ndma odisha tender doc
DESCRIPTION
This contains specifications for Disaster Management tender for Odisha.TRANSCRIPT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 1/368
GOVERNMENT OF INDIA
AND
GOVERNMENT OF ODISHA
NATIONAL CYCLONE RISK MITIGATION PROJECT
(CREDIT NO: 5413 – IN)
INTERNATIONAL COMPETETIVE BID DOCUMENT
PROCUREMENT OF
SUPPLY, INSTALLATION, COMMISSIONING AND
SERVICES FOR EARLY WARNING DISSEMINATION
SYSTEM FOR THE COASTAL DISTRICTS OF
ODISHA
IFB No: ODISHA/SRC/NCRMP/EWDS/0008/2015
Project
Last Mile Connectivity (Component-A) of the
National Cyclone Risk Mitigation Project (NCRMP)
Purchaser
Special Relief Commissioner,
Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor, Rajiv Bhawan, Unit 5,
Bhubaneshwar – 751001, ODISHA
Country: India
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 2/368
2
SL.
NO
DESCRIPTION DATE AND TIME
1 NAME OF THE WORK PROCUREMENT OF SUPPLY
INSTALLATION, COMMISSIONING AND
SERVICES FOR EARLY WARNINGDISSEMINATION SYSTEM FOR THE
COASTAL DISTRICTS OF ODISHA
2 PERIOD OF AVAILABILITY OF
BIDDING DOCUMENT ON WEB SITE
FROM : 27.11.2015 from 11.00 HRS
TO : 18.01.2016 upto 15.00 HRS
3 LAST DATE AND TIME FOR ONLINE
SUBMISSION OF BIDS
19.01.2016 @ 15.00 HRS
4 TIME AND DATE OF PRE BID
CONFERENCE
21.12.2015 @ 11.30 HRS
5 TIME AND DATE OF OPENING OF
BIDS (BIDS WILL BE OPENED ONLINE
BY THE AUTHORIZED OFFICERS)
21.01.2016 @ 15.00 HRS
OFFICER INVITING BIDS:
Special Relief Commissioner,
Revenue and DM (Special Relief) Department, Government of Odisha,
Ground Floor, Rajiv Bhawan, Bhubaneshwar – 751001, Odisha
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 3/368
3
CONTENTS
Notce Inviting Tender
Invitation for Bids (IFB)
Section I. Instructions to Bidders (ITB) 1-35
Section II. Bid Data Sheet (BDS) 1-15
Section III. Eligible Countries for the Provision of Goods, Works, and Services in 1-2
Bank-Financed Procurement
Section IV. General Conditions of Contract 1-71
Section V. Special Conditions of Contract (SCC) 1-19
Section VI. Technical Requirements (including Implementation Schedule) 1-138
Section VII. a Sample Form (Technical) 1-40
Section VII. b Sample Forms (Financials) 1-40
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 4/368
4
NOTICE INVITING TENDER
GOVERNMENT OF ODISHA
REVENUE & DISASTER MANAGEMENT (SPECIL RELIEF) DEPARTMENT
NATIONAL CYCLONE RISK MITIGATION PROJECT (NCRMP)
CREDIT NO: NCRMP - 5413 – IN
INTERNATIONAL COMPETITIVE BIDDING
e - PROCUREMENT NOTICE/ INVITATION FOR BIDS (IFB)
IFB NO: ODISHA/SRC/NCRMP/EWDS/0008/2015 Date: 23.11.2015
1. The National Cyclone Risk Mitigation Project (NCRMP) has been drawn up by the
Ministry of Home Affairs, Government of India with a view to mitigating the effects ofCyclone and is being implemented in ODISHA with World Bank assistance. Revenue
(DM) Department (Special Relief) is the State Level Project Implementation Unit for
implementation of NCRMP Component A in Odisha.
2. Component A of the project relates to the Last Mile Connectivity of National Cyclone
Risk Mitigation Project (NCRMP) for the State of Odisha. The Project comprises of
Development of Early Warning Dissemination System (EWDS) connecting to the Last
Mile and Capacity building of all stakeholders in order to reduce the vulnerability of
coastal communities by addressing the existing gap in dissemination of warning of
Cyclones and other hydro-metrological disasters.
3.
The Special Relief Commissioner, Government of Odisha now invites International Bids
for the Procurement of Installation, Commissioning, Supply and Services for Early
Warning Dissemination System (EWDS) through e- procurement system.
4. The Bid document is available online and the bids are to be submitted online through e-
tendering portal https://tendersodisha.gov.in only. Bids submitted manually will not be
accepted. Bidders may download the Bid documents from the e – Tendering Portal
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 5/368
5
https://tendersodisha.gov.in. The Bidders would be required to register in the web site
which is free of cost. For submission of bids, the bidders are required to have Digital
Signature Certificate (DSC) (Class-II or Class-III) from the authorized certifying
authorities as mentioned in the bid document.
5.
The bidders are required to submit the following to the O/o Special Relief Commissioner, Revenue and DM Special Relief Department, Government of Odisha, Rajiv Bhawan,
Unit 5, Bhubaneshwar - 751001 on or before 21.01.2016 up to 11.30 Hrs by Registered
Post, Courier service or hand delivery. Documents received after due date and time shall
not be entertained.
a) Original Bid Security as per the format in Section VII for an amount of Rs.
65,50,000/- (Rs Sixty five Lakhs and fifty thousands only) and shall be valid for
28 days beyond the validity of the bid.
b)
a non refundable Demand Draft (DD) of Rs.15,000/- (Rs Fifteen Thousand Only)drawn in favour of “Special Relief Commissioner, Odisha, payable at
Bhubaneshwar”
c) Original affidavit regarding the correctness of information furnished with bid
document
d) The above documents may be submitted in one envelope. The Bidders shall not
write their names or addresses on this envelope.
e) The number mentioned on acknowledgement of online submission of the bid by
the bidder shall be mentioned on envelope containing the documents as detailed
above.
f)
Bids shall remain valid for a period of 180 days after the last date specified for bidsubmission.
6. A pre-bid meeting shall be held on date : 21.12.2015 @ 11.30 hrs at the o/o Special
Relief Commissioner, Revenue and DM Special Relief Department, Government of
Odisha, Rajiv Bhawan, Unit 5, Bhubaneshwar - 751001 to clarify the issues and to
answer the questions on any matter that may be raised at that stage .
