37
Tender No. SDG8655P13/09 Page 1 of 37 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – 786602, Assam Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533 Email: [email protected] ; [email protected] Tender No. : SDG8655P13/09 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security : Applicable Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-portal. Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below: Item No. / Mat. Code Material Description QTY. UOM 10 Supply, Installation and Commissioning RTK DGPS system and Combined Survey system as per the following Annexure: i) RTK DGPS system ii) Combined Survey system a) Detailed specification- Annexure I. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria- Annexure II. c) Technical & Commercial Check list vide Annexure- III. 6 2 Nos. Sets. Special Notes : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e- Procurement site only except following documents which are to be submitted manually in sealed envelope

Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 1 of 37

Oil India Limited

(A Govt. of India Enterprise)

P.O. Duliajan – 786602, Assam

Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533

Email: [email protected] ; [email protected]

Tender No. : SDG8655P13/09

Tender Fee : INR 4,500.00 OR USD 100.00

Bid Security : Applicable

Bidding Type : SINGLE STAGE TWO BID SYSTEM

Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-portal.

Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-portal.

Performance Guarantee : Applicable

OIL INDIA LIMITED invites Global Tenders for items detailed below:

Item No. /

Mat. Code

Material Description QTY. UOM

10

Supply, Installation and Commissioning RTK DGPS system and Combined Survey system as per the following Annexure: i) RTK DGPS system ii) Combined Survey system a) Detailed specification- Annexure I. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria- Annexure II. c) Technical & Commercial Check list vide Annexure- III.

6 2

Nos. Sets.

Special Notes :

1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No.

MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to

“General Terms & Conditions” for e-Procurement.

2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that

both the check lists are properly filled up and uploaded along with Technical bid.

3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer

Addendum to the General terms and conditions for Global tender.

4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-

Procurement site only except following documents which are to be submitted manually in sealed envelope

Page 2: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 2 of 37

super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India

Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender.

a) Original Bid Security.

b) Details Catalogue and any other document which have been specified to be submitted in

original.

5.0 In case of SINGLE STAGE-TWO BID SYSTEM, bidders shall prepare the “Techno-Commercial

Unpriced Bid” and “Priced Bid” separately and shall upload through electronic form in the OIL’s e-Tender

portal within the Bid Closing Date and Time stipulated in the e-Tender. The “Techno-Commercial Unpriced

Bid” shall contain all techno-commercial details except the prices which shall be kept blank and to be

uploaded in the c-Folder link (collaboration link) under “Techno-Commercial Bid” Tab. No price details

should be uploaded in c-Folder link (collaboration link). Details of prices as per Bid format / Commercial

bid to be uploaded as Attachment in the attachment link under “Techno-Commercial Bid”. A screen shot in

this regard is given below.

Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria

mentioned in the tender.

Go to this Tab for Uploading “Techno-

commercial Unpriced Bid” as well as

“Priced Bid” files.

Page 3: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 3 of 37

On change Mode- The following screen will appear. Bidders are advised to Upload “Techno-

Commercial Unpriced Bid” and “Priced Bid” in the places as indicated below:

Note :

* The “Techno-Commercial Unpriced Bid” shall contain all techno-commercial details

except the prices.

** The “Price bid” must contain the price schedule and the bidder’s commercial terms and

conditions. 6.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure to

furnish all information required as per the bid or submission of offers not substantially responsive to the bid

in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any

clarifications.

7.0 The Integrity Pact is applicable against this tender. OIL shall be entering into an Integrity Pact with

the bidders as per format enclosed vide Annexure XII of the tender document. This Integrity Pact

proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be

returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory

who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity

Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the

Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been

signed by the bidder’s authorized signatory who sign the Bid.

OIL’s Independent External Monitors at present are as under: (I) SHRI N. GOPALASWAMI,I.A.S ( Retd) ,

Former Chief Election Commissioner of India

E-mail Id : [email protected]

(II) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)

Former Director General of Police

E-mail Id : [email protected]

Area for uploading

Priced Bid**

Area for uploading Techno-

Commercial Unpriced Bid*

Bid on Change Mode

Page 4: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 4 of 37

Annexure I

Technical Specification of RTK DGPS System and Combined Survey System

Oil India Limited wishes to procure six (6) nos. of RTK DGPS Units and two (2) sets of Combined Survey

System. The detailed technical specification of the RTK DGPS Units and Combined Survey System are

given below.

A. RTK DGPS UNIT:

A.1. All the six (6) nos of RTK DGPS units should have capability of being used as both Base and

Rover stations i.e. Base and Rover Receivers should be fully interchangeable.

A.2. RTK DGPS Units should be able to stake the lines in Local Coordinate Systems (LCC

etc) and WGS84.

A.3. The detailed technical specification of each RTK DGPS unit is given in A.4.

A.4 Specifications for RTK DGPS Unit

Characteristics Specifications

A.4.1.1: Type

Receiver should be based on the best available

tracking technology in the market. It should be

capable of tracking all available signal i.e. GPS (L1,

L2, L2C & future L5), GLONASS and ready to track

upcoming navigation systems i.e. GALILEO.

A.4.1.2:Technology

Fast Acquisition, High Signal to Noise Ratio,

Excellent Tracking Efficiency (Even in adverse

conditions), Inbuilt monitoring of ambiguities, Inbuilt

multipath mitigation, Interference resistant.

A.4.1.3: Frequency Multi-Frequency

A.4.1.4: Measuring Modes Static, Rapid Static and Real Time Kinematic

A.4.1.5: Channels 72 Channels or More

A.4.1.6 Time to first phase

measurement after switching

on

Typically 50 seconds or better.

A.4.1.7: Ports Suitable and sufficient no of external/internal ports

for data transfer, control, antenna and power supply.

A.4.1.8: Power Consumption 5W or less (Receiver + Controller + Antenna).

A.4.1.9: Weight Should be Light in Weight (Less than 1.5 Kg).

A.4.1.10: Upgradeability DGPS units must be upgradeable.

Horizontal – 5mm + 1 ppm or better In static

mode Vertical – 10 mm + 1 ppm or better

Horizontal – 10 mm + 1 ppm or better In RTK

mode Vertical – 20 mm + 1 ppm or better

A.4.1.11:

Accuracies

Reliability Typically 99.99 % for base lines up to 20 Kms or

better.

A.4.1:

Receiver

A.4.1.12: Reliability

Page 5: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 5 of 37

of

Installation

Better than 99.99 %

Time for

OTF

Installation

Typically 10 seconds or better.

On the FLY

installation

OTF/RTK

Range

Typically 20 Kms (Base line length)

Position

Update

Rate

0.05 seconds (20 Hz) or better.

Latency 0.03 seconds or better

A.4.1.13:

Position

update and

latency

NMEA

Sentences

NMEA 0183 v2.3 or better

Recording

Rate

Selectable up to 0.05 seconds, parallel data logging at

two different logging rates in the same receiver.

Memory Compact Flash Cards/ USB Devices of 256 MB or

more

(4 Nos. with each instrument) A.4.1.14: Data

Recording RTK data

Formats

for Transmission

and

Reception

RTCM Versions 2.2/ 2.3/ 3.0/ 3.1,

CMR, CMR+, and all other desirable data formats,

through 2 ports.

