Industries Corporation
(ix) “PSU” means Public Sector Undertaking
(x) “CPSU” means Central Public Sector Undertaking
(xi) “LSI” means Large Scale Industry
(xii) “SSI” means Small Scale Industry
(xiii) “LC” means Letter of Credit
(xiv) “DP” means Delivery Period
(xv) “BG” means Bank Guarantee
(xvi) “ED” means Excise Duty
(xvii) “CD” means Custom Duty
(xviii) “VAT” means Value Added Tax
(xix) “CENVAT” means Central Value Added Tax
(xx) “CST” means Central Sales Tax
(xxi) “RR” means Railway Receipt
(xxii) “BL” means Bill of Lading
(xxiii) “FOB” means Free on Board
(xxiv) “FCA” means Free Carrier
(xxv) “FOR” means Free On Rail
(xxvi) “CIF” means Cost, Insurance and Freight
(xxvii) “CIP” means Carriage and Insurance Paid up to named place of destination
(consignee site)
(xxviii) “DDP” means Delivery Duty Paid named place of destination (consignee site)
6
(xxix) “INCOTERMS” means International Commercial Terms as on the date of
Tender Opening
(xxx) ”MoES” means Ministry of Earth Sciences, Government of India
(xxx) “IMD” means India Meteorological Department
(xxxi) “DGM” - Director General of Meteorology
(xxxii) CMC/AMC means Comprehensive Maintenance Contract/Annual
Maintenance Contract.
(xxxiii) OEM - Original Equipment Manufacturer (xxxiv) OSC - Original software company
(xxxv) RFP - Request for proposal
2. Introduction
2.1 The Purchaser has issued these TE documents for purchase of goods and related services as mentioned in Section “RFP (List of Requirements” & “Technical
specifications)”which also indicates, interalia, the required delivery schedule, terms and
place of delivery.
2.2 This section (Section I - “General Instructions to Tenderers”) provides the relevant information as well as instructions to assist the prospective tenderers in preparation and
submission of tenders.
2.3 The tenderers shall also read the RFP for Special Instructions to Tenderers related to this purchase of these documents and follow the same accordingly. Wherever there is a
conflict between the GIT and RFP, the provisions contained in the RFP shall prevail over
those in the GIT. Special instructions will modify/substitute/supplement the
corresponding General Instructions to Tenderers and have the over-riding effect.
2.4 Before formulating the tender and submitting the same to the purchaser, the tenderer should read and examine all the terms, conditions, instructions, checklist etc. contained in
the TE documents. Failure to provide and/or comply with the required information, terms
& conditions etc. incorporated in these TE documents may result in rejection of its tender.
3. Language of Tender
The tender submitted by the tenderer and all subsequent correspondence and
documents relating to the tender exchanged between the tenderer and the purchaser,
shall be written in English language, unless otherwise specified in the Tender
Enquiry.
4. Eligible Tenderers
This invitation of tenders is open to all suppliers who fulfil the eligibility criteria
specified in these documents. Tenderer should be Original Equipment Manufacturer
/Original Software Company only. Tenders quoted by agents/representative on behalf
of OEM/OSC shall not be accepted and straightway rejected. Bids from consortium of
firms are also not acceptable.
7
5. Eligible Goods and Services
All goods and related services to be supplied under the contract shall have their origin
in India or any other country with which India has not banned trade relations. The
term “origin” used in this clause means the place where the goods are mined, grown,
produced, or manufactured or from where the related services are arranged and
supplied.
6. Tendering Expense
The tenderer shall bear all the costs and expenditure incurred and/or to be incurred by
it in preparation, mailing and submission of its tender including attending the pre-bid
conference and or arranging demonstration of Product/Services or Field Units that
may be deemed necessary by the Purchaser. No liability will be devolved upon the
purchaser for any such cost, expense etc regardless of the conduct or outcome of the
tendering process.
B. TENDER ENQUIRY DOCUMENTS
7. Amendments to TE documents
7.1.1 At any time prior to the deadline for submission of tenders, the purchaser may, for
any reason deemed fit by it, modify the TE documents by issuing suitable
amendment(s) to it.
7.1.2 Such an amendment will be notified in writing by registered/speed post or by
fax/telex/e-mail, followed by copy of the same by registered post to all prospective
tenderers, which have received the TE documents and will be binding on them.
7.1.3 In order to provide reasonable time to the prospective tenderers to take necessary
action in preparing their tenders as per the amendment, the purchaser may, at its
discretion extend the deadline for the submission of tenders and other allied time
frames, which are linked with that deadline.
C. PREPARATION OF TENDERS
8. Documents Comprising the Tender
Tender received by fax/telex/cable/electronically shall be ignored.
The Two Bid System, i.e. “Techno – Commercial Bid” and “Price Bid” prepared by
the tenderer shall comprise the following:
8.1 Techno – Commercial Tender (Un priced Tender)
(i) Technical proposal
(ii) List of deliverables (unpriced) with make & model etc.
(iii) Documentary evidence for eligibility. Performance Statement along with
relevant copies of orders and end users’ satisfaction certificate
8
(iv) Tenderer who quotes for goods manufactured by other manufacturer shall
furnish Manufacturer’s Authorisation Form.
(v) Documents and relevant details that the goods and the allied services to be
supplied by the tenderer conform to the requirement of the TE documents.
(vi) Earnest money
(vii) Tender Form (Section-V)dually signed
(viii) Questionnaire (section –VI) (ix) Checklist (Section- VIIA and VIIB) properly filled and signed.
Above documents must be enclosed with technical bids otherwise bids may be
ignored.
8.2 Price Bid:
1. All pages of the Tender should be page numbered and indexed. 2. The authorized signatory of the tenderer must sign the tender duly stamped at
appropriate places and initial all the remaining pages of the tender.
3. The Tenderer shall indicate on the Price Schedule specifying all components of prices shown therein including the unit prices and total tender prices of the goods,
services, packing, loading, unloading, transportation, freight, insurance, sale
tax, VAT, octroi /road entry taxes and other local applicable taxes to supply
against the requirement.
4. All the columns shown in the price schedule should be filled up as required. If any column does not apply to a tenderer, same should be clarified as “NA” by the
tenderer.
5. In case all above charges not mentioned in the price bid, it will be treated as all the charges are included in price bid.
6. For imported goods if supplied directly from abroad, prices shall be quoted in any freely convertible currencies say US Dollar, Euro, GBP or Yen on FOB basis
unless specified. The supplier shall have to mention weight and volume of total
consignments with dimensions in the price bid. Tenderer shall also specify the
name of Indian agent to place the order for Indian component if required.
9. Tender currencies
9.1 The tenderer supplying indigenous goods or already imported goods shall quote only
in Indian Rupees.
9.2 For imported goods if supplied directly from abroad, prices shall be quoted in any
freely convertible currencies say US Dollar, Euro, GBP or Yen on FOB basis. As
regards price(s) for allied services, if any required with the goods, the same shall be
quoted in Indian Rupees only if such services are to be performed /undertaken in
India. Commission for Indian Agent, if any and if payable shall be indicated in the
space provided for in the price schedule and will be payable in Indian Rupees only.
9
10. Indian Agent
10.1 Quotations shall be submitted directly by OEM/OSC only .The following certificate & informations shall be furnished by tenderer in case foreign tenderer has
engaged/appointed an agent in India in connection with its tender.
(a) The complete name and address of the Indian Agent and its permanent income tax account number as allotted by the Indian Income Tax authority.
(b) Indian agent’s commission, if any (c) Company profile (d) The details of the services to be rendered by the agent for the subject requirement. (e) Details of Service outlets in India, nearest to the consignee(s), to render services
during Warranty and AMC period.
11. Firm Price/Variable price
11.1 Unless otherwise specified in the SIT, prices quoted by the tenderer shall remain firm
and fixed during the currency of the contract and not subject to variation on any
account.
11.2 However, as regards statutory levies, taxes and duties, if any, chargeable on the goods
and payable, the conditions stipulated in GIT apply.
12. Alternative Tenders
12.1 Alternative Tenders are not permitted.
12.2 However the Tenderers can quote alternate models meeting the tender specifications
of same manufacturer with single EMD.
13. Documents Establishing Tenderer’s Eligibility and Qualifications
13.1 The tenderer shall furnish, as part of its tender, relevant details and documents
establishing its eligibility to quote and its qualifications to perform the contract if its
tender is accepted.
13.2 The tenderer shall submit the Manufacturer’s authorization letter in case the tenderer
offers to supply goods, which are manufactured by some other firm, the tenderer has
been duly authorised by the goods manufacturer to quote for and supply the goods to
the purchaser.
14. Documents establishing Good’s Conformity to TE document.
14.1 The tenderer shall provide in its tender the required as well as the relevant documents
like Manufacturer’s catalogues in original, technical data, literature, drawings etc. to
establish that the goods and services offered in the tender fully conform to the goods
and services specified by the purchaser in the TE documents.
14.2 In case there is any variation and/or deviation between the goods & services
prescribed by the purchaser and that offered by the tenderer, the tenderer shall list out
10
the same in a chart form without ambiguity and provide the same along with its
tender.
15. Earnest Money Deposit (EMD)
15.1 The tenderer shall furnish along with its tender, earnest money for an amount as
shown in the tender notice. The earnest money is required to protect the purchaser
against the risk of the tenderer’s unwarranted conduct.
15.2 The tenderers who are registered on Tender opening date with Directorate General of
Supplies & Disposals or with National Small Industries Corporation, New Delhi for
the specific goods as per tender enquiry specification shall be eligible for exemption
from EMD. Vague stipulations in the Registration Certificate such as “to customers’
specification” etc. will not be acceptable for exemption from furnishing of earnest
money. In case the tenderer falls in these categories, it should furnish copy of its valid
registration details (with DGS&D or NSIC, as the case may be).
15.3 The earnest money shall be denominated in Indian Rupees or equivalent to any
freely convertible currencies say US Dollar and Euro etc. The earnest money shall
be furnished in one of the following forms:
i) Account Payee Demand Draft
ii) Fixed Deposit Receipt
iii) Bank Guarantee
15.4 The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any
scheduled commercial bank in India or country of the tenderer, in favour of the
“Assistant Meteorologist (DDO), DGM’S office”, IMD payable at New Delhi. In
case of bank guarantee, the same is to be provided from any scheduled commercial
bank in India or country of the tenderer as per the format.
15.5 The earnest money shall be valid for a period of sixty (60) days beyond the validity
period of the tender.
15.6 Unsuccessful tenderers’ earnest money will be returned to them without any interest,
after expiry of the tender validity period. Successful tenderer’s earnest money will be
returned without any interest, after receipt of performance security from the tenderer.
15.7 Earnest money of a tenderer will be forfeited, if the tenderer withdraws or amends its
tender or impairs or derogates from the tender in any respect within the period of
validity of its tender or if it comes to notice that the information/documents furnished
in its tender is incorrect, false, misleading or forged without prejudice to other rights
of the purchaser. The successful tenderer’s earnest money will be forfeited without
prejudice to other rights of Purchaser if supplier fails to furnish the required
performance security within the specified period.
15.8 In the case of Bank Guarantee furnished from banks outside India (i.e. foreign Banks),
it should be authenticated and countersigned by any scheduled commercial bank in
India by way of back-to-back counter guarantee.
11
16. Tender Validity
16.1 If not mentioned otherwise, the tenders shall remain valid for acceptance for a period
of 180 days (one hundred eighty days) after the date of tender opening prescribed in
the TE document. Any tender kept valid for a shorter period shall be treated as
unresponsive and rejected.
16.2 In exceptional cases, the tenderers may be requested by the purchaser to extend the
validity of their tenders up to a specified period. The tenderers, who agree to extend
the tender validity, are to extend the same without any change or modification of their
original tender and they are also to extend the validity period of the EMD
accordingly. A tenderer, however, may not agree to extend its tender validity without
forfeiting its EMD.