Entry to Rajiv Bhawan is through Form’H’ ,Visitors Pass issued by Secretariat Security
Section, Government of Odisha. Interested bidders desirous of attending prebid meeting
shall register themselves in individual on line at “http://epass.ocac.in” well in advance.
For issue of e-pass they must inform in writing to SRC Department or SRC Control
Room tel no : 0674-2534177 mentioning their “e-Pass registration number or registered
mobile number” minimum one day in advance .
7. The Last Date and time for receipt of bids through the e-tendering portal
http://tendersodisha.gov.in is 19.01.2016 up to 15.00 Hrs and will be opened on 21.01..2016
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 6/368
6
at 15.00 Hrs. If the office happens to be closed on the date opening of bids as specified,
the bids will be opened on the next working day at the same time and venue.
8. Other details can be seen in the bidding documents. The Employer shall not be held liable
for any delays due to system failure beyond its control. Even though the system will
attempt to notify the bidders of any bid updates, the employer shall not be liable for any
information not received by the bidder. It is bidder’s responsibility to verify the website
for the latest information related to the tender.
9. The authority reserves the right to accept or reject (Fully/Partly) tender without assigning
any reason thereof.
10. The address for Communication is as under:
Special Relief Commissioner , Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor,
Rajiv Bhawan, Unit 5, Bhubaneshwar – 751001, Odisha,
India
Tel: +91-0674-2534180/2536721
FAX: +91-674-2534176
Email: [email protected]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 7/368
7
Invitation for Bids (IFB)
Issuing date of the IFB: 23.11.2015
Name of Country: India
Name of Project: Last Mile Connectivity (Component-A) of the National Cyclone Risk
Mitigation Project (NCRMP)
Brief Description of the Early Warning Dissemination System:
The Early Warning Dissemination System comprises of the technologies namely Mass
Messaging and Alert Tower Siren System for early warning dissemination before arrival of
Cyclone i.e. Pre disaster scenario. Technologies such as Digital Mobile Radio (DMR) and
Satellite-based Mobile Data/ Voice terminals (SBMDV) has been proposed which are suitable
for both Pre, during and Post Disaster Scenario as well. Besides this, the project aims at
Strengthening of State Emergency Operation Centre (SEOC), District Emergency Operation
Centre (DEOC) and Block Emergency Operation Centre (BEOC) and their Broadband
Connectivity through OSWAN.
The selected technologies are best suited for different purposes, redundant and can be used fordifferent applications and Groups. The details of different Technology Requirements have been
discussed in other sections.
Loan / Credit Number: NCRMP-1 / 5413-IN / ODISHA
IFB Title: Procurement of Supply, Installation, Commissioning and Services for Early Warning
Dissemination System for the Coastal Districts of ODISHA
IFB Number: ODISHA/SRC/NCRMP/EWDS/0008/2015
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
project that appeared in UNDB web site.
2. The Government of India has received a loan from the International Bank for
Reconstruction and Development toward the cost of Implementation of Component-A
of Last mile connectivity of NCRMP, and it intends to apply part of the proceeds of this
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 8/368
8
loan to payments under the agreement(s) resulting from this IFB Title: Procurement of
Supply, Installation, Commissioning and Services for Early Warning Dissemination
System for the Coastal Districts of ODISHA and IFB Number :
ODISHA/SRC/NCRMP/EWDS/0008/2015.
3. Special Relief Commissioner, Revenue and DM (Special Relief) Department
(Purchaser) is the State Level Project Implementation Unit for implementation of
NCRMP in ODISHA which serves as the implementing agency for the project and now
invites sealed bids from eligible Bidders for Supply, Installation, Commissioning and
Services for Early Warning Dissemination System for the Coastal Districts of ODISHA
including Training and Technical Support.
4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures
specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA
Credits, edition of and is open to all Bidders eligible as defined in these Guidelines, that
meet the following minimum qualification criteria as specified in the Bidding
Document.5. Interested eligible Bidders may obtain further information from Special Relief
Commissioner , Revenue and DM (Special Relief) Department, Government of Odisha,
Ground Floor, Rajiv Bhawan, Bhubaneshwar – 751001, India, Tel: +91-674-
2534180/2536721,
FAX: +91-674-2534176,
Email: [email protected], [email protected]
6. The complete set of Bid document is available online and the bids are to be submitted
online through e-tendering portal http://tendersodisha.gov.in only. Bids submitted
manually will not be accepted. Bidders may download the Bid documents from the e –
Tendering Portal http://tendersodisha.gov.in 7. The original documents like Bid Security for Rs. 65,50,000/- as per the required format,
Bid document fee etc., as specified in Notice Inviting Tender shall be submitted to the
O/o Special Relief Commissioner , Revenue and DM (Special Relief) Department,
Government of Odisha, Rajiv Bhawan, Bhubaneshwar – 751001, on or before
21.01.2016 up to 11.00 Hrs by Registered Post, Courier service or hand delivery.
Documents received after due date and time shall not be entertained
8. A pre-bid meeting will be held on date: 21.12.2015 @ 11.30 hrs at the o/o Special Relief
Commissioner, Revenue and DM Special Relief Department, Government of Odisha,
Rajiv Bhawan, Unit 5, Bhubaneshwar - 751001 , in which potential bidders may attend
as per schedule mentioned in Notice Inviting Tender (NIT).
Entry to Rajiv Bhawan is through Form’H’ ,Visitors Pass issued by Secretariat Security
Section, Government of Odisha. Interested bidders desirous of attending prebid meeting
shall register themselves in individual on line at “http://epass.ocac.in” well in advance.
For issue of e-pass they must inform in writing to SRC Department or SRC Control
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 9/368
9
Room tel no : 0674-2534177 mentioning their “e-Pass registration number or
registered mobile number” minimum one day in advance .
9. Bids will be opened in the presence of Bidders’ representatives who choose to attend at
the address below at time and date as specified in the NIT . If the Office happens to be
closed on the date of opening of Bids as specified, the bids will be opened on the next
working day at the same time and venue.
10. The attention of prospective Bidders is drawn to (i) the fact that they will be required to
certify in their bids that all software is either covered by a valid license or was produced
by the Bidder and (ii) that violations are considered fraud, which can result in
ineligibility to be awarded World Bank-financed contracts.