Internal

Battery

Two internal rechargeable Li-Ion batteries should be

supplied with each receiver.

Operation

Time

Two batteries should power Receiver, Controller and

Antenna for 10 hours or more.

A.4.1.15:

Power Supply

Chargers External chargers should be supplied with each

receiver.

A.4.2:

Antenna

One Light weight portable geodetic antenna should be offered with each RTK DGPS

Unit. Antenna may be a separate unit or single modular unit with receiver.

A.4.3.1: Type One controller with Touch-Screen should be provided

along with each RTK DGPS Unit.

A.4.3.2: Display

LCD/ Quarter VGA display with coloured touch

screen, complete graphics with active map for

selection of features from Map View. Full display of

map including points, lines and polygons, zooming.

A.4.3.3: Keyboard

Complete QWERTY hard Keyboard with separate

numeric and alphanumeric keys. Function keys and

user defined keys, illumination for screen and keys.

A.4.3:

Display

Controller

A.4.3.4: Weight Controller should be light in weight

A.4.4.1: Operational Temp. -200C to +65

0C or better

A.4.4.2: Storage Temp. -300C to +75

0C or better

A.4.4.3: Humidity Up to 100%

A.4.4.4: Protection against

water, dust and sand

Receiver, antennas and controllers must be

waterproof to 1m temporary submersion and Dust

Tight.

A.4.4:

Environmental

specifications

for Receiver,

Controller and

Antenna

A.4.4.5: Shock/Drop onto

hard surface

Receiver - withstands 1 m drop onto hard surface.

Antenna - withstands 1.5 m drop onto hard surface.

Page 6: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 6 of 37

A.4.5.1: Graphics

One Onboard Software should be offered with each

RTK DGPS Unit. Graphics representation of Points,

Lines and Areas. Application Result Plots. Back

ground map, Topology sharing and multiple feature

data collection must be possible in the controller in

the field itself in real time.

A.4.5.2: Icons Icons indicating the current status of measure modes,

settings, battery etc.

A.4.5.3: Function Keys Direct function Keys for quick and easy operation.

A.4.5.4: Configuration sets

Ability to store and transfer all instrument and

application configuration settings for different

operators, survey tasks.

A.4.5.5: Coding Support for both Free and Thematic Coding with

attribute. Should support quick coding too.

A.4.5.6: Onboard

Programmes

Surveying, Stacking, COGO, Area, Two Point

Distance, Automatic Recording Points with user

defined time or distance, Hidden Point

Measurements,

A.4.5:

Onboard

Software

A.4.5.7: Real Time

Processing

Onboard software should be capable to process

ambiguities in real time.

A.4.6:

Radio Modem

One Radio Modem should be offered with each RTK DGPS Unit. Output power

should be 25 watt or more at Base Station and 5 Watt or more at Rover station. Each

base radio unit should equip with 10 m. Antenna Mast., cable etc.

A.4.7.1: All the necessary cables (2 set of connecting cables with each RTK DGPS

Unit).

A.4.7.2: Tribrach with optical plummet must be offered (2 sets with each RTK DGPS

Unit).

A.4.7.3: Wooden Telescopic Tripod must be offered (2 nos for each RTK DGPS

Unit).

A.4.7.4: Rechargeable internal batteries, three no. per RTK DGPS Unit must be

offered.

A.4.7.5 All accessories for Rover to mount on pole and others accessories on

backpack if too heavy (Aluminium pole for 2 m elevation or more etc should be

offered). In case, Receiver and Antenna are in a single modular design, pole for

mounting all the accessories should be offered. These accessories must be offered in

2 nos for each RTK DGPS Unit.

A.4.7.6: One no. of Quick charger must be offered with each battery.

A.4.7:

Accessories

A.4.7.7: All necessary accessories other that stated above need to be provided so that

all the RTK DGPS Unit can function as either base or rover simultaneously.

The RTK DGPS Unit must be upgradeable.

B. Combined Surveying System (2 sets)

B.1. Here, Combined surveying system means total stations and RTK DGPS units capable of seamless

survey data transfer, data integration, combined data management etc. Each Combined Surveying

System must consist of two (2) RTK DGPS units and two (2) Total Station Units.

Page 7: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 7 of 37

B.2. All the four (4) nos of RTK DGPS units should have capability of being used as both Base and Rover

stations i.e. Base and Rover Receivers should be fully interchangeable.

B.3. The RTK DGPS units and Total station must have facility of seamless data transfer, data integration

facilities.

B.4. Specification for RTK DGPS units should be as per A-4.

B.5. The detailed technical specification of each total station is given below:

Specifications for each Total Station

Standard Deviation as per ISO for both Hz, V angle 1 sec or better. B.5.1: Angle

Measurement Display Resolution (Least Count) 0.5 to 1 Sec or better.

Standard Deviation (for Standard Measurement) with Prism ± 2mm + 2 ppm or better B.5.2:

Distance

Measurement

Standard Deviation (for Reflector-less Measurement) without

Prism unto 150m ± 5mm + 2 ppm or better

With Single circular prism 2.500 Kms. or better B.5.3: Range

under normal

Atmospheric

Condition Reflector less mode (subject to reflective ness of the surface)

150 mts. or better

Magnification 30 X or better B.5.4:

Telescope

(With Coaxial

EDM) Shortest sighting distance 1.7 m or better

Compact Flash card/ USB Device (4 Nos. with each

instrument) 256 MB or more

B.5.5:

Recording

RS 232/ USB interface and other interfaces for data transfer

to PC Yes

On and OFF selectable with Setting Range ± 5’ or more B.5.6:

Two-Axis

Compensator On and OFF selectable with Setting Accuracy 0.5’ or better

B.5.7:

Keyboard and

Display

Each total station must have identical alpha numeric keyboard with coloured graphic

LCD, touch screen, on both side displaying map of Points, Lines and polygon features,

otherwise provide an additional controller (with coloured VGA graphic display, touch

screen and full alphanumeric keys including user definable function keys , showing real

time map of points, lines, polygons) so that both Total station and Integrated receiver unit

(Rover) can be simultaneously and independently used in the field.

B.5.8:

Automatic

Correction

Line-of-sight error, tilting-axis error, vertical-index error, standing-axis tilt, earth

curvature, refraction and circle eccentricity.

B.5.9:

Mechanical

Drives

Horizontal and Vertical Drives should be endless drives.

B.5.10:

Plummet Built-in laser plummet or optical plummet.

B.5.11: Accessories

B.5.11.1 Singular circular prism with holder and target plate ( 2 Nos. for each Total Station)

B.5.11.2 Reflector pole, telescopic with circular bubble, cm and feet Graduation, extended up to at

Page 8: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 8 of 37

least 2.15 mts. ( 2 Nos each Total Station)

B.5.11.3 Dual strut support (bipod) for pole prism carrier (2 Nos for each Total Station).

B.5.11.4 Instrument height meter (2 Nos for each Total Station).

B.5.11.5 Tribrach without optical plummet must be offered (2 set with each Total Station).

B.5.11.6 Tribrach with optical plummet must be offered (3 sets with each Total Station).

B.5.11.7 Wooden Telescopic Tripod must be offered (4 nos for each Total Station).