16.3 In case the day up to which the tenders are to remain valid falls on/ subsequently
declared a holiday or closed day for the purchaser, the tender validity shall
automatically be extended up to the next working day.
17. Signing and Sealing of Tender
17.1 A tenderer shall submit two copies of its tender marking them as “Original” &
“Duplicate” .Duplicate tenders may contain all pages including Technical
Literature/Catalogues as per in Original tenders.
17.2. The original and other copies of the tender shall be signed by the tenderer or by a
person(s) who has been duly authorized to bind the tenderer to the contract. The letter
of authorization shall be by a written power of attorney, which shall also be furnished
along with the tender.
17.3 The tender shall not contain any erasure or overwriting, except as necessary to correct
any error made by the tenderer and, if there is any such correction; the same shall be
initialled by the person(s) signing the tender.
17.4 The tenderer is to seal the original and each copy of the tender in separate envelopes,
duly marking the same as “Original” and “Duplicate” and writing the address of the
purchaser given below and the tender reference number i.e. Tender enquiry No.
CPU/… on the envelopes. The sentence “NOT TO BE OPENED” before __________
(The tenderer is to put the date & time of tender opening) are to be written on these
envelopes. The inner envelopes are then to be put in a bigger outer envelope, which
will also be duly sealed, marked etc. as above. If the outer envelope is not sealed and
marked properly as above, the purchaser will not assume any responsibility for its
misplacement, premature opening, late opening etc.
Envelope should be send at address:
Director (CPU)
O/o Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-11003
17.5 TE document seeks quotation following two bid system, in two parts. First part will
be known as ‘Techno - Commercial Bid’, and the second part ‘Price Bid’ .Tenderer
12
shall seal ‘Techno - Commercial Bid’ and ‘Price Bid’ separately and covers will be
suitably super scribed. Both these sealed covers shall be put in a bigger cover and
sealed.
D. SUBMISSION OF TENDERS
18. Submission of Tenders
Unless otherwise specified, the tenderers are to deposit the tenders in the tender box
kept for this purpose at a place as indicated in the Tender Document. In case of bulky
tender, which can not be put into tender box, the same shall be submitted by the
tenderer by hand to the nominated officers of the purchaser.
19. Late Tender
A tender, which is received after expiry of the specified date and time for receipt of
tenders, will be treated as “late” tender and will be ignored.
20. Alteration and Withdrawal of Tender
20.1 The tenderer, after submitting its tender, is permitted to alter / modify its tender so
long as such alterations / modifications are received duly signed, sealed and marked
like the original tender, within the deadline for submission of tenders.
20.2 No tender should be withdrawn after the deadline for submission of tender and before
expiry of the tender validity period. If a tenderer withdraws the tender during this
period, it will result in forfeiture of the earnest money furnished by the tenderer in its
tender.
E. TENDER OPENING
21. Opening of Tenders
21.1 The purchaser will open the tenders at the specified date and time and at the specified
place as indicated in the NIT.
In case the specified date of tender opening falls on / is subsequently declared a
holiday or closed day for the purchaser, the tenders will be opened at the appointed
time and place on the next working day.
21.2 Authorized representatives of the tenderers, who have submitted tenders on time may
attend the tender opening, provided they bring with them letters of authority from the
corresponding tenderers.
21.3 Two Bid system will be as follows. The Technical Bids are to be opened in the first
instance, at the prescribed time and date. These Tenders shall be scrutinized and
evaluated by the competent committee/ authority with reference to parameters
prescribed in the TE document. During the Technical Bids opening, the tender
opening official(s) will read the salient features of the tenders like delivery period,
Earnest Money Deposit and any other special features of the tenders, as deemed fit by
13
the tender opening official(s). Thereafter, in the second stage, the Price Bids of
technically qualified tenderers only shall be opened for further scrutiny and evaluation
on a date notified after evaluation of the techno commercial tender.
F. SCRUTINY AND EVALUATION OF TENDERS
21.4 Tenders will be evaluated on the basis of the terms & conditions already incorporated
in the TE document.
21.5 The Purchaser will examine the Tenders to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed stamped and
whether the Tenders are generally in order.
21.6 Prior to the detailed evaluation of Price Bids, the Purchaser will determine the
substantial responsiveness of each Tender to the TE Document. For purposes of these
clauses, a substantially responsive Tender is one, which conforms to all the terms and
conditions of the TE Documents without material deviations. Deviations from, or
objections or reservations to critical provisions such as those concerning Performance
Security, Warranty ,EMD, Taxes & Duties and Applicable law will be deemed to be a
material deviation. The Purchaser's determination of a Tender’s responsiveness is to
be based on the contents of the tender itself without recourse to extrinsic evidence.
21.7 If a Tender is not substantially responsive, it will be rejected by the Purchaser and
cannot subsequently be made responsive by the Tenderer by correction of the
nonconformity.
21.8 The tenders will be scrutinized to determine whether they are complete and meet the
essential and important requirements, conditions etc. as prescribed in the TE
document. The tenders, which do not the meet the basic requirements, are liable to be
treated as non – responsive and will be summarily ignored.
22. The following are some of the important aspects, for which a tender shall be
declared non – responsive and will be ignored;
(i) Tender form (Section-V) dually signed and stamped not enclosed
(ii) Questionnaire (Section-VI) and Checklist (Section-VIIA and Section-VIIB)
not attached. Relevant pages must be signed & stamped.
(iii) Tender is unsigned.
(iv) Tender validity is shorter than the required period
(v) Required EMD (Amount, validity etc.)/ Exemption documents have not been
provided.
(vi) Tenderer has quoted for goods manufactured by other manufacturer(s) without
the required Manufacturer’s Authorisation Form
(vii) Tenderer has not agreed to give the required performance security.
(viii) If List of Deliverables with make & model (unpriced) not attached.
14
23. Minor Informality/Irregularity/Non-Conformity
If during the preliminary examination, the purchaser find any minor informality
and/or irregularity and/or non-conformity in a tender, the purchaser may waive the
same provided it does not constitute any material deviation and financial impact and,
also, does not prejudice or affect the ranking order of the tenderers. Wherever
necessary, the purchaser will convey its observation on such ‘minor’ issues to the
tenderer asking the tenderer to respond by a specified date. If the tenderer does not
reply by the specified date or gives evasive reply without clarifying the point at issue
in clear terms, that tender will be liable to be ignored.
24. Discrepancies in Prices
24.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit
price and the total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price corrected accordingly, unless
the purchaser feels that the tenderer has inadvertently made a mistake in placing the
decimal point in the unit price, in which case the total price as quoted shall prevail
over the unit price and the unit price corrected accordingly.
24.2 If there is a discrepancy between the amount expressed in words and figures, the
amount in words shall prevail
25. Discrepancy between original and copies of Tender
In case any discrepancy is observed between the text etc. of the original copy and that
in the other copies of the same tender set, the text etc. of the original copy shall
prevail. Here also, the purchaser will convey its observation suitably to the tenderer
by register / speed post and, if the tenderer does not accept the purchaser’s
observation, that tender will be liable to be ignored.
26. Qualification Criteria
Tenders of the tenderers, who do not meet the required Qualification Criteria will be
treated as non - responsive and will not be considered further.
27. Conversion of currencies to Indian Rupees for Comparison of Tenders
In case the TE document permits the tenderers to quote their prices in different
currencies, all such quoted prices of the responsive tenderers will be converted to a
single currency viz., Indian Rupees for the purpose of equitable comparison and
evaluation, as per the BC selling rate of exchange of State Bank of India prevailing on
the date of ‘Technical Bid’ opening. Unless mentioned otherwise in RFP, the
comparison of the responsive tenders shall be carried out on total amount Paid at
consignee site basis. Price Bid opening date will be permissible only when price bids
have been called on a later date after selecting the technically qualified offers and not
simultaneously with the technical Bid or the tenderers have been requested to modify
their price bids on modifications in technical requirements.
15
28. Tenderer’s capability to perform the contract
28.1 The purchaser, through the process of tender scrutiny and tender evaluation of
Technical Bid will determine to its satisfaction whether the tenderer, whose tender has
been determined as the lowest evaluated responsive tender is eligible, qualified and
capable in all respects to perform the contract satisfactorily.
28.2 The above-mentioned determination will, interalia, take into account the tenderer’s
financial, technical and production capabilities for satisfying all the requirements of
the purchaser as incorporated in the TE document.
29. Contacting the Purchaser
29.1 From the time of submission of tender to the time of awarding the contract, if a
tenderer needs to contact the purchaser for any reason relating to this tender enquiry
and / or its tender, it should do so only in writing.
29.2 In case a tenderer attempts to influence the purchaser in the purchaser’s decision on
scrutiny, comparison & evaluation of tenders and awarding the contract, the tender of
the tenderer shall be liable for rejection in addition to appropriate administrative
actions being taken against that tenderer, as deemed fit by the purchaser.
G. AWARD OF CONTRACT
30. Purchaser’s Right to accept any tender and to reject any or all tenders
The purchaser reserves the right to accept in part or in full any tender or reject any
tender without assigning any reason or to cancel the tendering process and reject all
tenders at any time prior to award of contract, without incurring any liability,
whatsoever to the affected tenderer or tenderers.
31. Award Criteria
The contract will be awarded to the eligible responsive tender evaluated as the most
economical and suitable to the requirements of the purchaser.
The schedule of requirement is to be covered by the lowest responsive tenderer
without dividing the quantity. However purchaser may also divide or split the total
quantity required among more than one tenderer in the event that production capacity
of the eligible tenderer is not sufficient to complete the supplies within delivery
schedule specified by the purchaser. Such provision may however be subject to
condition that below offer (Eligible L-2) is willing to match the price of L-1 offer.
32. Variation of Quantities at the Time of Award/ Currency of Contract
At the time of awarding the contract, the purchaser reserves the right to increase or
decrease the quantity of goods and services mentioned in the schedule (s) in the
“Requirements” (rounded of to next whole number) without any change in the unit
price and other terms & conditions quoted by the tenderer.
16
33. Notification of Award /Issue of supply order
33.1 Before expiry of the tender validity period, the purchaser will notify the successful
tenderer(s) in writing, that its tender has been accepted also briefly indicating therein
the essential details like description, specification and quantity of the goods &
services and corresponding prices accepted. The successful tenderer must furnish to
the purchaser the required performance security within twenty-one days from the date
of dispatch of this notification.
. The name and address of the successful tenderer(s) receiving the contract(s) will be
mentioned in the web site of the purchaser.
EMD of the successful tenderer(s) awarded the contract shall stand forfeited in case
tenderer does not furnish performance security within specified limit.
SECTION – II
GENERAL CONDITIONS OF CONTRACT (GCC)
1. Application
1.1 The General Conditions of Contract incorporated in this section shall be applicable for
this purchase to the extent the same are not superseded by RFP. These Special
Conditions of RFP will modify/substitute/supplement the corresponding (GCC)
clauses. Whenever there is any conflict between the provision in the GCC and that in
the RFP, the provision contained in the RFP shall prevail and have an over -riding
effect.
2. Patent Rights
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. In the event of any such claim in respect of alleged breach of
patent, registered designs, trade marks etc. being made against the purchaser, the
purchaser shall notify the supplier of the same and the supplier shall, at his own
expenses take care of the same for settlement without any liability to the purchaser.
3. Country of Origin
3.1 All goods and services to be supplied and provided for the contract shall have the
origin in India or in the countries with which the Government of India has trade
relations.
3.2 The word “origin” incorporated in this clause means the place from where the goods
are mined, cultivated, grown, manufactured, produced or processed or from where the
services are arranged.
3.3 The country of origin may be specified in the Price Schedule
17
4. Performance Security
4.1 Within twenty one (21) days from date of the issue of notification of award by the
purchaser, the supplier, shall furnish performance security to the purchaser for an
amount equal to ten percent (10%) of the total value of the contract, valid up to sixty
(60) days after the date of completion of all contractual obligations by the supplier,
including the warranty obligations.