11. The address for Communication is as under:
Special Relief Commissioner , Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor,
Rajiv Bhawan, Bhubaneshwar – 751001
India
Tel: +91-674-2534180/2536721
FAX: +91-674-2534176
Email: [email protected], [email protected]
DETAILS
Package No Name of Work Approximate
Value of
Work (Rs inLakhs)
Bid
Security
(Rs. InLakhs)
Cost of
Document
(Rs. InLakhs)
Period of
completion
(in months)
1 2 3 4 5 6
ODISHA/SRC/NC
RMP/EWDS/0008/
2015
PROCUREMENT OF
SUPPLY,
INSTALLATION,
COMMISSIONING
AND SERVICES FOR
EARLY WARNING
DISSEMINATION
SYSTEM FOR THECOASTAL DISTRICTS
OF ODISHA
3701.00 65.50 0.15 9
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 10/368
SectionI. Instructions to Bidders 1
SECTION I. INSTRUCTIONS TO BIDDERS (ITB)
(Single-Stage Two Envelop Bidding)
Table of Clauses
A. General........................................................................................................................... 3
1. Scope of Bid and Bidding Process .......................................................................... 32. Source of Funds ...................................................................................................... 33. Fraud and Corruption .............................................................................................. 44. Eligible Bidders ...................................................................................................... 65. Eligible Goods and Services ................................................................................... 76. Qualifications of the Bidder .................................................................................... 87. Cost of Bidding .................................................................................................... 11
8. Site Visit ............................................................................................................... 11
B. The Bidding Documents .............................................................................................. 11
9. Content of Bidding Documents ............................................................................. 1110. Clarification of Bidding Documents and Pre-bid Meeting ..................................... 1211. Amendment of Bidding Documents ...................................................................... 13
C. Preparation of Bids...................................................................................................... 13
12. Language of Bid ................................................................................................... 1313. Documents Comprising the Bid ............................................................................ 1314. Bid Prices ............................................................................................................. 15
15. Bid Currencies ...................................................................................................... 1816. Documents Establishing the Conformity of the Information System to the BiddingDocuments ........................................................................................................... 18
17. Securing the Bid ................................................................................................... 1918. Period of Validity of Bids ..................................................................................... 2119. Format and Signing of Bid .................................................................................... 22
D. Submission of Bids ....................................................................................................... 23
20. Sealing and Marking of Bids................................................................................. 2321. Deadline for Submission of Bids ........................................................................... 2322. Late Bids .............................................................................................................. 2323. Withdrawal, Substitution, and Modification of Bids .............................................. 23
E. Bid Opening and Evaluation ....................................................................................... 24
24. Opening of Bids by Purchaser ............................................................................... 2425. Clarification of Bids ............................................................................................. 2526. Preliminary Examination of Bids .......................................................................... 2527. Conversion to Single Currency ............................................................................. 2628. Evaluation and Comparison of Bids ...................................................................... 2629. Domestic Preference ............................................................................................. 32
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 11/368
SectionI. Instructions to Bidders 2
30. Contacting the Purchaser ...................................................................................... 32
F. Postqualification and Award of Contract ................................................................... 32
31. Postqualification ................................................................................................... 3232. Award Criteria ...................................................................................................... 3333. Purchaser’s Right to Vary Quantities at Time of Award ........................................ 3334. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids ..................... 3435. Notification of Award ........................................................................................... 3436. Signing of Contract ............................................................................................... 3437. Performance Security ............................................................................................ 3438. Adjudicator ........................................................................................................... 35
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 12/368
SectionI. Instructions to Bidders 3
Instructions to Bidders
A. GENERAL
1. Scope of Bid
and Bidding
Process
1.1 The Purchaser named in the BDS and the SCC for GCC Clause1.1 (b) (i), or its duly authorized Purchasing Agent if sospecified in the BDS (interchangeably referred to as “thePurchaser” in these Bidding Documents), invites bids for thesupply and installation of the EWDS System (ES), as brieflydescribed in the BDS and specified in greater detail in theseBidding Documents.
1.2 The title and identification number of the Invitation for Bids(IFB) and resulting Contract(s) are provided in the BDS.
1.3 Throughout the Bidding Documents, the term "in writing" means
communicated in written form (e.g. by mail, e-mail, fax, telex)with proof of receipt, and the term "days" means calendar daysunless a different meaning is evident from the context.
1.4 If the BDS so provides, alternative procedures forming part orall of what is commonly known as e-procurement are availableto the extent specified in, or referred to by, the BDS.
2. Source of
Funds
2.1 The Borrower named in the BDS has applied for or received aloan or credit (as identified in the BDS, and called a “loan” inthese Bidding Documents) from the International Bank forReconstruction and Development or the International
Development Association (called “the Bank” in these BiddingDocuments) equivalent to the amount indicated in the BDStoward the cost of the Project specified in the BDS. TheBorrower intends to apply a portion of the proceeds of this loanto eligible payments under the Contract for which these BiddingDocuments are issued.
2.2 Payment by the Bank will be made only at the request of theBorrower, or the Borrower’s executing agency, and uponapproval by the Bank in accordance with the terms andconditions of the Loan Agreement, and will be subject in all
respects to the terms and conditions of that agreement. TheLoan Agreement prohibits a withdrawal from the loan accountfor the purpose of any payment to persons or entities, or for anyimport of goods, if such payment or import, to the knowledge ofthe Bank, is prohibited by a decision of the United NationsSecurity Council taken under Chapter VII of the Charter of theUnited Nations. No party other than the Borrower shall deriveany rights from the Loan Agreement or have any claim to the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 13/368
SectionI. Instructions to Bidders 4
loan proceeds.
3. Fraud and
Corruption
3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, andcontractors and their subcontractors under Bank-financedcontracts, observe the highest standard of ethics during the procurement and execution of such contracts.1 In pursuance ofthis policy, the Bank:
(a) defines, for the purposes of this provision, the terms setforth below as follows:
(i) “corrupt practice”2 is the offering, giving, receivingor soliciting, directly or indirectly, of anything ofvalue to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission,
including a misrepresentation, that knowingly orrecklessly misleads, or attempts to mislead, a partyto obtain a financial or other benefit or to avoid anobligation;
(iii) “collusive practice”4 is an arrangement between twoor more parties designed to achieve an improper purpose, including to influence improperly theactions of another party;
(iv) “coercive practice”5 is impairing or harming, orthreatening to impair or harm, directly or indirectly,any party or the property of the party to influenceimproperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering orconcealing of evidence material to theinvestigation or making false statements to
1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or contract execution for undue advantage is improper.