B.5.11.8 Rechargeable internal batteries, 3 no. for each Total Station with quick chargers must be

offered.

B.5.11.9 Radio Modem (5 W or more) for Rover with suitable antenna

B.5.11.10 All the necessary cables & other accessories required for any kind of geodetic surveying, 2

set must be offered with each Total Station)

Total Station must be upgradeable.

C. Office Software and Hardware:

C.1. The offer should include four (4) nos. of complete software package.

C.2. Total 6 Nos. of PC and 6 Nos. of Laser Printer (one should be colour printer) should be offered.

C.3. One Scanner should be offered.

C.4. The detailed Specification for Office Software and Hardware is given below.

C.4.1 Specification for Office Software

C.4.1.1

No. of

Software

Licence

Four (4) in no.

C.4.1.2 Description

The Software should be combined software capable of handling the DGPS,

Total Station and Digital Level Data in all the aspects of data import/export,

data processing, data integration and data management.

C.4.1.3 Import Capable of Importing the Raw Data logged from GPS with maps created in the

field as such.

C.4.1.4 Export Capable of Exporting Data in RINEX formats as well as capable of

transforming the maps directly to CAD with the code lists.

C.4.1.5 Coordinate

Systems

Features like Ellipsoids, projections, geoidal model, coordinate

transformations, transformation parameters, country specific coordinate

systems should available.

C.4.1.6 Reporting Software should be capable of generating HTML style reports directly for the

surveyed data.

C.4.1.7 Processing

Options

Capable of Processing the Raw static data for GPS L1 and L2 (L5 is desirable

too) as well as combined GPS/GLONASS data both manually and

automatically.

C.4.1.8 Datum

Transformation

Capable of transferring the data from one datum to another for given set of

common points with or without the knowledge of datum.

C.4.1.9 Adjustment Capable of performing 3D adjustments for the surveyed area of GPS networks.

C.4.1.10 Feature Coding Software should support feature coding with attribute information.

C.4.1.11 COGO

Calculations

Software should be capable of computing the coordinates of unknown points

using reference points and coordinate geometry.

Page 9: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 9 of 37

C.4.1.12

Area & Line,

Spline

creations

The software should be a capable of line, spline and area for the surveyed data.

C.4.1.13 Image

Referencing

The software should have an image referencing module and the surveyed data

should be imported directly on this back ground Raster Image.

C.4.1.14 Surfaces The software should be a capable of creating Digital Elevation model being

viewed in 3D and should calculate cut and fill for the surface.

Note: Software should be capable to handle all the aspects of RTK DGPS data and Total Station data.

C.4.2 Specification for Hardware:

C.4.2.1: PC ( For Post-processing)

C.4.2.1.1 Quantity Six (6) in No.

C.4.2.1.2 Processor Intel® Core™ i3 Processor 2.5 GHz/ 800 FSB/ 3MB Cache or Better.

C.4.2.1.3 Operating System Compatible with the software.( Genuine Windows 7 or MS-XP desirable)

C.4.2.1.4 Software Microsoft® Office 2007 Software.

C.4.2.1.5 Warranty &

Service 1-year Premier Service with 1-year Complete Cover.

C.4.2.1.6 Memory 4GB Dual Channel 1000 MHz DDR3 SDRAM or better

C.4.2.1.7 Hard Drive 300 GB SATA Hard Drive or better

C.4.2.1.8 Internal Optical

Drive Slot Load 8X DVD + /-RW Drive with double layer write capability.

C.4.2.1.9 Antivirus Efficient Anti virus of one year subscription.

C.4.2.1.1

0 Monitor TFT monitor (17 inch or more) with resolution 1920x1080 or better.

C.4.2.1.1

1 Keyboard Multimedia keyboard.

C.4.2.1.1

2 Mouse Optical Mouse.

C.4.2.1.1

3 Graphics Card Compatible dedicated graphics card (NVIDEA)

C.4.2.1.1

4 General All the Essential software and accessories should be provided.

C.4.2.2: Laser Printer (Black & White)

C.4.2.2.1 Quantity Five (5) in no.

C.4.2.2.2 Paper Size A4, A3

C.4.2.2.3 Print Quality 600 x 600 dpi (black) or better

C.4.2.2.4 Print Technology Laser Printing Technology

C.4.2.2.5 Print Speed Best quality mode Black (12 ppm) or better

C.4.2.2.6 Memory Standard 32 MB or better

C.4.2.2.7 Media Supported Paper (Plain, inkjet, photo, banner), envelope, transparencies etc.

C.4.2.2.8 Input capacity standard

150 sheet or better

C.4.2.2.9 Duplex printing Available

C.4.2.3: Laser Printer (Colour)

C.4.2.3.1 Quantity One (1) in no.

C.4.2.3.2 Print Technology In-line colour laser printing technology, direct to page printing or better

C.4.2.3.3 Paper Size A3

C.4.2.3.4 Processor Speed 450MHz or better

Page 10: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 10 of 37

C.4.2.3.5 Print Quality (colour best quality)

600 X 600 dpi or better

C.4.2.3.6 Print Speed 12 ppm (Black/colour, normal quality ) or better

C.4.2.3.7 Memory Standard 96 MB or better

C.4.2.3.8 Media Supported Paper (bond, brochure, color, glossy, letterhead, photo, plain, preprinted, pre-

punched, recycled, rough), transparencies, labels, envelopes, cardstock

C.4.2.3.9 Input capacity(Sheets)

Up to 250

C.4.2.3.1

0 Output capacity (Sheets)

Up to 200

C.4.2.3.1

1 Duplex printing Available

C.4.2.3.1

2 Monthly duly cycle

30,000 pages or more

C.4.2.4: Specification for Scanner

C.4.2.4.1 Scan type Flatbed

C.4.2.4.2 Optical scanning resolution

Up to 4800 dpi

C.4.2.4.3 Bit depth 96-bit

C.4.2.4.4 Gray scale levels 256

C.4.2.4.5 Auto document feeder capacity

None

C.4.2.4.6 Transparency adapter

Built-in Transparent Materials Adapter (TMA); five 35 mm slides or six

35 mm negative frames.

C.4.2.4.7 Scan speed

10 x 15 cm colour photo to file: 13 sec for multiple image scan, 29 sec for

single image scan; 35 mm slides to file: 6 sec for multiple slide scan, 24

sec for single slide scan; 35 mm negative to file: 8 sec for multiple

negative scan, 39 sec for single negative scan; OCR A4 text page to

Microsoft® Word®: 25 sec for single image scan; 10 x 15 cm colour photo

to share/e-mail: 28 sec for single image scan; A4 PDF to e-mail: 59 sec for

single image scan

C.4.2.4.8 Scan size flatbed (maximum)

21.6 x 31.1 cm

C.4.2.4.9 Media types supported

Paper (plain, inkjet, photo, banner), envelopes, labels, cards (index,

greeting), 3-D objects, 35 mm slides and negatives (using transparent

materials adapter), iron-on transfers

C.4.2.4.1

0 Scan file format

Windows®: BMP, JPEG, TIFF, TIFF compressed, PNG, PCX, Flashpix

(FPX), PDF, PDF searchable, RTF, HTM, TXT; Macintosh: TIFF, PICT,

JPEG, GIF, FlashPix, Plain Text, PDF, HTML, Rich Text"