4.2 The Performance security shall be denominated in Indian Rupees or in the currency of
the contract as detailed below:
It shall be in any one of the forms namely Account Payee Demand Draft or Fixed
Deposit Receipt drawn from any Scheduled bank in India or Bank Guarantee issued
by a Scheduled bank in India, in the prescribed form in favour of the purchaser. The
validity of the Fixed Deposit receipt or Bank Guarantee will be for a period up to 2
months beyond Warranty Period.
4.3 In the event of any amendment issued to the contract, the supplier shall, within
twenty-one (21) days of issue of the amendment, furnish the corresponding
amendment to the Performance Security (as necessary), rendering the same valid in
all respects in terms of the contract, as amended.
4.4 the purchaser will release the Performance Security without any interest to the
supplier on completion of the supplier’s all contractual obligations including the
warranty obligations & after receipt of bank guarantee for AMC security (if
applicable) .
5. Technical Specifications and Standards
The Goods & Services to be provided by the supplier under this contract shall
conform to the technical specifications and quality control etc. specified in RFP.
6. Packing and Marking
6.1 The packing for the goods to be provided by the supplier should be strong and durable
enough to withstand, without limitation, the entire journey during transit including
transhipment (if any), rough handling, open storage etc. without any damage,
deterioration etc.
6.2 The quality of packing, the manner of marking within & outside the packages and
provision of accompanying documentation shall strictly comply with the list of
requirements/deliverables. Unless otherwise mentioned in the RFP section the
supplier shall make separate packages for each consignee (in case there is more than
one consignee mentioned in the contract).
7. Inspection, Testing and Quality Control
7.1 The purchaser and/or its nominated representative(s) will, without any extra cost to
the purchaser, inspect and/or test the ordered goods and the related services to confirm
their conformity to the contract specifications and other details incorporated in the
contract.
18
7.2 If inspections and tests are conducted in the premises of the supplier or its
subcontractor(s), all reasonable facilities and assistance, including access to relevant
drawings, design details and production data, shall be furnished by the supplier to the
purchaser’s inspector at no charge to the purchaser.
7.3 The supplier shall either replace the rejected goods or make all alterations necessary
to meet the specifications and standards, as required, free of cost to the purchaser and
resubmit the same to the purchaser’s inspector for conducting the inspections and tests
again.
7.4 In case the contract stipulates pre-despatch inspection of the ordered goods at
supplier’s premises, the supplier shall put up the goods for such inspection to the
purchaser’s inspector well ahead of the contractual delivery period, so that the
purchaser’s inspector is able to complete the inspection within the contractual
delivery period.
7.5 The purchaser’s/consignee’s contractual right to inspect, test and, if necessary, reject
the goods after the goods’ arrival at the final destination shall have no bearing of the
fact that the goods have previously been inspected and cleared by purchaser’s
inspector during pre-despatch inspection mentioned above.
7.6 Goods accepted by the purchaser/consignee and/or its inspector at initial inspection
and in final inspection in terms of the contract shall in no way dilute
purchaser’s/consignee’s right to reject the same later, if found deficient in terms of the
warranty clause of the contract.
7.7 Purchaser will not undertake any Pre dispatch inspection ,unless mentioned, for
imported stores in the suppliers country of origin and equipment will be sent to the
supplier on the basis of supplier own inspection at the premises and guarantee and
warranty. The equipment will be accepted subject to final inspection and test on
commissioning and before handing over the equipment to consignee.
8. Terms of Delivery
Goods shall be delivered by the supplier in accordance with the terms of delivery
specified in the contract (RFP).
9. Transportation of Goods
9.1 Imported Goods: In view of delicate nature of goods/equipments, the goods are to be
transported BY AIR through the national carrier i.e. Air India wherever available.
9.2 Instructions for transportation of domestic goods already imported by the supplier
under its own arrangement. Free delivery to consignee’s site by Road/Rail duly
insured or as desired in RFP. The date of delivery will be the date of receipt of goods
& acceptance by the consignee. In case no instruction is provided in this regard in the
RFP, the supplier will arrange transportation of the ordered goods as per its own
procedure.
19
9.3 In the case of overseas contract on DDP basis, the goods after taken delivery from the
port of discharge should be delivered to the consignee by road. The date of delivery
will be the date of receipt of goods and acceptance by the consignee.
9.4 The supplier shall be responsible for the safe delivery of goods at the destination.
10. Insurance:
Unless otherwise instructed in the RFP, the supplier shall make arrangements for
insuring the domestic/indigenous goods against loss or damage incidental to
manufacture or acquisition, transportation, storage and delivery.
Where delivery of imported goods is required by the purchaser on CIF/CIP basis, the
supplier shall arrange and pay for marine /air insurance, making the purchaser as the
beneficiary. Where delivery is on FOB/FAS basis, marine /air insurance shall be the
responsibility of the purchaser.
11. Spare parts
11.1 If specified in the RFP requirements and in the resultant contract, the supplier shall
supply/provide any or all of the following materials, information etc. pertaining to
spare parts manufactured and/or supplied by the supplier:
(i) The supplier shall ensure supply of spares/service support for a period of at
least 10 years
(ii) The supplier shall quote the price of all spares in price bid in separate
envelope marked as ‘Optional Item’ with mentioned of cost variations if any
on yearly basis till ten years.
(iii) The spare parts as selected by the purchaser to be purchased from the
supplier, subject to the condition that such purchase of the spare parts shall not
relieve the supplier of any contractual obligation including warranty
obligations; and
(a) In case the production of the spare parts is discontinued:
(i) Sufficient advance notice to the purchaser before such discontinuation
to provide adequate time to the purchaser to purchase the required
spare parts etc., and
(ii) Immediately following such discontinuation, providing the purchaser,
free of cost, the designs, drawings, layouts and specifications of the
spare parts, as and if requested by the purchaser.
12. Incidental services
12.1 The supplier shall be required to perform the (i)Installation & commissioning,
Supervision and Demonstration of the goods (ii) Providing required jigs and tools for
assembly, minor civil works required for the completion of the installation
(iii)Training of Consignee’s Scientists, officials, Staff, operators etc. for operating and
20
maintaining the goods ( iv) Supplying required number of operation & maintenance
manual for the goods.
13. Distribution of Dispatch Documents for Clearance/Receipt of Goods
The supplier shall send all the relevant despatch documents well in time to the
purchaser to enable the purchaser clear or receive (as the case may be) the goods in
terms of the contract.
A) For Domestic Goods, including goods already imported by the supplier under
its own arrangement
Within 24 hours of despatch, the supplier shall notify the purchaser and consignee, the
complete details of despatch through fax/email and also send the originals/copies of
the following documents to them by registered post / speed post (or as instructed in
the contract):
(i) copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;
(ii) copies of packing list identifying contents of each package;
(iii) Inspection certificate issued by the nominated Inspection agency, if any.
(iv) Certificate of country of origin;
(v) Insurance Certificate; &
(vi) Manufacturers/Supplier’s warranty certificate & In-house inspection
certificate.
B) For goods imported from abroad
Within 24 hours of despatch, the supplier shall notify the purchaser, consignee, and
others concerned (bank), the complete details of despatch through fax/email and also
send the originals/copies of the following documents to them by registered post /
speed post (or as instructed in the contract):
(i) copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;
(ii) Original copies of on-board bill of Lading/Airway bill, marked freight pre
paid
(iii) Copies of packing list identifying contents of each package as per supply
order
(iv) Insurance Certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated inspection agency, if
applicable as per contract;
(vii) Manufacturer’s own factory inspection report;
(viii) Certificate of country of origin; (ix) Port of Loading;
(x) Port of Discharge and
(xi) Expected date of arrival.
21
14. Warranty
14.1 The supplier warrants that the goods supplied under the contract are new, unused and
incorporate all recent improvements in design and materials. The supplier further
warrants that the goods supplied under the contract shall have no defect arising from
design, materials (except when the design adopted and / or the material used are as
per the purchaser’s specifications) or workmanship or from any act or omission of the
supplier, that may develop under normal use of the supplied goods under the
conditions prevailing in India.
14.2 This warranty shall remain valid (1) for twenty four months from the date of
acceptance of goods or thirty months from date of delivery of goods/stores whichever is
earlier where installation & commissioning has to be done by tenderer and (2) for twelve
months from date of delivery where no installation and commissioning is required by
tenderer.
14.3 The supplier shall, within 48 hours of receipt of information from user on a 24(hrs) X
7 (days) X 365 (days) basis, attend the unserviceablity including replacement of the
defective goods or parts thereof, free of cost, at the ultimate destination. The supplier
shall take over the replaced parts/goods after providing their replacements and no claim,
whatsoever shall lie on the purchaser for such replaced parts/goods thereafter.
15. Annual Maintenance Contract:
The Purchaser/Consignee reserves the rights to enter into Annual Comprehensive
Maintenance Contract between Consignee and the Supplier after the completion of
warranty period. Maintenance contract may be entered into either with the
manufacturer/supplier/authorised service agent of OEM which will be decided by the
consignee. If the maintenance contract is required with the supplier of the goods, the
cost component towards AMC are to mentioned and added in bid by tenderers for its
evaluation on overall basis to decide the ranking of tender.
Generally, payment for maintenance contract is made on half-yearly basis. The
contractor shall submit the performance security at 5% of the value of AMC amount
.AMC covering longer period (say, more than one year) the quoted prices pertaining
to the maintenance in future years are to be discounted to the next present value.
16. Modification of contract
If necessary, the purchaser may, by a written order given to the supplier at any time
during the currency of the contract, amend the contract by making alterations and
modifications within the general scope of contract. If the supplier doesn’t agree to the
adjustment made by the purchaser, the supplier shall convey its views to the purchaser
within fifteen (15) days from the date of the supplier’s receipt of the purchaser’s
amendment / modification of the contract.
17. Prices
Prices to be charged by the supplier for supply of goods and provision of services in
terms of the contract shall not vary from the corresponding prices quoted by the
22
supplier in its tender and incorporated in the contract except for any price adjustment
authorised in the RFP.
18. Taxes and Duties
Supplier shall be entirely responsible for all duties, fees, levies, octroi, road entry tax
and local levies etc. incurred until delivery of the contracted goods to the purchaser
sites. Suppliers should obtain exemption certificate from purchaser to avoid such
Levis & duties. In case not agreed by local administrations, supplier shall make the
payment and forward the receipt of the same for reimbursement.
.
19. Terms and Mode of Payment
19.1 Payment Terms
Payment shall be made subject to recoveries, if any, by way of liquidated damages
/penalty clause or any other charges as per terms & conditions of contract if not
specified else where in the document.
Payment for Goods:
Payment for imported goods shall be made in the foreign currency / and payment
for Indian component in Indian rupees as specified in the contract in the following
manner :
(A) Foreign Components:
1. On Shipment:
Seventy (70) %, against despatch of ordered goods as per S.O, shall be paid
through irrevocable, non-transferable Letter of Credit (LC) opened in favour of
the supplier and upon submission of documents specified hereunder:
(i) supplier’s commercial invoice showing contract number, goods
description, quantity, unit price and total amount;
(ii) Original on-board Bill of Lading/Air way billing
(iii) Copies of packing list identifying contents of each package;
(iv) Manufacturer’s/Supplier’s warranty certificate;
(v) Inspection certificate issued by the nominated inspection agency, if
applicable as per contract;
(vi) Manufacturer’s own factory inspection report;
(vii) Certificate of origin
(viii) Insurance certificate; (ix) Port of Loading;
(x) Port of Discharge;
(xi) Expected date of arrival
2. On Installation, commissioning and final acceptance: Balance payment of
Thirty (30) % after successful installation, commissioning and final
acceptance of hardware, software etc. by consignee.
23
(B) Indian Components:
100% payment for Indian component shall be made after receipt of goods
and successful acceptance from the consignee.
(C) Payment for Annual Maintenance Contract Charges: As per RFP, The
consignee will enter into AMC if required for selective items with the supplier at the
rates as stipulated in the contract after warranty period .The payment of AMC will be
made on six monthly bases after satisfactory completion of said period, duly certified
by the consignee.