2 “Another party” refers to a public official acting in relation to the procurement process or contract execution].
In this context, “public official” includes World Bank staff and employees of other organizations taking orreviewing procurement decisions.
3 A “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process orcontract execution; and the “act or omission” is intended to influence the procurement process or contractexecution.
4 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.
5 A “party” refers to a participant in the procurement process or contract execution.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 14/368
SectionI. Instructions to Bidders 5
investigators in order to materially impede aBank investigation into allegations of acorrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing orintimidating any party to prevent it from
disclosing its knowledge of matters relevant tothe investigation or from pursuing theinvestigation; or
(bb) acts intended to materially impede the exerciseof the Bank’s inspection and audit rights provided for under sub-clause 3.1 (e) below.
(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through anagent, engaged in corrupt, fraudulent, collusive, coerciveor obstructive practices in competing for the contract inquestion;
(c) will cancel the portion of the loan allocated to a contract ifit determines at any time that representatives of theBorrower or of a beneficiary of the loan engaged incorrupt, fraudulent, collusive, or coercive practices duringthe procurement or the execution of that contract, withoutthe Borrower having taken timely and appropriate actionsatisfactory to the Bank to address such practices whenthey occur;
(d) will sanction a firm or individual, including declaringineligible, either indefinitely or for a stated period of time,
to be awarded a Bank-financed contract if it at any timedetermines that the firm has, directly or through an agent,engaged in corrupt, fraudulent, collusive, coercive orobstructive practices in competing for, or in executing, aBank-financed contract; and
(e) will have the right to require that a provision be includedin bidding documents and in contracts financed by a Bankloan, requiring bidders, suppliers, and contractors andtheir sub-contractors to permit the Bank to inspect theiraccounts and records and other documents relating to the
bid submission and contract performance and to havethem audited by auditors appointed by the Bank.
3.2 Furthermore, Bidders shall be aware of the provision stated inClause 9.8 and Clause 41.2 of the General Conditions of Contract.
3.3 Any communications between the Bidder and the Purchaserrelated to matters of alleged fraud or corruption must be made in
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 15/368
SectionI. Instructions to Bidders 6
writing.
3.4 By signing the Bid Submission Form, the Bidder represents thatit either is the owner of the Intellectual Property Rights in thehardware, software or materials offered, or that it has properauthorization and/or license to offer them from the owner ofsuch rights. For the purpose of this Clause, Intellectual PropertyRights shall be as defined in GCC Clause 1.1 (c) (xvii). Willfulmisrepresentation of these facts shall be considered a fraudulent practice subject to the provisions of Clauses 3.1 through 3.4above, without prejudice of other remedies that the Purchasermay take.
4. Eligible
Bidders
4.1 A Bidder, and all parties constituting the Bidder, may have thenationality of any country, subject to the restrictions specified inSection III, Eligible Countries. A Bidder shall be deemed tohave the nationality of a country if the Bidder is a citizen or is
constituted, incorporated, or registered and operates inconformity with the provisions of the laws of that country.
4.2 If a prequalification process has been undertaken for theContract(s) for which these Bidding Documents have beenissued, only those Bidders may participate that had been prequalified and continue to meet the eligibility criteria of thisClause. A prequalified Joint Venture may not change partnersor its structure when submitting a bid.
4.3 A firm may be excluded from bidding if:
(a) it was engaged by the Purchaser to provide consultingservices for the preparation of the design, specifications, orother documents to be used for the procurement of theEWDS System described in these Bidding Documents; or
(b) it is a government-owned enterprise in the Borrower’scountry, unless it can establish that it (i) is legally andfinancially autonomous and (ii) operates under commerciallaw. No dependent agency of the Borrower or Sub-Borrower shall be permitted to bid.
4.4 A firm that has been determined to be ineligible by the Bank inrelation to the Bank Guidelines On Preventing and CombatingFraud and Corruption in Projects Financed by IBRD Loans andIDA Credits and Grants shall be not be eligible to be awarded acontract.
4.5 A firm or individual is or will be disqualified from participationin this bidding if, at any time from advertisement of the biddinguntil and including contract award, the firm or individual is
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 16/368
SectionI. Instructions to Bidders 7
under:
(a) a suspension by the Purchaser agreed by the Bank as aresult of execution of a Bid-Securing Declaration pursuantto ITB Clause 17.6 in another Bank-financed procurement,or under a suspension by the Purchaser for other reasonsthat have been agreed by the Bank; or
(b) a declaration of ineligibility by the Bank in accordancewith ITB Clause 3.1 (d). The list of individuals and firmsdebarred from participating in World Bank projects isavailable at www.worldbank.org/debarr/, or
(c) a sanction imposed by the United Nations SecurityCouncil, as mentioned in ITB Clause 2.2.
4.6 A firm or other entity that is ineligible according to any of theabove provisions of this Clause, may also not participate as aJoint Venture partner, or as Subcontractor for or supplier ofgoods, works or services. If a bid becomes materiallyincomplete after removing ineligible entities, the bid may bedisqualified.
4.7 Bidders shall provide such evidence of their continued eligibilitysatisfactory to the Purchaser, as the Purchaser shall reasonablyrequest.
5. Eligible Goods
and Services
5.1 For the purposes of these Bidding Documents, the EWDSSystem means all:
(a) the required information technologies, including allinformation processing and communications-relatedhardware, software, supplies, and consumable items thatthe Supplier is required to supply and install under theContract, plus all associated documentation, and all othermaterials and goods to be supplied, installed, integrated,and made operational (collectively called “the Goods” insome clauses of the ITB); and
(b) the related software development, transportation,insurance, installation, customization, integration,
commissioning, training, technical support, maintenance,repair, and other services necessary for proper operation ofthe EWDS System to be provided by the selected Bidderand as specified in the Contract.
5.2 Funds from Bank loans are disbursed only for expenditures foran EWDS System made up of goods and services provided bynationals of, and produced in or supplied from, eligible source
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 17/368
SectionI. Instructions to Bidders 8
countries as defined in Section III, Eligible Countries. AnEWDS System is deemed to be produced in a certain countrywhen, in the territory of that country, through softwaredevelopment, manufacturing, or substantial and major assemblyor integration of components, a commercially recognized
product results that is substantially different in basiccharacteristics or in purpose or utility from its components.