C.4.2.4.1

1 Scan speed in preview mode

8.5 sec

C.4.2.4.1

2 Control panel 4 front-panel buttons (Scan, Scan film, Copy, Scan to PDF)

C.4.2.4.1

3

Operating temperature range

10 to 35° C

C.4.2.4.1

4 Operating humidity range

0 to 90% RH

C.4.2.4.1

5 Non-operating humidity

0 to 90% RH

Page 11: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 11 of 37

C.4.2.4.1

6 Standard connectivity

Hi-Speed USB 2.0

C.4.2.4.1

7

Compatible operating systems

Windows® 2000, XP Home, XP Professional, XP Professional x64

Edition; Certified for Windows Vista®; Mac OS X v10.3.9, v10.4 and

higher

C.4.2.4.1

8 Mac compatible Yes

C.4.2.4.1

9 Accessories

USB cable, Power supply adapter/power cord(s), CDs (include software

and User's Guide), Setup and Support Guide, I.R.I.S. registration flyer

Note: If efficient running of the software demands higher configuration of hardware, the same need to offer.

D Documentation and manuals

2 sets of hard copies and 2 sets of soft copies (in CD/DVD media) of detailed technical manuals

should be provided for all the vendor’s items & third party items (for all the hardware and software)

in English only. This includes the detailed user manuals for critical equipments like Total stations,

RTK DGPS Receivers, Controllers, Onboard Software, Office Software etc.

E Inspection

Two or three OIL’s personnel will visit the vendor’s site for a duration of one week for carrying out

item-wise physical inspection of imported items as per specification. Vendor must provide adequate

office space for company representatives involved. They also must provide FAX/Telephone &

Internet facilities to company representatives at their office. OIL will bear the travelling and lodging

expenses of nominated OIL’s personnel for the purpose of site inspection. In case of inspection need

to be done outside India, the successful bidder must have to intimate OIL seventy five (75) days prior

to the expected inspection date.

F Delivery, Installation and Commissioning:

F.1 Delivery Schedule:

F.1.1 All items need to deliver at OIL’s office at Duliajan within One Hundred and Twenty (120) days of

issue of firm order.

F.1.2 Delivery will be the essence of the contract. Bidders are to quote their best delivery. The delivery

required against this tender is One Hundred and Twenty (120) days from the date of placement of

firm order. No preference/ benefit/ weightage shall be given for shorter delivery.

F.2 The RTK DGPS Units & Combined Survey Systems be installed and commissioned by the bidder at

Oil India Ltd’s specified location in Duliajan, Assam only. Charges if any should be quoted in the

Page 12: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 12 of 37

price schedule. Any service tax/income tax/Personal tax etc. arising out of the above will be borne by

the bidder and will be deducted at source by OIL.

F.3 The bidder can start the preliminary work pertaining to Installation and Commissioning at Duliajan

after the receipt of the firm order.

F.4 The total period of completion of installation and commissioning is maximum Forty five (45) days

from the date of intimation from OIL. This includes fifteen (15) days for arrival of the

commissioning engineers at the respective site and thirty (30) days for completion of commissioning

after arrival of the commissioning engineers at site.

F.5 The following points are to verify at the consignee’s premises jointly by the representative of the

bidder and OIL’s representative(s).

i. Quantity and physical condition of each of the items supplied.

ii. Manuals & catalogues.

iii. Software media and manuals.

iv. Necessary tests/warranty/guarantee certificates.

v. Any other details as per complete system specifications.

F.6 The installation and commissioning shall be complete in all aspects of RTK DGPS Units, Combined

Survey System, associated Software, (As per Terms & Conditions mentioned in the Tender

Document). Any integration problem in case of RTK DGPS Units and Combined Survey System and

their peripherals will not be considered as successful installation and commissioning.

F.7 Comprehensive acceptance tests as per the acceptance protocol are to be carried out during the

commissioning of each item of the system including all the accessories and peripherals by the

representative(s) of the supplier in fully working condition after dully interfacing all the supplied

items in presence of OIL’s representatives. An installation and commissioning certificate dully

signed by the authorised representatives of OIL shall be issued certifying that the fully integrated

system is functioning satisfactorily as per the supply order.

F.8 At least, one of the surveying experts is required at commissioning site for additional one week after

the system is commissioned successfully, to ensure deployment and functioning of supplied

equipments in the field.

F.9 Installation and Commissioning charges will be considered for Bid Evaluation.

Page 13: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 13 of 37

F.10 The bidder shall make all the arrangements for carrying out the installation and commissioning. All

the necessary expenses and other arrangements for travel, accommodation etc of supplier’s

engineer/(s) will be done by bidder.

F.11 For installation and commissioning, OIL will liaise only with a single point of contact of the bidder.

The bidder has to mention the contact address, phone number of the contact person who will be

responsible for installation and commissioning of all the equipments, peripherals and software items

etc.

G. Training:

G.1 In order to ensure optimal utilization of new surveying technology and efficient management of the

sophisticated system training has to be imparted to OIL’s personnel. The charges of training, if any,

should be quoted in the enclosed price schedule.

G.2 Training programme should include classroom training as well as survey-site training and will cover

topics like understanding of RTK surveying, Total station surveying, controllers, recorders, onboard

and office software applications, seamless data integration between RTK DGPS data and Total

Station data, survey data processing, processing methodology, quality control for acquired geodetic

data etc for both total station & RTK DGPS Units.

G.3 The bidder will have to organize training at OIL, Duliajan within a period of 20 days from the

completion of installation and commissioning of the surveying equipments. This training will be

imparted by OEM certified faculty for twelve (12) OIL’s personnels for a period of 20 working days.

The training will include classroom training for 10 working days covering detailed understanding of

RTK surveying, Total station surveying, controllers, recorders, onboard and office software

applications for survey data processing, processing methodology, quality control, seamless data

integration between RTK DGPS data and Total Station data etc. Further, field training on all the

above mentioned aspects of geodetic surveying operations at the surveying site should be imparted

for 10 working days so that 2D & 3D seismic survey operations for staking out source and receiver

locations on the ground can be done with precision in terms of parameterization, methodology and

finally the accurate positioning.

G.4 The bidders need to depute their surveying expert in the field for one (1) month during field

operations as per requirement of OIL for trouble free and smooth execution of geodetic surveying

operations in field.

G.5 During the course of AMC period, training on surveying operations will be imparted in

Duliajan/Operational areas once in a year. The training will be imparted to ten (10) OIL’s personnel

Page 14: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 14 of 37

for a period of ten (10) working days by OEM certified surveying expert at the field-site. This

training will include all the operational aspects of RTK surveying, Total station surveying,

controllers, recorders, onboard and office software applications for survey data processing,

processing methodology, quality control, seamless data integration between RTK DGPS data and

Total Station data etc.

G.6 The detailed training-schedule for all of the mentioned trainings will be decided by OIL in mutual

consultation with the bidder to derive maximum benefit as per OIL’s internal requirement and

objectives.

G.7 All the necessary expenses and other arrangements for travel, accommodation of bidder’s expert/(s)

will be borne by the supplier.