19.2 Where there is a statutory requirement for tax deduction at source, such deduction
towards income tax and other tax as applicable will be made from the bills payable to
the Supplier at rates as notified from time to time.
19.3 The payment shall be made in the currency / currencies authorised in the contract.
19.4 The supplier shall send its claim for payment in writing, when contractually due,
along with relevant documents etc., duly signed with date, to respective consignees.
20. Penalty clause / Liquidated damages
20.1 The supplier shall deliver the goods and perform the services under the contract
within the time schedule specified by the purchaser in the RFP Requirements and as
incorporated in the contract.
20.2 The purchaser shall, without prejudice to other rights and remedies available to the
purchaser under the contract, deduct from the contract price a sum equivalent to 0.5%
(half percent) per week of delay or part thereof on delayed supply of goods and/or
services until actual delivery or performance subject to a maximum of 10% of the
contract price. Once the maximum is reached purchaser may also consider followings:
(i) Imposition of liquidated damages,
(ii) Forfeiture of its performance security and
(iii) Termination of the contract for default.
20.3 The supplier shall not dispatch the goods after expiry of the delivery period. The
supplier is required to apply to the purchaser for extension of delivery period and
obtain the same before despatch. In case the supplier dispatches the goods without
obtaining an extension, it would be doing so at its own risk and no claim for payment
for such supply and / or any other expense related to such supply shall lie against the
purchaser.
21. Termination of contract
21.1 The purchaser, without prejudice to any other contractual rights and remedies
available to it (the purchaser), may, by written prior notice of one month of default
sent to the supplier, terminate the contract in whole or in part, if the supplier fails to
deliver any or all of the goods or fails to perform any other contractual obligation(s)
within the time period specified in the contract, or within any extension thereof
granted by the purchaser. In the event of the purchaser terminates the contract in
24
whole or in part, the purchaser may procure goods and/or services similar to those
cancelled, with such terms and conditions and in such manner as it deems fit and the
supplier shall be liable to the purchaser for the extra expenditure, if any, incurred by
the purchaser for arranging such procurement.
21.2 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the
right to terminate the contract at any time, by serving written notice to the supplier
without any compensation, whatsoever, to the supplier, subject to further condition
that such termination will not prejudice or affect the rights and remedies which have
accrued and / or will accrue thereafter to the purchaser.
22. Governing language
The contract, correspondence and other documents pertaining to the contract shall be
in English.
23. Arbitration clause
23.1 If dispute or difference of any kind shall arise between the purchaser and the supplier
in connection with or relating to the extension of contract, the parties shall make
every effort to resolve the same amicably by mutual consultations.
23.2 If the parties fail to resolve their dispute or difference by such mutual consultation
within twenty-one days of its occurrence, then, unless otherwise provided in the RFP,
either the purchaser or the supplier may give notice to the other party of its intention
to commence arbitration, as hereinafter provided the applicable arbitration procedure
will be as per Indian Arbitration and Conciliation Act, 1996. In the case of a dispute
or difference arising between the Purchaser/ Consignee and all suppliers relating to
any matter arising out of or connected with the contract, such dispute or difference
shall be referred to the sole arbitration of an officer, appointed to be the arbitrator by
the Director General of Meteorology. The award of the arbitrator shall be final and
binding on the parties to the contract.
23.3 Venue of Arbitration: The venue of arbitration shall be the place from where the
contract has been issued, i.e., New Delhi.
The contract shall be interpreted in accordance with the laws of India.
25
Section – III Quality Control Requirements
(Proforma for equipment and quality control employed by the manufacturer(s)
Tender Reference No.
Date of opening
Time
Name and address of the Tenderer:
Tenderer shall submit following details relating to the manufacturer(s) for the
goods quoted with complete profile of the company including following:
01 Name of the manufacturer
a. full postal address
b. full address of the premises
f. telephone no./fax number/mobile no./email id
02 Stores, Plant , equipments, instruments and machinery details including
literatures etc.
Signature and seal of the Tenderer
26
Section – IV Qualification Criteria
1. The Tenderer must be Original Equipment Manufacturer / Original Software Company. The tender qouted by agent,representative and consortium of firms not acceptable.
2. The Tenderer shall furnish a brief write-up, packed with adequate data explaining and establishing his available capacity/capability (both technical and financial) unless or
otherwise mentioned in RFP, to perform the Contract (if awarded) within the stipulated
time period, after meeting all its current/present commitments. The Tenderer shall also
furnish details of Equipment and Quality Control . The Purchaser reserves the right to
assess the Tenderer’s capability and capacity to perform the contract satisfactorily before
deciding on award of Contract.
3. Necessay documents ,in support of (i) Manufacturer (ii) technical and financial capabilities, must be attached.
4. Past performance/experinces for similar type of project executed during last three years for amount of Rs. 15 Crores in below given proforma must be attached.
PROFORMA ‘A’
PROFORMA FOR PERFORMANCE STATEMENT (For the period of last three years)
Tender Reference No. : _________________________________
Date of opening : _________________________________
Time : _________________________________
Name and address of the Tenderer : _________________________________
Name and address of the manufacturer : _________________________________
Date of
completion of
Contract
Order
placed by
(full
address of
Purchaser)
Order
number
and date
Description
and quantity
of ordered
goods and
services
Value
of
order
(Rs.) As per
contract
Actual
Remarks
indicating
reasons for
delay if
any
Have the
goods been
functioning
Satisfactorily
(attach
documentary
proof)**
1 2 3 4 5 6 7 8
Signature and seal of the Tenderer
27
Section – V TENDER FORM
Date__________
To
The Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-110003
Ref: Your TE document No. CPU/_________ dated ___________
I/We, the undersigned have examined the above mentioned TE document, including
amendment/corrigendum No. __________, dated ________ (if any), the receipt of which is
hereby confirmed. We now offer to supply and deliver___________ (Description of goods
and services) in conformity with your above referred document.
If our tender is accepted, we undertake to supply the goods and perform the services
(Installation & commissioning etc.) as mentioned in tender document with the delivery
schedule specified in the RFP requirements.
I/We further confirm that, if our tender is accepted, we shall provide you with a performance
security of required amount in an acceptable form for due performance of the contract.
I/We agree to keep our tender valid for acceptance as required in tender document or for
subsequently extended period, if any, agreed to by us. I/We also accordingly confirm to abide
by this tender up to the aforesaid period and this tender may be accepted any time before the
expiry of the aforesaid period. I/We further confirm that, until a formal contract is executed,
this tender read with your written acceptance thereof within the aforesaid period shall
constitute a binding contract between us.
I/We further understand that you are not bound to accept the lowest or any tender you may
receive against your above-referred tender enquiry.
We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities.
I/We confirm that we fully agree to the terms and conditions specified in above mentioned
TE document, including amendment/ corrigendum if any.
_______________________
(Signature with date)
________________________
(Name and designation)
Duly authorised to sign tender for and on behalf of tenderer
28
SECTION – VI QUESTIONNAIRE
.
Fill up the Section VII– Checklists on both General and Technical points for the
Compliance by Tenderers and enclose
1. The tenderer should furnish specific answers to all the questions/issues mentioned in
the Checklist. In case a question/issue does not apply to a tenderer, the same should
be answered with the remark “not applicable”
2. Wherever necessary and applicable, the tenderer shall enclose certified copy as
documentary proof/ evidence to substantiate the corresponding statement.
3. In case a tenderer furnishes a wrong or evasive answer against any of the
question/issues mentioned in the Checklist, its tender will be liable to be ignored.
Questionnaire and checklists are filled up and enclosed.
Signature
(Name & Designation)
(Seal of firm/company)
29
SECTION – VIIA
CHECKLIST (General)
Name of Tenderer:
Name of Manufacturer:
S. No. Activity Compliance
Yes/ No/ NA
Page No. in
the TE
document
Remarks
1. a. Have you enclosed EMD of required amount
for the quoted schedules?
b. In case EMD is furnished in the form of
Bank Guarantee, has it been furnished as per
enclosed proforma
c. In case Bank Guarantee is furnished, have
you kept its validity of 240 days from
Tender Opening date
2. a. Have you enclosed duly filled and signed
Tender Form?
b. Have you enclosed questionnaire and
checklist?
3. Are you a SSI unit, if yes have you enclosed
certificate of registration issued by
Directorate of Industries/NSIC
4. a. Have you enclosed clause-by-clause
technical compliance statement for the
quoted goods vis-à-vis the Technical
specifications?
b. In case of Technical deviations in the
compliance statement, have you identified
and marked the deviations?
5. a. Have you submitted satisfactory
performance certificate/statement as per the
Proforma under section Qualification
Criteria of TE document in respect of all
orders?
b. Have you submitted copy of the order(s) and
end user certificate?
30
S. No. Activity Compliance
Yes/ No/ NA
Page No. in
the TE
document
Remarks
6. Have you submitted manufacturer’s
authorization as per proforma
7. Have you submitted prices of goods, turnkey
(if any), AMC etc. in the Price Schedule as
per proforma
8. Have you kept validity of tender for
acceptance by the purchaser as per the TE
document?
9. a. In case of Indian Tenderer, have you
furnished Permanent Account No. as allotted
by the Income Tax Department of
Government of India?
b. In case of Foreign Tenderer, have you
furnished Permanent Account No. of your
Indian Agent as allotted by the Income Tax
Department of Government of India?
10. Have you intimated the name and full
address of your Banker (s) along with your
Account Number
11. Have you fully accepted payment terms as
per TE document?
12. Have you submitted the certificate of
incorporation?
13. Have you accepted the warranty as per TE
document?
14. Have you accepted terms and conditions of
TE document?
15. Have you furnished documents establishing
your eligibility & qualification criteria as per
TE documents?
16 Have you furnished Annual Report (Balance
Sheet and Profit & Loss Account) for last
three years prior to the date of Tender
opening?
31
S. No. Activity Compliance
Yes/ No/ NA
Page No. in
the TE
document
Remarks
17 The quoted prices should be bidders best
lowest rates supported with “Original
proforma Invoices” from the foreign
Manufacturer.
_________________________
(Signature with date)
_________________________
_________________________
(Full name, designation & address of the person duly authorised sign on behalf
of the Tenderer)
For and on behalf of
_________________________
_________________________
(Name, address and stamp of the tendering firm)
32
SECTION – VIIB
CHECKLIST (Technical compliance)
1. Compliance statement shall be submitted in accordance with RFP.
2. Compliance table, for any specific Parameter/Characteristic of instruments / equipments
required as per RFP, should be submitted in following format.
Sl. Parameter/Characteristic Specification Compliance
YES/NO/NIL
Deviation
if any
Page no. in TE
Document
Remark
1
2
3
4
5
6
7
N.B.
1. All pages of the Tender should be page numbered and indexed. 2. The Tenderer may go through the checklist and ensure that all the
documents/confirmations listed above are enclosed in the tender and no column is
left blank. If any column is not applicable, it may be filled up as NA.
3. If there is no deviation from the laid down specification, this should be indicated as ‘NIL’ which automatically implies that there is total compliance to the laid down
specification. The relevant position of literature/leaflets supplied with bid should be
also highlighted in compliance to the laid down specification.
4. It is the responsibility of tenderer to go through the TE document to ensure furnishing all required documents in addition to above, if any.
_________________________
(Signature with date)
_________________________
_________________________
(Full name, designation & address of the person duly authorised to sign on behalf of
the Tenderer)
For and on behalf of
_________________________
_________________________
(Name, address and stamp of the tendering firm)
33
SECTION – VIII PRICE SCHEDULE (format)
Unit price S.N
(1)
Item/Store
(2)
Country
of origin
(3)
Quantity
(4) Base price
(5)
Applicable
taxes &
duties
(6)
Total
unit
price
(7) i:e
(5+6)
Total price
(8) i:e
(4x7)
Total Tender price:
In words:
Note:
1. Price shall be quoted by OEM/OSC only. 2. Charges for (if applicable) like Transportation, Freight charges, Insurance,
Installation, Commissioning and Training mentioned as separate items in
schedule. In case not mentioned, it is treated as price quoted is inclusive of
all.