5.3 For purposes of this clause, the nationality of the Bidder isdistinct from the country in which the EWDS System and itsgoods components are produced or from which the relatedservices are supplied.
6. Qualifications
of the Bidder
6.1 By submission of documentary evidence in its bid, the Biddermust establish to the Purchaser’s satisfaction:
(a) that it has the financial, technical, and production
capability necessary to perform the Contract, meets thequalification criteria specified in the BDS, and has asuccessful performance history. If a prequalification process has been undertaken for the Contract(s) for whichthese Bidding Documents have been issued, the Biddershall, as part of its bid, update any information submittedwith its application for prequalification;
(For the purposes of establishing a Bidder’s qualifications,and unless stated to the contrary in the BDS, theexperience and / or resources of any Subcontractor willnot contribute to the Bidder’s qualifications; only those ofa Joint Venture partner will be considered.)
(b) that, in the case of a Bidder offering to supply key goodscomponents of the EWDS System, as identified in the
BDS, that the Bidder does not itself produce, the Bidder isduly authorized by the producer to supply thosecomponents in the Purchaser’s country under theContract(s) that may result from this bidding; (This will beaccomplished by including Manufacturer’s Authorizationsin the bid, based on the sample found in Section VII.)
(c) that, if a Bidder proposes Subcontractors for key servicesif and as identified in the BDS, these Subcontractorshave agreed in writing to serve for the Bidder under theContract(s) that may result from this bidding; and
(d) that, in the case of a Bidder not doing business within thePurchaser’s country, the Bidder is or will be (if awardedthe Contract) represented by an Agent in that country who
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 18/368
SectionI. Instructions to Bidders 9
is equipped and able to carry out the Bidder’smaintenance, technical support, training, and repairobligations prescribed in the General and SpecialConditions of Contract, and/or Technical Requirements.
6.2 Bids submitted by a Joint Venture of two or more firms as partners shall also comply with the following requirements:
(a) the bid shall be signed so as to be legally binding on all partners;
(b) one of the partners shall be nominated as being in charge,and this nomination shall be evidenced by submitting a power of attorney signed by legally authorized signatoriesof all the partners;
(c) the partner in charge shall be authorized to incur liabilitiesand receive instructions for and on behalf of any and all partners of the Joint Venture, and the entire execution ofthe Contract, including payment, shall be done exclusivelywith the partner in charge;
(d) the partner or combination of partners that is responsiblefor a specific component of the EWDS System must meetthe relevant minimum qualification criteria for thatcomponent;
(e) a firm may submit bids either as a single Bidder on itsown, or as partner in one, and only one, Joint Venture. If,
as a result of the bid opening pursuant to ITB Clause 24,this requirement is not met, all bids involving the firm as asingle Bidder or Joint Venture partner will be disqualified;
(f) all partners of the Joint Venture shall be liable jointly andseverally for the execution of the Contract in accordancewith the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITBClause 6.2 (b) above, in the bid as well as in the Contract(in case of a successful bid).
6.3 If a Bidder intends to subcontract major items of supply or
services, it shall include in the bid details of the name andnationality of the proposed Subcontractor for each of those itemsand shall be responsible for ensuring that any Subcontractor proposed complies with the requirements of ITB Clause 4, andthat any Goods or Services components of the EWDS System to be provided by the Subcontractor comply with the requirementsof ITB Clause 5 and the related evidence required by ITBClause 13.1 (e) (iii) is submitted. Bidders are free to list more
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 19/368
SectionI. Instructions to Bidders 10
than one Subcontractor against each item. Quoted rates and prices will be deemed to apply, whichever Subcontractor isappointed, and no adjustment of the rates or prices will be permitted. The Purchaser reserves the right to delete any proposed Subcontractor from the list. This shall be done prior to
Contract signature, by deleting such unacceptableSubcontractors from Appendix 3 to the Contract Agreement,which shall list the approved Subcontractors for each item priorto Contract signature. Subsequent additions and deletions fromthe list of approved Subcontractors shall be performed inaccordance with GCC Clause 20 (as revised in the SCC, ifapplicable) and Appendix 3 to the Contract Agreement.
For the purposes of these Bidding Documents, a Subcontractor isany vendor or service provider with whom the Bidder contractsfor the supply or execution of any part of the EWDS System to be provided by the Bidder under the Contract (such as the supply
of major hardware, software, or other components of therequired Information Technologies specified, or the performanceof related Services, e.g., software development, transportation,installation, customization, integration, commissioning, training,technical support, maintenance, repair, etc.).
6.4 A firm which is a Bidder, whether as a single Bidder or as a partner in a Joint Venture, cannot be a Subcontractor in other bids, except for the supply of commercially available hardwareor software by the firm, as well as purely incidental servicessuch as installation/configuration, routine training, and ongoing
maintenance/support. If the BDS for ITB Clause 6.1 (a) allowsthe qualification of Subcontractors nominated for certaincomponents to be taken into account in assessing the Bidder’soverall qualifications, any Subcontractor so nominated by anyBidder is automatically disqualified from being a Bidder itself ora partner in a Joint Venture. The same will normally apply tofirms that have provided Subcontractor agreements for certainservices pursuant to ITB Clause 6.1 (c). Non-compliance mayresult in the rejection of all bids in which the affected firm participates as Bidder or as partner in a Joint Venture. As longas in compliance with these provisions, or as long as unaffected
by them due to not participating as Bidder or as partner in a JointVenture, a firm may be proposed as a Subcontractor in anynumber of bids. If the BDS for ITB 28.1 permits the submissionof bids for Subsystems, lots, or slices, then the provisions of thisClause 6.4 apply only to bids for the same Subsystem(s), lot(s),or slice(s);
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 20/368
SectionI. Instructions to Bidders 11
7. Cost of
Bidding
7.1 The Bidder shall bear all costs associated with the preparationand submission of its bid, and the Purchaser will in no case beresponsible or liable for those costs, regardless of the conduct oroutcome of the bidding process.
8. Site Visit 8.1 The Bidder may wish to visit and examine the site or sites of theEWDS System and obtain for itself, at its own responsibility andrisk, all information that may be necessary for preparing the bidand entering into the Contract. The costs of visiting the site orsites shall be at the Bidder’s own expense.