G.8 The details of the training should be enclosed along with the offer.

H Warranty:

H.1 All the surveying equipments along with their peripherals & accessories (including third party items)

and all the software applications including OS amongst other not explicitly mentioned hereunder

shall have to be covered by a warranty for twelve (12) months after the date of successful installation

and commissioning at site.

H.2 In case of any defect in any of the surveying equipments along with their peripherals & accessories

(including third party items) and all software applications during warranty period, the supplier shall

arrange to replace/repair the defective part at his cost and ensure that the equipment and peripherals

are in ready to use state throughout the currency of the contract.

H.3 In case of any problem in any of the surveying equipments along with their peripherals, accessories,

onboard software, and office software (including third party items) supplied against this tender

during the warranty period, the bidder’s engineer has to report at OIL, Duliajan office within 72

hours of reporting the problem. After that, the bidder has to ensure the

rectification/maintenance/repair/replacement of these equipment and peripherals and software

applications and handover the same to OIL, Duliajan within seven (7) days in ready to use condition

as per OEM standards and certification. These conditions are applicable on seamless data integration

between the RTK DGPS units and Total Stations as well.

H.4 In case of bidder’s failure as per H.3 a consequence loss (liquidated damage) shall be levied @ 0.5%

per week of the order value up to a period of 4 weeks. If the bidder fails to rectify the problem in the

stipulated time of above said 4 weeks, consequence loss (liquidated damage) shall be levied @ 1%

per week of the order value and the warranty period will also be extended for additional delays.

Page 15: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 15 of 37

H.5 The bidder must have OEM certified service centre in India, where all the repairing, maintenance and

calibration work should be done (OEM Certified).

H.6 During warranty period calibration, repair/replacement of all the equipments including third party

items shall be necessarily done once in a year at bidder’s OEM certified service centre in India. All

the necessary expenses and other arrangements for transportation of equipments will be borne by the

bidder.

H.7 Warranty should also include supply, installation and maintenance of all the software upgrades as

well as those already installed & commissioned as per scope of the tender with necessary additional

hardware, if any, free of cost at the earliest.

H.8 During the warranty period for routine maintenance, repairing/replacement of all the supplied

equipment should be done once as and when required by OIL and the bidder’s engineer(s) must visit

Duliajan/Operational site once in a year for a period of four (4) working days. All the repairing,

maintenance, should be OEM certified.

H.9 The bidder has to ensure the availability of all the accessories (mentioned in clause A.4.7 for RTK

DGPS Units & clause B.5.11 for Total Stations) throughout the currency of contract and has to

provide the same to OIL free of cost as and when the same are required for smooth running of the

RTK DGPS Units & Total Stations.

H.10 For warranty services, OIL will liaise only with a single point of contact of the bidder. The bidder

has to mention the contact address, phone number of the contact person who will be responsible for

warranty support.

H.11 All the necessary expenses and other arrangements for travel, accommodation of supplier’s engineer,

and transportation of equipments, peripherals including third party items during warranty period will

be borne by the bidder.

I. Annual Maintenance Contract (AMC):

I.1 All the surveying equipments along with their peripherals & accessories (including third party items)

and all the software applications including OS amongst other not explicitly mentioned hereunder

shall have to be covered by Annual Maintenance Contract (AMC) for Five (5) years.

I.2 AMC period will start after successful completion of Warranty period.

I.3 The bidder has to quote the total AMC charges per year separately for five year and enclose the

detailed break-up of the AMC per year in terms of different items covered along with the bid. The

charges quoted against AMC for five (5) years will be considered for commercial evaluation.

Page 16: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 16 of 37

I.4 The AMC will include preventive as well as corrective maintenance.

I.5 The bidder has to identify the critical spares required for stocking at Duliajan and the same has to be

mentioned in their quote. The successful bidder has to stock critical spares as identified to minimize

downtime of all the equipments supplied.

I.6 The bidder will depute one of their trained OEM certified surveying expert on as and when required

basis to Duliajan during five (5) years AMC period for a period of maximum of 15 working days per

year. The surveying expert should be qualified and should have minimum 2 years experience with

similar systems.

.I.7 In case of any defect in any of the surveying equipments along with their peripherals & accessories

(including third party items) during AMC period, the supplier shall arrange to replace/repair the

defective part at his cost and ensure that the equipments and peripherals are in ready to use state

throughout the currency of the contract.

I.8 The bidder, at his own cost shall arrange the clearance of the spare parts, equipments etc from

custom and port authorities in India and shall pay all requisite duties including customs duty,

damages, if any, clearance fee charges, inland transport charges etc.

I.9 In case of any problem in any of the surveying equipments along with their peripherals, accessories,

onboard software, and office software (including third party items) supplied against this tender

during the AMC period, the bidder’s engineer has to report at OIL, Duliajan office within 72 hours of

reporting the problem, in case the problem can not be solved through telephonic support. After that,

the bidder has to make sure the rectification/maintenance/repair/replacement of equipment and

peripherals to handover the instrument and peripherals to OIL, Duliajan within seven (7) days

equipment and peripherals in ready to use condition as per OEM standards and certification. These

conditions are applicable on seamless data integration between the RTK DGPS units and Total

Stations as well.

I.10 In case of bidder’s failure as per I.9 a consequence loss (liquidated damage) shall be levied @ 1%

per week of the AMC charges (for the running year) up to a period of 4 weeks. If bidder fails to

rectify the problem in stipulated time of above said 4 weeks, consequence loss (liquidated damage)

shall be levied @ 2% per week of the AMC charges (for the running year) and the AMC period will

also be extended for additional delays

I.11 During AMC period, calibration, repair/replacement of all the equipments including third party items

shall be done once in a year at bidder’s OEM certified service centre in India. All the necessary

expenses and other arrangements for transportation of equipments will be borne by the bidder. The

Page 17: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 17 of 37

bidder is also required to ensure that all the third party items are replaced, repaired, calibrated as the

case may be so that they are in ready to use state.

I.12 During the AMC period for routine maintenance, repairing/replacement of all the supplied equipment

should be done once in a year as required by OIL and the bidder’s engineer(s) must visit

Duliajan/Operational site once in a year for a period of four (4) working days. All the repairing,

maintenance, should be OEM certified.

I.13 AMC should also include supply, installation and maintenance of all the software upgrades as well as

those already installed & commissioned as per scope of the tender with necessary additional

hardware, if any, free of cost at the earliest.

I.14 The bidder must have OEM certified service centre in India, where all the repairing, maintenance and

calibration work should be done (OEM Certified). The Bidder must provide full details of the

Service facilities in India with list of RTK DGPS Units and Total Stations related service

equipments, service software’s, details of service manpower and their experience in servicing quoted

products.

I.15 The bidder has to ensure the availability of all the accessories (mentioned in clause A.4.7 for RTK

DGPS Units & clause B.5.11 for Total Stations) throughout the currency of contract and has to

provide the same to OIL free of cost as and when the same are required for smooth running of the

RTK DGPS Units & Total Stations.

I.16 For AMC services, OIL will liaise only with a single point of contact of the bidder. The bidder has to

mention the contact address, phone number of the contact person who will be responsible for AMC

support.