3. Commission of Indian representative/agent should be mentioned as separate item.
4. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
5. All applicable taxes must be mentioned as separate items. In case not mentioned, it is treated as price quoted are inclusive of all taxes.
6. The charges for AMC after warranty (if applicable) shall be quoted as separate item.
7. Price schedule for optional items should be attached separately and not to be mentioned in main price bid.
Signature of Tenderer________________________
Name________________________
Business Address________________________
Seal of the Tenderer________________________
Place: ___________________________
Date: ____________________________
34
SECTION – IX
BANK GUARANTEE FORM FOR EMD (Format only)
Whereas ______________________________ (hereinafter called the “Tenderer”) has
submitted its quotation dated _________________ for the supply of
___________________________________ (hereinafter called the “tender”) against the
purchaser’s tender enquiry No. __________________________________ Know all persons
by these presents that we ____________________________________ of
___________________________________ (Hereinafter called the “Bank”) having our
registered office at ________________________________ are bound unto
____________________________ (hereinafter called the “Purchaser) in the sum of
_________________________ for which payment will and truly to be made to the said
Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this _____________________ day of _______ 20____. The
conditions of this obligation are:
(1) If the Tenderer withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of this tender.
(2) If the Tenderer having been notified of the acceptance of his tender by the
Purchaser during the period of its validity:-
a) fails or refuses to furnish the performance security for the due performance
of the contract.
or
b) fails or refuses to accept/execute the contract.
or
c) if it comes to notice that the information/documents furnished in its tender
is incorrect, false, misleading or forged
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of
one or both the two conditions, specifying the occurred condition(s).
This guarantee will remain in force for a period of forty-five days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above
date.
_________________________
(Signature of the authorised officer of the Bank)
_______________________________________________
_______________________________________________
Name and designation of the officer
_______________________________________________
Seal, name & address of the Bank and address of the Branch
35
SECTION – X
MANUFACTURER’S AUTHORISATION FORM
To,
The Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-110003
Dear Sirs,
Ref. Your TE document No ____________, dated _____________
We, ___________________________________ who are proven and reputable manufacturers
of___________________________(name and description of the goods offered in the tender)
having factories at_______________________________, hereby authorise
Messrs______________________________(name and address of the agent) to submit a tender,
process the same further and enter into a contract with you against your requirement as
contained in the above referred TE documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs.
__________________________ (name and address of the above agent) is authorised to submit
a tender, process the same further and enter into a contract with you against your requirement as
contained in the above referred TE documents for the above goods manufactured by us.
We also hereby extend our full warranty, AMC as Contract, read with modification, if any, in
the Special Conditions of Contract for the goods and services offered for supply by the above
firm against this TE document.
Yours faithfully,
___________________________
___________________________
[Signature with date, name and designation]
for and on behalf of Messrs___________________________
[Name & address of the manufacturers]
Note: 1.This letter of authorisation should be on the letter head of the manufacturing firm and
should be signed by a person competent and having legal binding to the manufacturer.
36
SECTION – XI
BANK GUARANTEE MODEL FORM FOR PERFORMANCE SECURITY
(format only) To
Director General of Meteorology,
India Meteorological Department,
Lodi Road, New Delhi-110003
WHEREAS _____________________________ (Name and address of the supplier)
(Hereinafter called “the supplier”) has undertaken, in pursuance of contract
no________________________ dated _____________ to supply (description of goods and
services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall
furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the
sum specified therein as security for compliance with its obligations in accordance with the
contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf
of the supplier, up to a total of. ________________________ (Amount of the guarantee in
words and figures), and we undertake to pay you, upon your first written demand declaring the
supplier to be in default under the contract and without cavil or argument, any sum or sums
within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract
to be performed there under or of any of the contract documents which may be made between
you and the supplier shall in any way release us from any liability under this guarantee and we
hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to and including the ______ day of ___________, 20___
…………………………….
(Signature with date of the authorised officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
37
Section XII
Inspection Authority and Inspection Officer
1. Inspection Authority – Director General of Meteorology.
2. Inspection Officer – Representative of Inspection Authority
3. Place of Inspection – At the place decided by Inspection Authority/Consignee or tenderer
4. Test Details – The goods shall be tested for its conformity to the accepted specifications
and services specified in the contract and to prove its guarantied performance.
SECTION-XIII
Request for proposal
Any Special instructions as per RFP will apply for this purchase. These special instructions
will modify/substitute/supplement the corresponding General Instructions to Tenderers
(GIT). In case of any conflict between the provision in the GIT and that in the RFP, the
provision contained in the RFP shall prevail
The conditions (like delivery schedule, mode of delivery & sites of delivery etc.) mentioned
in RFP will apply for this purchase.. These Special Conditions /conditioned mentioned in
RFP will modify/substitute/supplement the corresponding (GCC) clauses. Whenever there is
any conflict between the provision in the GCC and that in the RFP regarding technical
aspects, the provision contained in the RFP shall prevail.
List of Requirements/deliverables as per Technical Specifications as follows:
38
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONNSS FFOORR
AAVVIIAATTIIOONN WWEEAATTHHEERR OOBBSSEERRVVIINNGG
SSYYSSTTEEMM ((AAWWOOSS))
Special Instruction to Tenderers
1) The bidder must be Original Equipment Manufacturer (OEM) for all the sensors used in the system and/ or OEM of application software for total system integration and should be responsible for full compliance of the supply order as per RFP document like maintenance, servicing and supply of spares etc.
2) All the queries (technical/Commercial) pertaining to TE document will be answered in pre-bid only.
3) The authorization certificate for back up and life cycle support from the original manufacturer is required to be produced, for the main systems like Transmissometers, Ceilometers, and Data logger in order to prove their support to the system integrators. Otherwise the bids will not be considered.
4) For the reason of Aviation safety, the system should be proven. The bidder should provide a list of clientele in different parts of the world with, where his installed AWOS are working at operational level for minimum ten airports. Customer satisfaction reports from minimum 3 users for past three years should be provided. Non compliance of this will lead to outright rejection of bid.
5) The manufacturer should provide CIMO/WMO/ICAO reports for the systems/sensors, if any, which are internationally compared, along with the technical bid.
6) In case the prime bidder is a foreign company, its Indian partner should be registered in India with Service Tax Authorities and operating for the last three years. (Copy of certificate of registration should be submitted along with technical bid). More than one Indian partner is not allowed. The partnership agreement should be submitted in original along with technical bids. Prime bidder(OEM/OSC of the complete system) shall submit a certificate alongwith tender to the effect that OEM itself and OEM of other product manufactured by them provide full support and backup for completion of the project in all respect
7) Delivery schedule: (a) Delivery of First Five (5) systems within three months and
remaining thirty seven (37) systems within seven months from the date of establishment of LC.
(b) Place of Delivery: List of airport is enclosed in Annex-I.
39
8) Installation and commissioning: Installation and commissioning each airport should be completed within One month after receipt of systems at respective airports.
9) IMD reserves the right to change the number or location of airports at any stage of procurement and no additional local transport charges in respect of change of location shall be paid. Payment on account of local transport charges, insurance and other local Levis shall be paid in Indian rupees only.
10) Tenderer shall have to mention the make, mode and detailed specification of the individual items in Technical Bids & Price Bid.
11) Commercial invoices of complete stores for First Five & Remaining Thirty Seven (37) have to submit separately. No intermixing of stores of two lots is allowed and commercial bids submitted shall be summarily rejected.
12) Custom clearance shall be done by IMD.
13) Price bid should have mention of Foreign as well as Indian component separately. Price bids should have unit price, total price, applicable taxes and grand total of total stores for Foreign as well as Indian component separately.
14) It is mandatory for all the bidders to install one complete system at any IMD selected location for two week field trials at No Cost No Commitment basis including custom, freight, transport charges etc. for this field trial all the charges shall be borne by the bidder. The tenderers have to install the systems within three weeks from the date of opening of tenders.
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONNSS FFOORR
AAVVIIAATTIIOONN WWEEAATTHHEERR OOBBSSEERRVVIINNGG SSYYSSTTEEMM ((AAWWOOSS))
1. INTRODUCTION
Meteorological offices at the airports provide information required for operational planning, flight operations for safe landing and take-off to various agencies at the airports. The information provided includes current weather observations and forecasts. These products available at airport meteorological offices, are displayed at various ATC locations, and disseminated to national and international aeronautical users including remote airport Met. Offices, air-traffic services (ATS) units, search and rescue (SAR) units, airline flight planning centre and to the pilots.
2. SCOPE
2.1 Fully automatic state-of-the-art integrated aviation weather observing systems are planned for different categories of airports in India. In the present proposal the 42 airports are planned for modernization. The list of airports Is given in Annex-I. However, IMD reserves the right to change the number or
40
location of airports at any stage of procurement and no additional local transport charges in respect of change of location shall be paid. Payment on account of local transport charges, insurance and other local levis shall be paid in Indian rupees only.
2.2 The following should be broadly considered while implementing the complete project as an integrated system with complete installation and commissioning of Digital Current Weather Instrument System (DCWIS). Transmissometers and Ceilometers as a turn key solution for each airport.
i) Civil works required for the installation of DCWIS mast, Transmissometers, and Ceilometers, earth pits, obstruction light etc.
ii) IMD will provide signal and power cable up to the Met-Park. Firm should provide weather proof Power distribution panel with safety devices in order to withstand harsh field power fluctuations for the safety of the main instruments, inside the Met Park. Firm should also provide weather proof signal junction boxes for termination and distribution of signal cable inside the Met-Park. Provision should also be made by the firm for distribution of signal and power cables from the distribution boxes, up to the individual sensor sites of installation with one spare weather proof distribution box. One 5KVA on-line industrial grade UPS with 1 hour battery backup with full load should be provided at each site of the airport with weatherproof enclosure.
iii) Indoor cabling and Electrical works in MBR and ATC units required for interfacing and integrating all the units.
iv) Procurement of Transmissometers, Ceilometers, Digital Current Weather Instruments Systems (DCWIS), and data processing system.
v) Simultaneous dissemination of data from the field to the MBR/ Control tower through landline cables and wireless communication through wi- fi connectivity. There should not be any data loss due to failure of land line or wi- fi communication.
vi) Display of data to different locations/agencies in the airport by providing suitable display units in different ATC locations. The system should generate automatically coded messages like METAR/SPECI in ICAO format and disseminate these messages to different locations through interfacing with Aeronautical Fixed Telecommunication Network (AFTN) / MHS etc.
vii) Procurement of necessary calibration equipments for Transmissometers.
viii) Loading and unloading, and transportation of the equipments to different airports are also included in the turn key solution. If it is not quoted as separate item in price bid, it shall be assumed that price bid is inclusive of these items.
ix) Installation, commissioning of the system and training of the personnel in factory and at the airports.
41
x) It is mandatory for all the bidders to install one complete system at any IMD selected location for two week field trials at No Cost No Commitment basis including custom, freight, transport charges etc. for this field trial all the charges shall be borne by the bidder.
xi) The system should have provision for the web based technology for monitoring the working status of each airport system from the central server system of IMD located at Delhi and Pune offices.
3. SYSTEM OVERVIEW
Integrated Aviation Weather Observing System (IAWOS) shall conform to the relevant paras of following ICAO and WMO documents:
ICAO Annex 3 and Annex 10
ICAO Doc. 8896 & 9328
CIMO Guide – 8th Edition
WMO No. 306
ISO-9001 (Quality System) for equipment manufacture
The system comprises of a set of field sensors, communication equipment and central data processing unit and display devices. Field sensors are located at sites representing the prevailing meteorological conditions at the airport as per accuracy requirements given in ICAO Annex-3.