8.2 The Purchaser will arrange for the Bidder and any of its personnel or agents to gain access to the relevant site or sites, provided that the Bidder gives the Purchaser adequate notice of a proposed visit of at least fourteen (14) days. Alternatively, thePurchaser may organize a site visit or visits concurrently withthe pre-bid meeting, as specified in the BDS for ITB Clause
10.2. Failure of a Bidder to make a site visit will not be a causefor its disqualification.
8.3 No site visits shall be arranged or scheduled after the deadlinefor the submission of the Bids and prior to the award ofContract.
B. THE BIDDING DOCUMENTS
9. Content of
BiddingDocuments
9.1 The contents of the Bidding Documents are listed below and
should be read in conjunction with any addenda issued inaccordance with ITB Clause 11:
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Eligible Countries for the Provision of Goods,Works, and Services in Bank-FinancedProcurement
Section IV General Conditions of Contract (GCC)
Section V Special Conditions of Contract (SCC)
Section VI Technical Requirements (includingImplementation Schedule)
Section VII Sample Forms
9.2 Bidders are expected to examine all instructions, forms, terms,specifications, and other information in the Bidding Documents.Failure to furnish all information required by the Bidding
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 21/368
SectionI. Instructions to Bidders 12
Documents or to submit a bid not substantially responsive to theBidding Documents in every respect will be at the Bidder’s riskand may result in the rejection of its bid.
9.3 The Invitation for Bids is not formally part of the BiddingDocuments and is included for reference only. In case ofinconsistencies, the actual Bidding Documents shall prevail.
10. Clarification of
Bidding
Documents
and Pre-bid
Meeting
10.1 A prospective Bidder requiring any clarification of the BiddingDocuments may notify the Purchaser through the e-procurement portal only as indicated in the BDS or raise his enquiries duringthe pre-bid meeting if provided . The Purchaser will uploadclarifications to any request for clarification or modification of theBidding Documents that it receives through the e-procurement portal,no later than fifteen (15) days prior to the deadline for submission of bids prescribed by the Purchaser. The Purchaser’s response (includingan explanation of the query but not identifying its source) will be
uploaded on the e-procurement portal. Clarifications submittedthrough any other means will not be responded by the Purchaser.Should the Purchaser deem it necessary to amend the BiddingDocument in the e-procurement portal, as a result of the request forclarification, it shall do so following the procedure under ITB 11 andITB 21.2.
10.2 When specified in the BDS, the Purchaser will organize andBidders are welcome to attend a pre-bid meeting at the time and place indicated in the BDS. The purpose of the meeting will beto clarify issues and answer questions on any matter that may be
raised at this stage, with particular attention to issues related tothe Technical Requirements. Bidders are requested to submitany questions in writing to reach the Purchaser not later than oneweek before the meeting. Questions and answers will betransmitted in accordance with ITB Clause 10.1. Minutes of themeeting, including the questions raised and responses given,together with any responses prepared after the meeting, will betransmitted without delay to all those that received the BiddingDocuments from the Purchaser. Any modification to theBidding Documents listed in ITB Clause 9.1, which may become necessary as a result of the pre-bid meeting or should the
Purchaser deem it necessary to amend the Bidding Document in the e- procurement portal, as a result of the request for clarification, it shalldo so following the procedure under ITB 11 and ITB 21.2.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 22/368
SectionI. Instructions to Bidders 13
11. Amendment of
Bidding
Documents
11.1 At any time prior to the deadline for submission of bids, thePurchaser may, for any reason, whether at its own initiative or inresponse to a clarification requested by a prospective Bidder,amend the Bidding Documents by issuing addenda in the e- procurement portal in accordance with ITB 10.1.
11.2 Any addendum issued shall be part of the Bidding Documentand shall be uploaded in the e-procurement portal. It is theBidder’s responsibility to check the e-procurement portal for anyupdates..
11.3 In order to afford prospective Bidders reasonable time in whichto take the amendment into account in preparing their bids, thePurchaser may, at its discretion, extend the deadline for thesubmission of bids, in which case, the Purchaser will notify allBidders in writing of the extended deadline by issuing anotification in the e-procurement portal.
C. PREPARATION OF BIDS
12. Language of
Bid
12.1 The bid prepared by the Bidder and all correspondence anddocuments related to the bid exchanged by the Bidder and thePurchaser shall be written in the language specified in the BDS, or, if the BDS so provides, in either one of two languagesspecified there. Any printed literature furnished by the Bidderas part of its bid may be in a language not specified in the BDS,as long as such literature is accompanied by a translation of its
pertinent passages into the language of the bid, in which case,for purposes of interpretation of the bid, the translation shallgovern.
13. Documents
Comprising
the Bid
13.1 The bid submitted by the Bidder shall comprise of Two Parts;Part-I (Technical Bid) and Part-II (Financial Bid):
13.2 Documents comprising the Part-I of the Bid (Technical Bid)shall consists of:
(a) Scanned copies of Bid Security, in accordance with ITB 17and Bid Document Fee;
(b) Scanned copy of written confirmation authorizing thesignatory of the Bid to commit the Bidder, in accordancewith ITB 19;
(c) Documentary evidence established in accordance with thefollowing;
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 23/368
SectionI. Instructions to Bidders 14
(i) Attachment 1: Bidder’s Eligibility
In the absence of prequalification, documentsestablishing to the Purchaser’s satisfaction theBidder’s eligibility to bid, including but not limitedto documentary evidence that the Bidder is legally
incorporated in a territory of an eligible sourcecountry as defined under ITB Clause 4;
(ii) Attachment 2: Bidder’s Qualifications
Documentary evidence establishing to thePurchaser’s satisfaction, and in accordance with ITBClause 6, that the Bidder is qualified to perform theContract if its bid is accepted. In the case where prequalification of Bidders has been undertaken, and pursuant to ITB Clause 6.1 (a), the Bidder must provide evidence on any changes in the information
submitted as the basis for prequalification or, if therehas been no change at all in said information, astatement to this effect;
Any Manufacturer’s Authorizations and Subcontractoragreements specified as required in the BDS for ITBClauses 6.1 (b) and 6.1 (c);
(iii) Attachment 3: Eligibility of Goods and Services
Documents establishing, to the Purchaser’ssatisfaction, that the Goods and Services components
of the EWDS System to be supplied, installed, and/or performed by the Bidder are eligible Goods andServices as defined under ITB Clause 5. If awardedthe Contract, the Bidder shall submit for suchcomponents of the EWDS System evidence ofeligibility, which shall be confirmed by a certificateof origin issued at the time of shipment;
(iv) Attachment 4: Conformity of the EWDS System tothe Bidding Documents
Documentary evidence establishing to the
Purchaser’s satisfaction, and in accordance with ITBClause 16, that the Goods and Services componentsof the EWDS System to be supplied, installed, and/or performed by the Bidder conform to the BiddingDocuments;
(v) Attachment 5: Proposed Subcontractors
A list of all major items of Goods or Services that the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 24/368
SectionI. Instructions to Bidders 15
Bidder proposes to purchase or subcontract fromothers, and the name and nationality of the proposedSubcontractor, including vendors, for each of thoseitems;
(vi) Attachment 6: Intellectual Property
A list of:
(1) all Software included in the Bidder’s bid,assigning each item to one of the softwarecategories defined in GCC Clause 1.1 (c):
(A) System, General Purpose, and ApplicationSoftware; and
(B) Standard and Custom Software.