I.17 All the necessary expenses and other arrangements for travel, accommodation of supplier’s engineer,

and transportation of equipments, peripherals including third party items during AMC period will be

borne by the bidder.

I.18 AMC charges shall be payable quarterly after successful completion of the AMC services for that

period against submission of bills. Any consequence loss (liquidated damage) amount levied on the

bidder will be adjusted from that period’s AMC charge.

I.19 OIL may extend the AMC period with prevailing terms and conditions for a period of 2 years, after

successful completion of the existing AMC.

Page 18: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 18 of 37

General Notes for Bidders :

(Bidders should confirm each & every point clearly. Deviations, if any, should be highlighted in the quotation.) 1.0 Bidders other than the Original Equipment Manufacturer (OEM), must enclose proper authorization

certificate (in original) with a back up Warranty and Guarantee from the OEM to quote against this tender.

2.0 The bidders must submit a written undertaking that they would be able to supply all the requisite spares

and consumables (including bought out items) for a minimum period of 10 (ten) years from the Certified date of completion / successful field commissioning of the unit. Original Equipment Manufacturer's undertaking must be forwarded for the items not manufactured by the bidder.

3.0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for

clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

4.0 Predespatch Inspection:

The RTK DGPS Units & Combined Survey Systems shall be inspected by OIL's deputed engineer at manufacturers’ works / factory prior to dispatch and as per the scope/clauses mentioned in the NIT. However, such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects.

Intimation must be sent to OIL at least 75 days in advance for inspecting the equipment at manufacturer’s premises. All to & fro air fares boarding & lodging etc. of OIL's Inspection personnel shall be to OIL's account. However, all facilities required for inspection / testing shall be provided by the successful bidder to OIL's Inspection personnel.

5.0 Installation & Commissioning:

The complete RTK DGPS Units & Combined Survey Systems shall have to be installed and commissioned at Duliajan, Assam as per the scope/clauses mentioned in the NIT. OIL may provide necessary local transportation for the commissioning personnel to and from site. Installation & Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers.

6.0 Tax & Duties:

(i) All taxes, stamp duties and other levies imposed outside India shall be the responsibility of the Bidder/Seller and charges thereof shall be included in the offered rates.

(ii) All Taxes & levies imposed in India, for the services including installation & commissioning, shall be to the Bidder/Seller's account.

(iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection with installation, commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

7.0 Vendor shall supply the equipment with the nameplate carrying the following information.

Page 19: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 19 of 37

i. OEM name ii. Country of origin iii. Year of manufacture

8.0 Payment : Payment shall be released as follows:

i) 80 % of the RTK DGPS Units & Combined Survey Systems value shall be released on supply of

RTK DGPS Units & Combined Survey Systems against proof of despatch/shipment of the goods. ii) Remaining 20 % of RTK DGPS Units & Combined Survey Systems value along with installation &

commissioning charges shall be paid after successful commissioning and acceptance of the RTK DGPS Units & Combined Survey Systems by OIL at site.

iii) Training charges shall be payable on successful completion of training and submission of bill. OIL may consider making 100 % payment of the RTK DGPS Units & Combined Survey Systems value towards supply of the RTK DGPS Units & Combined Survey Systems against proof of dispatch/shipment provided bidders agree to pay interest @ 1% above prevailing Bank Rate (CC rate) of State Bank of India for 20 % of the RTK DGPS Units & Combined Survey Systems value and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of RTK DGPS Units & Combined Survey Systems at site. This is in addition to the 10 % of the order value towards Performance Security as per the NIT requirement. Offers not complying with the payment terms as indicated above shall be loaded with one percent above the prevailing Bank rate (CC rate) of State Bank of India for duration of commissioning time indicated in the tender plus transit time (3 months) for evaluation purpose.

9.0 Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same

categorically in their quotation. 9.1 The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are

issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 attached.

9.2 Other terms and conditions of the tender shall be as per “General Terms & Conditions” for e-

Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders). However, if any of the Clauses of the Bid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here contradict the Clauses in the “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

Page 20: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 20 of 37

Annexure II

Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC)

(I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications, terms, and conditions given in the NIT. Bids shall be rejected in case the items offered do not conform to the required technical minimum / maximum parameters stipulated in the technical specifications and to the respective international /national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected:

(A) TECHNICAL:

1.0 Bidder’s Qualification

The bidder shall be an Original Equipment Manufacturer (OEM) of RTK DGPS Unit and Combined survey system as described in clause A for RTK DGPS Unit and clause B for Combined survey system.

OR

The bidder shall be an authorized dealer of the Original Equipment Manufacturer (OEM) of RTK DGPS Unit and Combined survey system as described in clause A for RTK DGPS Unit and clause B for Combined survey system. Necessary certificate to this effect duly signed & stamped by the OEM must be submitted by the bidder along with the bid.

2.0 Bidder’s Experience

2.1 The bidder must have sold & commissioned minimum of Five (5) nos. of quoted RTK DGPS unit in last three (3) years preceding to the Bid Closing date of this Tender and of which at least two (2) nos. of such systems must have been sold & commissioned in India. Necessary documents need to be provided in the support of the same.

2.2 The Bidders must have sold & commissioned minimum of five (5) quoted combined surveying systems in last three (3) years preceding to the Bid Closing date of this Tender and of which at least two (2) nos. of such systems must have been sold & commissioned in India. Necessary documentary evidence need to be provided in the support of the same.

3.0 General:

3.1 All the materials as indicated in the material description of the enquiry should be offered. If any of the items are not offered by the bidder, the offer will be considered as non-responsive and rejected.

3.2 The bidder should quote the latest make and model at the time of bid submission.

3.3 Bidder must provide self-certification stating that the bidder has not been debarred from participation in any tender or/and supply of survey equipments from any state or central government organisations, PSUs in last five (5) years. In case of false self-certification the bid will be rejected.

3.4 The bidder must have an OEM certified service centre in India, where all the repairing, maintenance and calibration work should be done (OEM Certified). The Bidder must provide comprehensive detail of their Service facilities in India, with list of equipments employed for servicing the surveying equipments (RTK DGPS units & Total Stations) and service software. The Bidder must also provide detail of service manpower and their experience in servicing the quoted products.

Page 21: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 21 of 37

3.5 Bidders must quote the specifications as per tender format and all the columns of the check list and price should be filled properly. However, prices should be kept blank in the technical bid.

3.6 Bidders must submit a written undertaking that, in case of an order, they will provide services for Installation/Commissioning of the entire system, training as Duliajan (Assam) and Comprehensive Annual Maintenance Contract (AMC) as per the tender requirements. Any bidder not offering the same shall be considered as non responsive and rejected.

(B) COMMERCIAL:

Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/E-01/2005) with following Special Bid Rejection Criteria.

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single

Stage Two Bid System. Please note that no price details should be furnished in the Technical (i.e. Unpriced) bid. The “Unpriced Bid” shall contain all techno-commercial details except the prices which shall be kept blank. The “Priced Bid” must contain the price schedule and the bidder’s commercial terms and conditions. Bidder not complying with above submission procedure will be rejected.

2.0 Bid security of US $ 10,665.00 or Rs. 4,80,000.00 shall be furnished as a part of the TECHNICAL BID.

Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender. Bank Guarantee towards Bid Security shall remain valid till 3rd April 2014.