The field equipment should have wireless and landline communication with redundancy, such as,
a) Transmission of data from runway met park to MBR/ATC using underground copper cable and line modem up to a distance of maximum 10 km. (Signal cabling from Met-park up to MBR will be done by IMD)
b) Communication of data from runway met park to MBR and ATC using Wi-Fi broadband connectivity using TCP/IP network up to a maximum aerial distance of 5Km.
The Indoor equipment should also have a hot standby central data processing unit, Work stations, Digital slave displays, and AFTN /MHS interface.
A central data processing unit (CDPU) located in MBR collects data from the sensors, processes it, and generates meteorological reports and carries out continuous diagnostics of the incoming data and the entire system itself. The system should have data validation and quality check support.
The meteorological observer at control tower will have an access to the system via a workstation for entering manual observations, such as cloud amount, cloud type, general visibility etc. and verification of the automatically generated data for the report (METAR/SPECI). A Forecaster workstation also
42
should be provided in the met briefing office , through which the forecaster can input TREND information for METAR and SPECI reports. The forecaster’s workstation should communicate with the observer’s workstation and central data processing unit over a Local Area Network (LAN). The final METAR/SPECI is to be disseminated generally on command by the Forecaster. However, the system should disseminate the METAR/SPECI automatically as and when required.
The forecaster’s workstation should also be able to input and disseminate TAFs, SIGMETs, NOTAMs and Aerodrome warnings.
Measured and calculated data as well as transmitted reports are required to be archived for a period of six months . There should be GUI based data retrieval facility. A data back up facility also should be the part of the CDPU system. The generation time and frequency of METAR should be configurable.
The data should be available both on workstation screen and on a digital display in different ATC units as per latest ICAO Annex- 3 recommendations.
4. SYSTEM SPECIFICATIONS
4.1 General Specifications The Aviation Weather Observing System (AWOS) shall continuously
provide real time weather data from various meteorological sensors for support of aircraft operations.
4.1.1 The system shall be based on the latest technology and modular structure to facilitate changes, expansion and integration to support airport expansion/alteration.
4.1.2 System design shall be based on open architecture in both hardware and software for changes, expansion and integration with central administration and independent security.
4.1.3 Data logger installed at Met-park is for the collection and communication of sensor data to central data processing unit in MBR.
4.1.4 Central data processing unit (CDPU) is for the processing of incoming data, display and distribution of weather parameters and meteorological observations as well as remote maintenance monitoring.
4.1.5 All components shall be of modular design. The system shall provide the ability to take out any component, including data processing units, for service without affecting overall system performance.
4.2 Safety of Flight Operations and System Reliability
43
The system should have maximum reliability from aviation operational point of view. The
system should include the following features:
(a) Very high quality sensors in resolution and accuracy to be used for DCWIS.
(b) All Sensors should be reliable and corrosion resistant.
(c) Transmissometer for Runway Visual Range assessment includes features like window contamination detection, runway light intensity interfacing unit,
heater arrangement near optics etc
(d) High performance Ceilometers for cloud height measurement (vertical visibility and cloud coverage in three layers), having high accuracy for
reporting cloud heights at low altitude, operation during heavy precipitation,
and Built In Test Equipment(BITE )capabilities.
(e) Automatic generation of weather reports according to the compliance with standards ICAO Annex 3 and 10 for data processing and reporting practices of
WMO No. 306 Manual on codes.
(f) Automatic generation of Error logs to track problems in the system.
(g) Hot stand by data processing system should be provided.
(h) System should withstand harsh power supply conditions and should have protective devices in-built for transmissometer, Ceilometer and Data logger
units.
4.3 Main Components
4.3.1 Field equipment:
(a) DCWIS Sensors:
Wind direction Wind speed Temperature Humidity Pressure
(b) Collapsible frangible 6m wind mast with all installation accessories
(c) Modems and other communication equipment
(d) Transmissometer
(e) Laser Ceilometer
(f) Data logger
4.3.2 Indoor equipments:
44
(a) Instrument cabinet containing the Central data processing Unit(s), modems and other communication equipments.
(b) Hot online redundancy for Central data Processing Unit.
(c) Indigenous online UPS, APC make or equivalent, for half-an hour maintenance free battery backup facility with redundancy (automatic
changeover), Surge protection, display of actual load and battery status for
Central data Processing Unit
(d) 4 client’s workstation, with standard UPS (APC make or equivalent) with 30 min. back-up under full load condition for each workstation.
(e) Console mountable digital LED type display unit for viewing different meteorological parameters like RVR, cloud, temperature, wind, QNH etc. on a
single display by a selectable switch and 19″ LCD aviation weather display
unit at selectable locations.
(f) Runway light setting interface unit, compatible with the existing working light intensity control system at the airport
(g) Laser jet printers as a data recorder and one colour laser jet printer
4.4 Components of the Aviation Weather Observing System
(AWOS)
4.4.1 DIGITAL CURRENT WEATHER INSTRUMENTS SYSTEM (DCWIS):
This consists of a 6m collapsible frangible wind mast with ICAO markings, lightning protection and obstruction lights with all the accessories necessary for the installation of the mast and sensors capable of working under severe meteorological conditions such as heavy rainfall, lightning and also in the electromagnetic interference normally present in the airport environment. Sensors shall have the ability to be removed or installed without affecting overall performance and calibration of the system. The sub-components are as follows:
4.4.1.1 Sensors:
It is desired that sensor should be capable of quality monitoring of operation without much manual intervention and performance should be optimum for the entire range. Factory calibration certificate with traceability is to be provided from OEM for all the sensors.
a) Wind (Direction & Speed):
The sensor shall be of state-of-the-art design, high performance, rugged and corrosion resistant for trouble-free operation, located on top of wind mast.
45
(i) Direction:
Range : 0 to 359 degrees
Accuracy : ± 5°
Resolution : 5° or better
Operating temperature : -20 to +55°C
Operating Humidity : 0 – 100% RH
(ii) Speed:
Range : 0 to 120 Knots
Accuracy : ± 1 Knot up to 10 Knots
± 10% or better above 10 Knots.
Resolution : 0.1 Knot
Threshold : <1 Knot
Operating temperature : -20 to +55°C
Operating Humidity : 0 – 100% RH
b) Air Temperature:
Type : PT 100 or better sensor.
Range : -20°C to +55°C
Accuracy : ±0.2°C .
Resolution : ±0.01°C
Operating temperature : -20 to +55°C.
Operating Humidity : 0 – 100% RH
c) Relative Humidity:
Sensor : Solid state
Range : 5 – 100 per cent
Accuracy : 3 per cent throughout the range
Resolution : 1 per cent
Operating temperature : -20 to +55°C
Operating Humidity : 0 – 100% RH
The sensors shall be, housed in a suitable radiation shield to ward off radiation effect. The sensor shall be easily replaced without loss of accuracy or need for calibration
46
Dew point should be calculated based on standard hygrometric tables using air temperature and humidity and displayed on system panels as dew point.
d) Atmospheric Pressure:
Pressure sensor: Atmospheric pressure sensor shall be using
solid state digital pressure transducer type sensor. The sensor shall have excellent hysteresis and repeatability characteristics and outstanding temperature & long term stability. Digital unit with RS-232 /TTL level or RS485 /RS422 serial interface located in IP66 class stainless steel box.
i) QFE (Station level pressure):
Accuracy : ±0. 2 hPa or better
Resolution : ±0.05 hPa or better
Range : 650 hPa to 1050 hPa
Operating temperature : -20 to +55°C
ii) QNH is computed using standard ICAO atmospheric table for
giving station level height.
Accuracy : ±0.2 hPa or better
Resolution : ±0.05 hPa or better
Range : 950 hPa to 1050 hPa
44..44..22 TTRRAANNSSMMIISSSSOOMMEETTEERR::
Transmissometer provides Visibility and Runway Visual Range parameters in operational modes. Primarily, for measurement of MOR and RVR, only transmissometer technology, is to be used.
4.4.2.1 General Specifications:
a) System should be in conformity to all ICAO and WMO requirements for RVR and MOR.(Ref : ICAO Document.9328). Factory calibration certificate is to be provided from OEM.
b) Fully automatic operation with excellent accuracy and stability.
c) Measuring range : 1– 99 % transmittance or better
d) Resolution : Better than 0.1% of transmittance.
e) Accuracy : Better than 1% of FS verified by
47
calibrated optical filters to meet ICAO
recommendations for Meteorological
Visibility Range.
f) Sample interval : 1 s to 10 s selectable.
g) Height of the sensor : 2.5m with standard pedestal
h) Calibration and checks : With standard optical filters and
Maintenance terminal command
checks.
i) Operating temperature : -20 to +55°C
j) Operating humidity : 0 – 100% RH
k) Wind speed survival : More than 60m/s
l) Power supply : 220 VAC ±20% of nominal value, 50Hz, single phase.
m) Colour : White, preferably.
n) Housing:
The Transmissometer should be certified as frangible as per ICAO requirements.
Weather proof housing, which should withstand harsh environmental conditions and resistance to salinity.
Comply with environmental severity condition certification.
o) Window contamination :System should detect and compensate
automatically the loss in measured transmittance due to window contamination.
p) Heaters :Internal window heaters to be provided for maintaining the optimum optical-window performance.
4.4.2.2 Measurement( Refer ICAO- Annexure-III):
a) Meteorological Optical Range (MOR)
Range : 50 to 10,000 m
Accuracy : ±50 m up to 600 m
±10% between 600 m to 1500 m
± 20% above 1500 m up to 10,000 m
Reporting resolution : 25 m up to 400 m
50 m from 400 m to 800 m
100 m from 800 m to 5000 m
48
1000 m from 800 m to 10,000 m
b) Runway Visual Range (RVR)
Range : 200 to 2000 m
Accuracy : ± 10 m up to 400 m
± 25 m between 400 m to 800 m
± 10% above 800 m up to 2000 m
Reporting resolution : 25 m up to 400 m
50 m from 400 m to 800 m
100 m above 800 m
4.4.2.4 Baseline Length : System should be capable of working
with suitable baseline length for MOR/RVR range.
4.4.2.5 Light Emitter:
i) Light Source : Frequency modulated or any other proven light source without mechanical choppers
ii) Spectral output range : 300 – 1100 nm (as per ICAO Doc. 9328) for RVR Observing & Reporting Practices.
iii) Lamp life : More than 50,000 hrs of operation
iv) Optical system : Suitable and easily adjustable optical system for focusing the light on the detector easily.
v) Controls : Microprocessor based system to control all functions, calculations, communications and built-in test facilities.
vi) MTBF : More than 50,000 hrs. (Calculation based on actual operating hours and number of failures.)
vii) Maintenance terminal port: Provision of USB and Ethernet port for maintenance terminal.
4.4.2.6 Light detection:
i) Detector : Suitable photo diode detector system for
the spectral response range of
49
300 - 700 nm with peak wavelength 550 nm.
ii) Optical system : Suitable optical system for focusing the light from the transmitter. Auto focusing and auto alignment at site and from remote location.
iii) Controls : Microprocessor based system to control all functions, calculations, communications and built-in test facilities.
iv) Output : A suitable output either in voltage/current form for indicating visibility value and additional output in RS-232/RS-485/RS-422 format for interfacing with the data logger.
v) Calibration : Suitable provision for easy/auto calibration facility of transmissometer to give correct Visibility/RVR values. Local and remote calibration facility may also be provided.
vi) Maintenance terminal : Provision of USB or Ethernet port for local maintenance and for viewing output data.
vii) MTBF : More than 50,000 hrs. (Calculation based on actual operating hours and number of failures.)