(2) all Custom Materials, as defined in GCC Clause1.1 (c), included in the Bidder’s bid.
All Materials not identified as Custom Materials shall be deemed Standard Materials, as defined in GCCClause 1.1 (c).
Re-assignments among the Software and Materialscategories, if necessary, will be made during theimplementation of the Contract according to GCCClause 39 (Changes to the System) or any otherdocuments required in the BDS.
13.3 Documents comprising the Part-II of the Bid (Financial Bid)shall consists of;
(a) Letter of Bid (Bid Form);
(b) Completed schedules as required, including Price Schedules;
14. Bid Prices 14.1 All Goods and Services identified in the Supply and InstallationCost Sub-Table and the Recurrent Cost Sub-Table in Section VII
(Forms 2.5 and 2.6), and all other Goods and Services proposed by the Bidder to fulfill the requirements of the EWDS System,must be priced separately in the format of the same tables andsummarized in the corresponding Cost Summary Tables in thesame Section. Prices must be quoted in accordance with theinstructions provided in Section VII for the various cost tables,in the manner specified below.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 25/368
SectionI. Instructions to Bidders 16
14.2 The price of items that the Bidder has left blank in the costtables provided in Section VII shall be assumed to be includedin the price of other items. Items omitted altogether from thecost tables shall be assumed to be omitted from the bid and, provided that the bid is substantially responsive, an adjustment
to the bid price will be made during evaluation in accordancewith ITB Clause 28.6 (c) (iii).
14.3 Unit prices must be quoted at a level of detail appropriate forcalculation of any partial deliveries or partial payments underthe contract, in accordance with the Implementation Schedule inSection VI, and with GCC and SCC Clause 12 – Terms ofPayment. Bidders may be required to provide a breakdown ofany composite or lump-sum items included in the Cost Tables.
14.4 The prices for Goods components of the System are to beexpressed and shall be defined and governed in accordance with
the rules prescribed in the edition of Incoterms specified in theBDS, and quoted in the appropriate columns of the cost tables ofSection VII as follows:
(a) Goods supplied from outside the Purchaser’s country:
Unless otherwise specified in the BDS, the prices shall bequoted on a CIP (named place of destination) basis,exclusive of all taxes, stamps, duties, levies, and feesimposed in the Purchaser’s country. The named place ofdestination and special instructions for the contract ofcarriage are as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation throughcarriers registered in any eligible countries. Similarly, theBidder may obtain insurance services from any eligiblesource country.
(b) Locally supplied Goods:
Unit prices of Goods offered from within the Purchaser’sCountry, shall be quoted on an EXW (ex factory, ex works,ex warehouse or off-the-shelf, as applicable) basis,including all customs duties, levies, fees, sales and othertaxes incurred until delivery of the Goods, but excluding
all VAT or sales and other taxes and duties/fees incurredfor the Goods at the time of invoicing or sales transaction,if the Contract is awarded.
(c) Inland transportation:
Unless otherwise stated in the BDS, inland transportation,insurance and related local costs incidental to the deliveryof the Goods to the designated Project Sites must be quoted
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 26/368
SectionI. Instructions to Bidders 17
separately as a Service item in accordance with ITB Clause14.5, whether the Goods are to be supplied locally or fromoutside the Purchaser’s country, except when these costsare already included in the price of the Goods, as is, e.g.,the case, when ITB Clause 14.4 (a) specifies CIP, and the
named places of destination are the Project Sites.
14.5 The price of Services shall be quoted in total for each service(where appropriate, broken down into unit prices), separated intotheir local and foreign currency components. Prices mustinclude all taxes, duties, levies and fees whatsoever, except onlyVAT or other indirect taxes, or stamp duties, that may beassessed and/or apply in the Purchaser’s country on/to the priceof the Services invoiced to the Purchaser, if the Contract isawarded. Unless otherwise specified in the BDS, the pricesmust include all costs incidental to the performance of theServices, as incurred by the Supplier, such as travel, subsistence,
office support, communications, translation, printing ofmaterials, etc. Costs incidental to the delivery of the Services but incurred by the Purchaser or its staff, or by third parties,must be included in the price only to the extent such obligationsare made explicit in these Bidding Documents (as, e.g., arequirement for the Bidder to include the travel and subsistencecosts of trainees).
14.6 Prices for Recurrent Costs beyond the scope of warrantyservices to be incurred during the Warranty Period, defined inSCC Clause 29.4 and prices for Recurrent Costs to be incurred
during the Post-Warranty Period, defined in SCC Clause 1.1. (e)(xii), shall be quoted as Service prices in accordance with ITBClause 14.5 on the Recurrent Cost Sub-Table in detail, and onthe Recurrent Cost Summary Table in currency totals. Recurrentcosts are all-inclusive of the costs of necessary Goods such asspare parts, software license renewals, labor, etc., needed for thecontinued and proper operation of the System and, ifappropriate, of the Bidder’s own allowance for price increases.
14.7 Unless otherwise specified in the BDS, prices quoted by theBidder shall be fixed during the Bidder’s performance of the
Contract and not subject to increases on any account. Bidssubmitted that are subject to price adjustment will be rejected.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 27/368
SectionI. Instructions to Bidders 18
15. Bid Currencies 15.1 Prices shall be quoted in the following currencies:
(a) The Bidder may quote its prices for all EWDStechnologies, associated Goods, and Services to besupplied from outside the Purchaser’s Country in thecurrencies of countries eligible according to Section III. Ifthe Bidder wishes to be paid in a combination of differentcurrencies, it must quote unit prices accordingly, but nomore than three foreign currencies may be used.