3.0 Validity of the bid shall be minimum 6 months (180 days). Bids with lesser validity will be rejected. 4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make and

of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of commissioning against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make and

of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of commissioning of the complete individual unit at site against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value.

The Performance Bank Guarantee must be valid for one year from the date of receipt/acceptance of goods or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

Page 22: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 22 of 37

6.0 Bidders are required to submit the summary of the prices in their priced bids as per bid format (

Summary ), given below :

(i) Priced Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total material Value as per Price Schedule for the bidder - Profroma `A’ (B) Packing & FOB Charges (C) Total FOB Port of Shipment value (D) Air Freight Charges upto Kolkata, India (E) Insurance Charges (F) Total CIF Kolkata value (G) Installation & Commissioning (H) Training Charges (I) AMC Charges for 5 years (J) Total Value, ( F + G + H + I ) above (K) Total value in words : (L) Gross Weight : (M) Gross Volume

(ii) Priced Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total material Value as per Price Schedule for the bidder - Profroma `A’ (B) Packing and Forwarding Charges (C) Total Ex-works value (D) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (E) Sales Tax, (Please indicate applicable rate of Tax) (F) Total FOR Despatching station price (C + D + E ) above (G) Road Transportation charges to Duliajan (H) Insurance Charges (I) Assam Entry Tax (J) Total FOR Duliajan value (K) Installation & Commissioning (L) Training Charges (M) AMC Charges for 5 years (N) Total Value, ( J + K + L + M ) above (O) Total value in words : (P) Gross Weight : (Q) Gross Volume :

NOTES : Attention of Bidders is drawn to the followings, which were specified in the Tender document: 1. All the items will be procured from the same source. Evaluation will be done taking the prices of all

items together as shown in the Profroma ‘A’.

Page 23: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 23 of 37

2. Installation/Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training personnel during their stay at Duliajan, Assam(India).

3. Training charges, if any must be quoted separately on lumpsum basis. Training charges at OIL’s

premises should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s training personnel during their stay at Duliajan, Assam(India). In case of training at Bidder’s premises, to and fro fares, boarding/lodging and other enroute expenses of OIL’s personnel shall be borne by OIL.

4. All Income, Service, Corporate Taxes etc. towards the services provided under installation /

commissioning and Training shall be borne by the supplier and will be deducted at source at the time of releasing the payment.

5. Banking charges in the country of the foreign bidder shall be borne by the bidder. 6. Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent

above the prevailing Bank rate (CC rate) of State Bank of India for duration of commissioning time indicated in the tender plus transit time (3 months) for evaluation purpose.

7. The items covered under this enquiry shall be used by OIL in the PEL/ML areas issued/renewed after

01/04/99 and hence, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders must quote Deemed Export prices. Excise Duty under Deemed Export exempted.

8. Details of prices as per Bid format / Priced bid as mentioned above must be uploaded as

Attachment in the attachment link under “Techno-Commercial Bid”.

7.0 Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will

be rejected. (II) BID EVALUATION CRITERIA (BEC) :

Bids conforming to the specifications, terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria mentioned in Section D of “General Terms & Conditions” for e- Procurement as per Booklet No. MM/GLOBAL/E-01/2005.

Page 24: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 24 of 37

Price Schedule for the bidder - Profroma ‘A’

Price Schedule for the Bidder

Please fill the relevant rows/column and attach/ up-load in the Area for uploading Priced Bid**

Sl.

No.

Item No.

Item

Description

Quantity

Unit

Cost

Total

Cost

Remarks

(If any)

A.4.1 Receiver 1 a1 A1= (1 X a1)

A.4.2 Antenna 1 a2 A2= (1 X a2)

A.4.3 Display Controller 1 a3 A3= (1 X a3)

A.4.5 Onboard Software 1 a4 A4= (1 X a4)

A.4.6 Radio Modem 1 a5 A5= (1 X a5)

Tribrach with

optical plumnet 2 a6 A6= (2 X a6)

Wooden

Telescopic

Tripod

2 a7 A7= (2 X a7)

Rechargeable

internal Batteries 3 a8 A8= (3 X a8)

A.

RTK

DGPS

Unit

Accessories/

Consumables

(A.4.7)

Battery Charger 3 a9 A9= (3 X a9)

Total cost of one (1) nos. of RTK DGPS Unit ( comprising of all the items under the

head item description from A.4.1. to A.4.7)

A= [SUM from

A1 to A9]

1

Six Nos. of RTK DGPS Units with all the items

under the head item description from A.4.1. to

A.4.7

6 A T= (6 X A)

RTK DGPS Unit 2 A B0= (2 X A)

Total Station 2 b1 B1= (2 X b1)

2 B.

Combined

Surveying

System Accessories/

Consumables

Singular Circular

Prism 4 b2 B2=(4 X b2)

Page 25: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 25 of 37

Reflector Pole 4 b3 B3=(4 X b3)

Tribrach with

optical plumnet 6 b4 B4= (6 X b4)

Tribrach without

optical plummet

4 b5 B5= (4 X b5)

Dual Start Support 4 b6 B6= (4 X b6)

Instrument Height

Meter 4 b7 B7= (4 X b7)

Wooden Telescopic

Tripod 8 b8 B8= (8 X b8)

Rechargeable

Internal Battery 6 b9 B9= (6 X b9)

(B.5.11)

Battery Charger 6 b10 B10= (6 X b10)

Total cost of the one (1) no. of Combined Surveying System (RTK DGPS unit, Total

Station & Accessories/Consumables)

B= [SUM of B0

to B10]

Two (2) nos. of Combined Surveying System

(comprising of RTK DGPS unit, Total Station

& Accessories/Consumables)

2 B U= (2 X B)

C.4.1 Office Software

suite including license etc. 4 C1 C1= (4 X c1)

C.4.2.1 PC 6 C2 C2= (6X c2)

C.4.2.2 Laser Printer

(B&W) 5 C3 C3= (5X c3)

C.4.2.3 Laser Printer

(Colour) 1 C4 C4= (1X c4)

3

C. Office Software &

Hardware

C.4.2.4 Scanner 4 C5 C5= (4 X c5)

Page 26: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 26 of 37

Total Cost of Office Software & Hardware V= SUM of

(C1 to C5)

4 F. Installation & Commissioning 1 f1 W= f1

5 G.Training 1 g 1 X= g1

Charges For 1st Year 1 i 1 I1= i1

Charges For 2nd Year 1 i 2 I2= i2

Charges For 3rd Year 1 i 3 I3= i3

Charges For 4th Year 1 i 4 I4= i4

Charges For 5th Year 1 i 5 I5= i5

6 I. Annual Maintenance

Contract (AMC)

Total AMC charges for five (5) years Y= SUM of

(I1 to I5)

Z=( T+U+V+W+X+Y)

(In Figures)

7

Total Cost of all the items from Serial

No.1 to Serial No.7 Z=( T+U+V+W+X+Y)

(In words)

Page 27: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 27 of 37

ANNEXURE-III

(A) Check List for the Bidder

Important: Please tick relevant box and specify remarks, if any. Use additional sheets for remarks if required.

NIT

Item No.

Agree Any Deviation Remarks Technical Brochure

Reference Page No.