4.4.2.7 Background Luminance Sensor:
i) Measuring range : 4 to 30,000 Cd/m2
ii) Accuracy : ±10% over entire measuring range
iii) Spectral response range : 300 – 700 nm
iv) Peak wavelength : 550 nm
v) Field of view : 5-10 degree
vi) MTBF : More than 20, 000 hrs. (Calculation
based on actual operating hours and
number of failures.)
vi) Mounting : Separate mounting provision
4.4.2.8 Operating Environmental Condition:
i) Temperature : -20 to 55°C
ii) Humidity : 0 to 100 percent
50
iii) Wind speed survival : 60 m/s
Note: 1) System should withstand the harsh environment condition such as resistance to salinity and heavy precipitation comply. (Environmental condition testing certificate for their severity conditions)
4.4.2.9 Power Supply : 220V ±20 per cent
50 – 60 Hz
4.4.3 CCEEIILLOOMMEETTEERRSS::
The cloud height sensor shall be based on Light Detection And Ranging (LIDAR) principle. It shall comprise of built-in tests to determine fault in sub-system without the need for on-site trouble shooting. Sub-system shall be replaceable without the need for on-site calibration. The sensors shall be provided with internal heaters and blower to keep the lenses free from condensation and accumulation of dirt. The sensor shall be equipped with a solar shutter to prevent direct irradiation of electro-optical components. Factory calibration certificate is to be provided from OEM.
i) System should be in conformity to all ICAO and WMO requirements for reporting data on height of base of low clouds or vertical visibility for aviation operation purpose.(ICAO Annexure-III and WMO no. 731)
ii) Fully automatic operation with excellent accuracy and stability.
iii) Extensive built-in monitoring to verify performance and to generate maintenance alerts.
iv) Cloud measuring range : 33ft – 15,000 ft or better
v) Accuracy : ±33 ft up to 330 ft. ±10 per cent above 330 ft.
vi) Resolution : 33 ft. or better
vii) Cloud layers : Up to three
viii) Sampling time : 15 sec / 30 sec / 60 sec. selectable
ix) Output data :
a) Height of base of low clouds with thickness (in m/feet)
b) Vertical visibility (m/feet)
c) 3 layer
x) Protection : The main Laser Ceilometer units installed in the field should withstand and be capable of operating the voltage fluctuations (180 VAC to 260 VAC) from the A/C mains (50 Hz). Must have in-
51
built protection for the surge and lightning.
4.4.3.1 Transmitter system:
i) Transmission source : Pulsed diodes (laser type preferred.)
ii) Peak power : The laser output power should be sufficient to cover the entire detection range up to 15,000 ft.
iii) Wavelength of laser emission
: Infrared (preferably 905nm to 915nm)
iv) Eye safety : Completely eye safe conforming to WHO Health Standards.
v) Optical system : Suitable to project vertically a beam of laser light with provision for easy adjustment of exact verticality.
4.4.3.2 Receiver System:
i) Receiver collection : Avalanche photodiode with suitable optics and gain control
ii) Measuring range : 33ft – 15,000 ft or better
iii) Accuracy : ±33 ft up to 330 ft. ±10 per cent above 330 ft.
iv) Resolution : 33 ft. or better
v) Selectivity : Operation should not be affected by extraneous light. The attenuation on account of precipitation should not affect the detection of base of low clouds.
Detection of base of low cloud height should be possible under rainy and foggy conditions.
4.4.3.3 General:
i) Heater : Heater arrangement for maintaining temperature near the lenses.
ii) Operating temperature : -20 to +55°C
iii) R.H. : 0 to 100%
iv) Wind speed survival : Better than 60 m/s
52
44..44..44 DDAATTAA LLOOGGGGEERR
4.4.4.1 General
Data logger accepts sensor output from at least 12 parameters like wind speed, wind direction, temperature, humidity, dew point etc. Six RS-232 serial ports are to be provided for interfacing sensor having RS-232 output. Ports for communicating data via landline modem and also via broadband communication network using wi-fi technology are to be provided. LCD display is to be provided for monitoring of real time data. Suitable lockable weather proof housing also should be provided along with all mounting accessories. Data logger is required to be installed at the field sites in the airport near runway for sending digitized serial data form Field site to MBR/ATC. It should have a capacity to store minimum 72hours of data.
4.4.4.2 System Configuration
Each data logger system shall have following subsystems:
i) Data logger
ii) Wi-Fi broad band communication link
iii) Landline modem link
4.4.4.3 Specifications
i) Input channels : a) 12 analog channels
b) Minimum 6 digital channels capable of being configured to sense TTL status or to count TTL pulse input to them up to 16 bits.
c) RS-232, RS-422, RS-485 and SDI-12 and USB port, at least one each for interfacing sensors
ii) Input voltage range
: 0 to 1.0 V
iii) A/D converter : 16-bit resolution (minimum)
iv) Input Protection : Surge protection against lightning
v) Input Impedance : More than 10 MΩ
vi) Scan rate : At least all channels once every second for one-hour.
53
vii) Logging Mode : User selectable 1 min. to 1 hr.
viii) Averaging and
Integrating periods
: 1, 2, 3, 10 minutes, 1h and 24 h selectable.
ix) Data port : For system configuration and data viewing using laptop.
x) Display and Keypad : Built in sealed membrane alphanumeric keypad and Suitable alphanumeric display for system configuration and data viewing.
xi) Communication
Interface
: a) Broadband connectivity using wi-fi network.
b) Landline communication modem
xii) Data retrieval : Suitable attachment to electronically collect and transfer the data from airport site through Flash card or any other suitable solid state memory module.
xiii) Real time clock : In-built RTC with drift less than
±1 minute/month – Provision to set the clock on daily basis automatic & manual and fully time synchronization with the server.
xiv) Operating power supply
: 12 V DC and with automatic charging facility and 230 V AC ±20%, 50 Hz.
xv) Power consumption : (a) Less than 1A when fully functional.
(b) Provision to save power during stand by condition.
xvi) Operating
conditions
: Temp.: -20 to +55°C
Humidity: 5 to 100% RH
Adequate protection against corrosion in saline atmosphere.
xvii) General features : a) Micro-controller based modular design using state-of-the-art technology.
b) Compact and light weight.
c) Leak-proof internal rechargeable battery backup for data and set-up retention in memory and for RTC.
d) Provision to check calibration of data logger.
54
44..44..55 SSOOFFTTWWAARREE// HHAARRDDWWAARREE
4.4.5.1 General Features The open system architecture should be provided for suitable integration of various instruments installed at Runway site; meteorological data display systems installed at ATC. Central Data Processing Unit (CDPU) should be based on latest state of art server operating system viz. WINDOWS/Unix etc. having provision for modems, device server & other communication equipment. The system should be provided with a hot stand by. They should be typically mounted on the same rack.
The Data output from Central Data Processing Unit should be interfaced through TCP/IP Ethernet interface. System should be provided with web based data management facility from LAN/remote site. Digital display should have separate interface in order to have single display unit in different configuration to display pressure, temperature, and dew- point, cloud, visibility and RVR data (user selectable). Weather reports (such as METAR/SPECI, TAF etc.) should be able to transmit through AFTN and GTS interface. Report formatting should be in accordance with ICAO Annex 10. Runway light setting interface unit is to be provided. The time accuracy of the whole system including workstations should be synchronized with reliable & accurate time source.
The Local Area Network (LAN) should be a high speed, fault tolerant data network connecting computers, printers & other devices.
Workstations should be personal computers working with the same operating
system as available on Central Data Processing Unit, having 19″ high resolution TFT screen. The CDPU should work independent of the work stations. This means work station & applications on them can be freely started & stopped with no adverse effects on the rest of the system. Four workstations are defined as per their applications such as 1) Forecaster workstation 2) Observer’s workstation 3) Weather view workstation 4) Maintenance workstation
The Central Data Processing Unit software should have the following capabilities:
1) It should provide capabilities for background processes, which starts automatically when operating system is started.
2) Input /Output system control for the data flow to & from the runway sensors. It should also monitor the operation of the data logger, data transmitters & the sensor themselves. Validation of report correctness, AFTN and GTS data transmission, control on digital display.
3) Meteorological calculation & validation of incoming measurement data & should be able to derive additional variables (such as QNH, RVR, Dew Point etc) to be used by other services & end user application.
4) Validation should be possible for the incoming data and diagnostic services for input/output system and also for data to be provided.
55
5) Message generation and transmission(in GTS and AFTN format) of meteorological reports e.g. METAR, SPECI etc.
4.4.5.2 The Application/System Software: I) The software license should be for lifetime of equipment. There should not be any hardware key or switch to enable / disable the software.
II) The software package should be designed to automatically collect, process, verify, display, archive, format and report the environmental parameters necessary to support aviation operations. The software package should accept manual intervention to edit and augment reports. The package should be user friendly and calculate the meteorological parameter like dew point from humidity and temperature. All the communication between Central Data Processing Unit and workstation should be based on TCP/IP.
i) Work station functions:
The machine should set to log on with a default configurable role suitable for that specific console. The access to the system should be controlled through security prompt & password.
System should provide applications for
a) The observer to input various data manually and to edit various products
generated by the system.
b) Retrieval of raw and generated data (including statistical products) from the data
base of the data processing unit.
c) Graphical display of various weather parameters observed at the airport.
d) Monitoring status of various equipments for maintenance and troubleshooting.
ii) Event monitor application shall be able to view the events generated by the processing unit and to acknowledge the alarm conditions. Data faults includes
• Communication faults
• Sensor faults
• Missing data
• Value too high or too low
• Value higher or lower than airport operating maxima
• Value jumping too rapidly
• Value “ frozen “ within a small range of value
iii)The system should monitor the current weather & the time and prompt all operators (audio/ visual prompt) to generate message as per standard ICAO / WMO format. The system should automatically generate
56
SPECI whenever the SPECI condition is observed. The system should not transmit invalid data. The message transmission scheduling should be configurable. The templates for manually generating following reports should be available:
a) METAR/SPECI
b) Aerodrome Warning
c) TAF
d) SIGMET
e) NOTAM
The tenderer should give an undertaking that changes suggested by
ICAO/WMO in method of reporting or format during the warranty period
will be incorporated without ant extra cost.
iv) Data manipulation and Storage:
The provision for performing number of statistical,arithmetic and logical calculation for the stored data should be available such as
• Min/ Max calculations
• Averaging
• Unit conversion
• Scaling and offset
• Precision pressure elevation
• Cross wind/Track wind and wind rose.
• Marked discontinuity
• MOR and background luminance to RVR
• QFE to QNH
• Daily extreme values
The values should be derived from raw data used for message generation & display purpose.
Measured and calculated data as well as transmitted reports are required to be archived for a period of six months in the hard disk . There should be web based data retrieval facility. A data back up facility also should be the part of the CDPU system. The archive and backup facility for the data transfer from the database on to the external removable medium should be provided.
a) Six months for all the parameters
b) Resolution : One minute configurable
57
c) Stored parameters : All relevant measured and calculated variables, transmitted reports and system alarms
v) Update Intervals:
a) Wind data : 2 sec
b) Pressure : 60 sec
c) Temp : 60 sec
d) Dewpoint : 60 sec (to be derived from Relative Humidity and Air Temperature)
e) Visibility/RVR : 15 sec
f) Cloud data : 15 sec
vi) AFTN and GTS Interface:
a) Reports supported: METAR, SPECI, TAF, SIGMET, Aerodrome
Warnings
b) Individual addressing: AFTN addresses, bulletin identifier
for each report type
c) Addresses shall be static and defined in the system configuration
parameters
d) Maximum addresses for each report type : 28
vii) Runway light setting interface
a) 4 CONFIGURABLE STEPS (5%, 10%, 30% & 100%), to be used in
computing RVR in real time
b) One interface unit required for each runway
c) Update interval: 15 Sec
vii) Web based remote monitoring system:
A centralized GUI based monitoring system to monitor the
health of various components of all the airports systems should be provided at 2
58
locations Delhi and Pune. This system should be able to monitor the live data
and derived products also.
4.4.6 Central Server system
Central Data Computing System will be a dual Server System with hot
redundancy having capability of storing the data on both the servers and auto switch
over facility.
i) Motherboard : Genuine Intel or equivalent motherboard supporting the processor.
ii) Processor : Core 2 Duo or better
iii) RAM : 8 GB DD RAM
iv) Hard disk : 320 GB or more.
v) Monitor : 19″ TFT screen.
vi) Ports : 1 parallel,2 Serial,Keyboard,4 USB
Network : Ethernet LAN support with standard
socket
iii) Drives : DVD(R/W).
4.4.7 Work station CONFIGURATION
Workstation should be a branded PC with the following configuration
i)Motherboard : Genuine Intel or equivalent motherboard supporting the processor.
Ii)Processor : Core 2 Duo or better
Iii)RAM : 2 GB DD RAM
Iv)Hard disk : 320 GB or more.
v)Monitor : 19″ TFT screen.
vi)Ports : 1 parallel,2 Serial,Keyboard,4 USB
vii)Network : Ethernet LAN support with standard
socket
viii)Drives : DVD(R/W).
59
44..44..88 DDIIGGIITTAALL SSLLAAVVEE DDIISSPPLLAAYY UUNNIITT
Two types of displays are essentially required:-
1) Bright LED type should be a light weight, with easy to read in direct
Sun-shine and in dark, with a size of 144mm x 144mm (From: OEM)
Features for Bright LED type display:
7-segment LED display, easy to read in direct sunshine configurable to display selected weather parameter.
Manual brightness levels to view the data up to a distance of 10’
Unit should be able to connect directly to the server or in remote field unit
Power supply: 10-15 V DC / 220V AC, 50 Hz.
2)TFT type displays:
19″ TFT display
Weather parameters to be displayed :
Instant Temp. (in °C)
Instant dew-point (in °C)
Visibility in metre (1 min. average, 10 min. average, trend)
RVR in metre (1 min. average, 10 min. average, trend)
Wind (Direction/Speed) (2 min. average, 10 min. average, Max. wind, Min. wind).
Cloud base (meter/feet)
Vertical visibility (meter/feet)
Wind rose diagram(for TFT displays)
4.4.9 PRINTER FACILITY
A – 4 size Laser-jet printer facility for printing the data, report and products.
5.0 TRAINING OF IMD STAFF
The manufacturer/supplier should provide in-depth training to at least TEN IMD officers in installation, operation and maintenance of the system at manufacturer’s place at least for a period of 4 weeks (2 week – system hardware and 2 week – system software). Cost of transport, accommodation and other allowances will be borne by the department. Also four persons from each airport should be trained for a period of 15 working days in maintenance / calibration work at site.
60
6.0 COMPREHENSIVE WARRANTY
The supplier should provide a comprehensive warranty for three years from the date of satisfactory commissioning of the total integrated system without any additional cost to the purchaser. Any problem encountered in the system including field units like sensors, Data loggers, Communication systems during this period shall be repaired/ replaced by the firm free of cost. System down time including failure of any sensor should not exceed 4 hours. If system down time exceeds more than four hours, the warrant period will be extended by the exceeded hours multiplied by 24. Time delay in getting security passes will not be considered for extension of Warranty period. 24hrs resident engineer should be provided at each airport. The bidder shall give a separate under taking for acceptance of the above terms. The supplier shall have to execute an agreement with IMD in this regard at the time of submission of performance security.
7.0 TESTING, INSTALLATION AND MAINTENANCE TOOL
KIT
The supplier shall provide ONE set of maintenance tool kit required for installation and dismounting of equipment at each airport
- One laptop with 14” TFT display latest version for field testing and calibration
- Minimum three calibration filters for the field testing of transmissometer unit
8.0 DOCUMENTATION
The manufacturer should provide detailed operational, servicing and maintenance manuals of each sub-system including all block diagram and detailed schematic circuit diagrams. At least one set of the manuals in printed form including schematic, layout & component level detail diagrams should be provided with each at airport. The soft copy should be available on CDs and one CD each should be provided with each set.
9.0 COMPLIANCE/NON-COMPLIANCE STATEMENT
The tenderer shall submit a detailed item-wise compliance/non-compliance statement referring para-wise to the requirements given in this document, for quick evaluation of tender and for any future reference. The technical specifications and other requirements contained in this document are essentially required by the indenter. However, reasons for non-compliance, if any, for certain limited paras or even sub-paras of document may also be given by the tenderer. Silence on any part of the technical specifications will be treated as non-compliance. All non-compliance of
specifications, even of small nature, should be clearly brought out.
61
10.0 RELIABILITY
The system design should have high reliability for overall performance and its automatic recovery in case of system failures and should have following features:
• Redundancy for central data processing system & automatic fail over.
• Watch dog - automatic restart of equipment.
• Robust communication protocols – error detection &self correction.
• Built – in test equipment & diagnostics.
• Extensive use of on board transient protection
• Design for environmental extremes.
• The overall system should be designed to operate in adverse situation that could arise due to virus etc, and should be provided with fast recovery system.
11.0 SPARES AND CONSUMABLES (Optional)
The manufacturer should submit a list of critical spares including sensors and components for operating these systems for a period of five years after the expiry of warranty period. However this item will not be considered for price comparison. Price bid should be quoted separately for this optional item.
12.0 PRICE PROPOSAL
The tender shall submit the detailed technical and price proposals in separate sealed envelopes. The price proposal shall contain item-wise, the prices for each and every deliverable items, transportation charges of the system up to site, Installation and commissioning, other support services, and training. Technical and commercial bids must be identical for comparison except that price column should be blocked in case of technical bid.
13.0 TESTING AND ACCEPTANCE
The firm will submit testing and acceptance plan for comments by IMD. Factory acceptance test (FAT) and site acceptance test (SAT) details are also to be provided. The firm will also provide the schedule for FAT and SAT.
FAT will be carried out for five representative systems for a period of 10 days by IMD officers. Cost of transport, accommodation and other
62
allowances for IMD officers will be borne by the department. SAT will be for each airport for period of 5 days.
14.0 INSTALLATION, SYSTEM INTEGRATION AND
COMMISSIONING
Supplier/manufacturer should undertake the complete installation, and integration work on turnkey basis. The commissioning of the total integrated system will be done by the IMD official in their presence after SAT.
15.0 5KVA on-line UPS for field installation along with weather
Proof housing.
. Single phase in/out on-line 5KVA- UPS Input voltage range 160-280 VAC Output Voltage: 220VAC constant . Backup time – 60min . Zero changeover time . Reliable & constant Pure Sine Wave Output . Cold start - Start up without mains . Noiseless operation level - < 60 db@1 mtr. . Low Total Harmonic distortion < 2 % Multiple protection features to ensure 100% protection to the . load from full range of power disturbances (MCB/RCCB) . High Frequency operation - 50 Hz +/- 0.05 % . I/P power factor correction, Power factor > 0.7 . High Efficiency > 90 % . Voltage regulation +/- 1 % . Operating temp. 0 Deg to 55 Deg. C
Inverter Overload capacity 100 ~ 130 % for 10 min. > 130 % for 1 Sec . Audible warning alarms . Short circuit, overload, Battery deep discharge & Over Charge Protection.
Installation at Site with accessories with environmental protection enclosure. Minimum 3 year warranty
63
16.0 LIST OF DELIVERABLE ITEMS (PER AIRPORT) The firm should be able to complete the installation of AWOS with following
list of deliverables and hence these items only will be considered for price comparison. DWIS will be installed at both ends of the runway.
S.No. Item Name Quantity Unit cost
Total cost
(a) (b)
(c) (d) (e)
1. Wind sensor for wind
direction
2 Nos.
2. Wind sensor for wind
speed
2 Nos.
3. Wind installation tools 2 Nos.
4. Temperature sensor
with radiation shield
and installation
support accessories
2 sets
5. Humidity sensor with
radiation shield and
installation support
accessories
2 sets
6.
Mast and accessories:
a) 6m Pole mast (tilt able) b) Mounting Kit c) Mounting clamps d) Lightning arrestor e) Obstruction light f) Weatherproof termination boxes both for power supply and signal termination
2 sets
7. High precision
pressure transducers
for reporting
QFE/QNH values
2 Nos.
8. Data logger:
a) Data logger
2 Nos.
b) Antenna supporting broadband connectivity.
2 sets each
64
c) Battery back-up facility. 2 sets
9. RVR Site:
a) Light Transmitter
b) Light Receiver
1 set
c) Background Luminance Meter
1 No
d) Base plate and installation set
e) Pole mast – 2.5m
f) Power and signal Termination boxes
1 set
g) Runway light interface 1 set
10. Cloud height site
a) Ceilometer sensor(with blower,sun shutter, and heater)
1 set
b) Installation accessories 1 set
c) Termination boxes 1 set
d) UPS, 1KVA for field unit 1 No.
11. Central data processing Unit with hot redundancy (MBR Site):
Rack mountable dual server computer with the latest configuration with following features:
1 set
65
Integrated 10/100 BASE-T ethernet
Provision for data back-up facility
Device drivers for LAN adapter and other pre-installed hardware
Suitable Operating system
Colour display 19” Flat panel
Suitable rack assembly for cabling of serial lines and modems
Over-voltage protection kit
Mains power module
Online UPS with
redundancy having extra battery (Minimum 30 min. back-up supply on full load).
Wi-Fi modems for 2 sites and MBR with broadband connectivity
4
Land line Modems for 2 sites and MBR.
4
12. Workstations:
66
Workstation should be a branded PC with
Genuine Intel motherboard supporting the processor Core 2 Duo,2GB or more RAM,320GB or more, DVD (R/W)
4
Integrated 10/100 BASE-T Ethernet
1
Colour display 19” TFT
4
UPS for 4 workstations for 30 mts back up on full load
4
13. Digital Slave Display Units:
• A combined LED type digital display unit (144mm X 144mm)
• 19” TFT LCD display unit
10
5
14. Printer:
HP LaserJet – A4 size(mono) 3
HP Color Laser Jet-A4 size 1
15. All licensed software and source code for application software including web based monitoring and remote maintenance and virus protection software
1 set
16. Documentation (Installation, operation and maintenance manual) and softcopy for all the manuals
1 set each
17. Laptop latest version with core 2 duo and 14” TFT display for field system configuration, maintenance and data viewing
1 at each airport
67
18. Construction of RCC platform on hard soil with foundation grouting of templates for 2 DCWIS sites, 1 Transmisoometer site, 1 Ceilometer systems, earth pits with standard copper plate, salt and charcoal and copper strip inside a standard earth pit at each sensor installation site in the field
1 item
19. Indoor cabling(500 meters) works or as per actual for the installation of work stations, digital display units etc.
1 item
20. Project implementation cost for providing the turn key solution.
1 item
21. Transportation of equipment from Indian port of delivery to different airports
1 item
22. Training of IMD staff at OEM site and at installation site , as per Para 5.0
As per Para(5.0)
23. 5KVA online UPS for 1hour back up facility with full load with weatherproof enclosure.
2 No.
24. Standard calibration filters for calibration and testing of the transmissometer installed in the field, covering the entire range.
3 Nos.
25. Factory Acceptance Test (Para 13.0)
1 Set(As per 13.0)
26. Site Acceptance Test ( Para 13.0)
1 Set
27. Maintenance tool kit for
installation and dismounting of sensors and equipment
1 Set
68
Annexure-I
Sr. No. Name of Airport
1. Agartala
2. Ahemadabad
3. Aurangabad
4. Bhopal
5. Bhubaneshwar
6. Coimbatore
7. Indore
8. Calicut
9. Lucknow
10. Mangalore
11. Nagpur
12. Patna
13. Cochin
14. Imphal
15. Surat
16. Trichy
17. Thrivuanathapuram
18 Tirupati
19 Vadodara
20. Varanasi
21. Belgaon
22. Bhavnagar
23. Khajuraho
24. Raipur
25 Dibrugarh
26. Dimapur
27. Gaya
28. Hubali
29. Rajkot
30. Jabalpur
31. Kandala
32. Keshod
33. Kolhapur
34. Lengpui
35. Lilabari
36. Ludhiana
37. Madurai
38. Pondichery
39. Porbandar
40. Ranchi
41. Udaipur
42. Vijaywada