A.1

A.2

A.3

A.4.1.1

A.4.1.2

A.4.1.3

A.4.1.4

A.4.1.5

A.4.1.6

A.4.1.7

A.4.1.8

A.4.1.9

A.4.1.10

A.4.1.11

A.4.1.12

A.4.1.13

A.4.1.14

A.4.1.15

A.4.2

A.4.3.1

Page 28: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 28 of 37

A.4.3.2

A.4.3.3

A.4.3.4

A.4.4.1

A.4.4.2

A.4.4.3

A.4.4.4

A.4.4.5

A.4.5.1

A.4.5.2

A.4.5.3

A.4.5.4

A.4.5.5

A.4.5.6

A.4.5.7

A.4.6

A.4.7.1

A.4.7.2

A.4.7.3

A.4.7.4

A.4.7.5

A.4.7.6

A.4.7.7

Page 29: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 29 of 37

B.1

B.2

B.3

B.4

B.5.1

B.5.2

B.5.3

B.5.4

B.5.5

B.5.6

B.5.7

B.5.8

B.5.9

B.5.10

B.5.11.1

B.5.11.2

B.5.11.3

B.5.11.4

B.5.11.5

B.5.11.6

B.5.11.7

B.5.11.8

B.5.11.9

Page 30: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 30 of 37

B.5.11.10

C.1

C.2

C.3

C.4.1.1

C.4.1.2

C.4.1.3

C.4.1.4

C.4.1.5

C.4.1.6

C.4.1.7

C.4.1.8

C.4.1.9

C.4.1.10

C.4.1.11

C.4.1.12

C.4.1.13

C.4.1.14

C.4.2.1.1

C.4.2.1.2

C.4.2.1.3

C.4.2.1.4

C.4.2.1.5

Page 31: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 31 of 37

C.4.2.1.6

C.4.2.1.7

C.4.2.1.8

C.4.2.1.9

C.4.2.1.10

C.4.2.1.11

C.4.2.1.12

C.4.2.1.13

C.4.2.1.14

C.4.2.2.1

C.4.2.2.2

C.4.2.2.3

C.4.2.2.4

C.4.2.2.5

C.4.2.2.6

C.4.2.2.7

C.4.2.2.8

C.4.2.2.9

C.4.2.3.1

C.4.2.3.2

C.4.2.3.3

C.4.2.3.4

C.4.2.3.5

Page 32: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 32 of 37

C.4.2.3.6

C.4.2.3.7

C.4.2.3.8

C.4.2.3.9

C.4.2.3.10

C.4.2.3.11

C.4.2.3.12

C.4.2.4.1

C.4.2.4.2

C.4.2.4.3

C.4.2.4.4

C.4.2.4.5

C.4.2.4.6

C.4.2.4.7

C.4.2.4.8

C.4.2.4.9

C.4.2.4.10

C.4.2.4.11

C.4.2.4.12

C.4.2.4.13

C.4.2.4.14

C.4.2.4.15

C.4.2.4.16

Page 33: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 33 of 37

C.4.2.4.17

C.4.2.4.18

C.4.2.4.19

D

E

F.1.1

F.1.2

F.2

F.3

F.4

F.5

F.6

F.7

F.8

F.9

F.10

F.11

G.1

G.2

G.3

G.4

G.5

G.6

Page 34: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 34 of 37

G.7

G.8

H.1

H.2

H.3

H.4

H.5

H.6

H.7

H.8

H.9

H.10

H.11

I.1

I.2

I.3

I.4

I.5

I.6

I.7

I.8

I.9

I.10

Page 35: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 35 of 37

I.11

I.12

I.13

I.14

I.15

I.16

I.17

I.18

I.19

J.

J.1

J1.1.1

J1.1.2

J1.2.1

J1.2.2

J.2.1

J.2.2

J.2.3

J.2.4

J.2.5

J.2.6

J.2.7

K.1

K.2

Page 36: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 36 of 37

ANNEXURE-III

( B ) COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes" OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

Sl# REQUIREMENT COMPLIANCE

1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No

2.0 Whether quoted as manufacturer? Yes / No

2.1 Whether quoted as Supply House / Distributor. To Specify- Yes / No

2.2 If quoted as Supply House / Distributor, Yes / No

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted?

3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) Sent separately? If YES, provide details

(a) Amount :

(b) Name of issuing Bank :

(c) Validity of Bid Bond :

3.1 Whether offered firm prices? Yes / No

3.2 Whether quoted offer validity of Six months from the date of closing of tenders? Yes / No

3.3 Whether quoted a firm delivery period? Yes / No

3.4 Whether agreed to the NIT Warranty clause? Yes / No

3.5 Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges?

Yes / No

3.6 Whether confirmed to submit PBG as asked for in NIT? Yes / No

3.61 Whether agreed to submit PBG within 30 days of placement of order? Yes / No

3.7 Whether Price attached/ up-loaded as per Price Schedule as per Profroma `A’? Yes / No

3.8 Whether quoted as per NIT (without any deviations)? Yes / No

3.81 Whether quoted any deviation? Yes / No

3.82 Whether deviation separately highlighted? Yes / No

3.9 Whether indicated the country of origin for the items quoted? Yes / No

3.91 Whether technical literature / catalogue enclosed? Yes / No

3.92 Whether weight & volume of items offered indicated? Yes / No

4.0 For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding charges?

Yes / No

4.1 For Foreign Bidders – Whether port of shipment indicated. To specify: Yes / No

4.2 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance ) ?

Yes / No

4.3 Whether Indian Agent applicable? Yes / No

Page 37: Material Description QTY. UOM - Oil IndiaA.4.5.1: Graphics One Onboard Software should be offered with each RTK DGPS Unit. Graphics representation of Points, Lines and Areas. Application

Tender No. SDG8655P13/09 Page 37 of 37

If YES, whether following details of Indian Agent provided?

(a) Name & address of the agent in India – To indicate

(b) Amount of agency commission – To indicate

(c) Whether agency commission included in quoted material value?

5.0 For Indian Bidders – Whether indicated the place from where the goods will be dispatched. To specify :

Yes / No

5.1 For Indian Bidders – Whether road transportation charges up to Duliajan quoted? Yes / No

5.2 For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges?

Yes / No

5.3 For Indian Bidders only - Whether indicated import content in the offer? Yes / No

5.4 For Indian Bidders only - Whether offered Deemed Export prices? Yes / No

5.5 For Indian Bidders only – Whether all applicable Taxes & Duties have been quoted? Yes / No

6.0 Whether all BRC/BEC clauses accepted? Yes / No

7.0 If Installation/ Commissioning charges applicable, whether separately quoted on lumpsum basis?

Yes / No

7.1 If Training charges applicable, whether separately quoted on lumpsum basis? Yes / No 7.2 Whether AMC (year wise) charges quoted? Yes / No

7.3 Whether to & fro air fares, boarding/lodging of the commissioning personnel at Duliajan, Assam(India) included in the quoted charges ?

Yes / No

7.4 Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation/ Commissioning & Training are included in the prices quoted ?

Yes / No

8.0 Whether Integrity Pact with digital signature uploaded? Yes / No

Offer reference

Name of the Bidder