(b) Unless otherwise specified in the BDS, the Bidder shallexpress its prices for such EWDS Technologies, associatedGoods, and Services to be supplied locally (i.e., fromwithin the Purchaser’s Country) in the currency of thePurchaser’s Country.
16. Documents
Establishingthe Conformity
of the EWDS
System to the
Bidding
Documents
16.1 Pursuant to ITB Clause 13.1 (e) (iv), the Bidder shall furnish, as
part of its bid, documents establishing the conformity to theBidding Documents of the EWDS System that the Bidder proposes to supply and install under the Contract.
16.2 The documentary evidence of conformity of the EWDS Systemto the Bidding Documents shall be in the form of writtendescriptions, literature, diagrams, certifications, and clientreferences, including:
(a) the Bidder’s technical bid, i.e., a detailed description of theBidder’s proposed technical solution conforming in allmaterial aspects with the Technical Requirements (Section
VI) and other parts of these Bidding Documents, overall aswell as in regard to the essential technical and performancecharacteristics of each component making up the proposedEWDS System;
(b) an item-by-item commentary on the Purchaser’s TechnicalRequirements, demonstrating the substantialresponsiveness of the EWDS System offered to thoserequirements. In demonstrating responsiveness, thecommentary shall include explicit cross references to therelevant pages in the supporting materials included in the
bid. Whenever a discrepancy arises between the item-by-item commentary and any catalogs, technicalspecifications, or other preprinted materials submitted withthe bid, the item-by-item commentary shall prevail;
(c) a Preliminary Project Plan describing, among other things,the methods by which the Bidder will carry out its overallmanagement and coordination responsibilities if awardedthe Contract, and the human and other resources the Bidder
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 28/368
SectionI. Instructions to Bidders 19
proposes to use. The Plan should include a detailedContract Implementation Schedule in bar chart form,showing the estimated duration, sequence, andinterrelationship of all key activities needed to completethe Contract. The Preliminary Project Plan must also
address any other topics specified in the BDS. In addition,the Preliminary Project Plan should state the Bidder’sassessment of what it expects the Purchaser and any other party involved in the implementation of the EWDS Systemto provide during implementation and how the Bidder proposes to coordinate the activities of all involved parties;
(d) a written confirmation that the Bidder acceptsresponsibility for the successful integration and inter-operability of all components of the EWDS System asrequired by the Bidding Documents.
16.3 For purposes of the commentary to be furnished pursuant to ITBClause 16.2 (b), the Bidder shall note that references to brandnames or model numbers or national or proprietary standardsdesignated by the Purchaser in its Technical Requirements areintended to be descriptive and not restrictive. Except whereexplicitly prohibited in the BDS for specific items or standards,the Bidder may substitute alternative brand/model names orstandards in its bid, provided that it demonstrates to thePurchaser’s satisfaction that the use of the substitute(s) willresult in the EWDS System being able to perform substantiallyequivalent to or better than that specified in the Technical
Requirements.
17. Securing the
Bid
17.1 The BDS for this Clause specifies whether bids must be secured,and if so, whether by a Bid-Securing Declaration or by a BidSecurity. If a Bid Security is required or optional, the BDS also
specifies the amount.
17.2 Securing the bids shall be substantially in accordance with therelated sample forms included in Section VII or other formsapproved by the Purchaser prior to bid submission. Bids mustremain secured for a period of 28 days beyond the validity period of the bids, as extended, if applicable, in accordance with
ITB Clause 18.2. In case of a Bid Security, it shall also:
(a) at the Bidder’s option, be in the form of either a certifiedcheck, letter of credit, or a bank guarantee from a bankinginstitution, or a bond issued by a surety;
(b) be issued by a reputable institution selected by the Bidderand located in any eligible country; if the institution
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 29/368
SectionI. Instructions to Bidders 20
issuing the security is located outside the Purchaser’sCountry, it shall have a correspondent financial institutionlocated in the Purchaser’s Country to make the securityenforceable;
(c) be payable promptly upon written demand by thePurchaser in case any of the conditions listed in ITBClause 17.6 is/are invoked;
(d) be submitted in its original form; copies will not beaccepted.
17.3 The Bid-Securing Declaration or the Bid Security of a JointVenture shall be issued in the name of the Joint Venturesubmitting the bid provided the Joint Venture has legally beenconstituted, or else it shall be issued in the name of all partners proposed for the Joint Venture in the bid. Sanctions due to a
breach of the terms of a Bid-Securing Declaration pursuant toITB Clause 17.6 will apply to all partners to the Joint Venture.
17.4 If a Bid-Securing Declaration or Bid Security is required inaccordance with ITB Clause 17.1, any bid not accompanied by asubstantially acceptable Bid-Securing Declaration or BidSecurity in accordance with ITB Clauses 17.2 and 17.3, shall berejected by the Purchaser as non-responsive.
17.5 Unless executed or forfeited pursuant to ITB Clause 17.6, Bid-Securing Declarations, if any, will expire for, or Bid Securities,if any, will be returned as promptly as possible to,
(a) all Bidders upon annulment of the bidding pursuant to ITBClause 34;
(b) Bidders refusing a request to extend the period of validityof their bids pursuant to ITB Clause 18.2;
(c) the successful Bidder once it has signed the ContractAgreement and furnished a valid Performance Security asrequired;
(d) the unsuccessful Bidders at the same time as in (c), that is,
when they are informed about the successful establishmentof the contract with the successful Bidder.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 30/368
SectionI. Instructions to Bidders 21
17.6 The Bid-Securing Declaration, if any, may be executed, or theBid Security, if any, may be forfeited:
(a) if a Bidder withdraws its bid during the period of bidvalidity specified by the Bidder on the Bid SubmissionForm or any extension of validity the Bidder has agreed to pursuant to ITB Clause 18.2; or
(b) in the case of the successful Bidder, if the Bidder fails to:
(i) sign the Contract Agreement in accordance with ITBClause 36; or
(ii) furnish the Performance Security in accordance with ITB Clause37.
17.7 If a bid security is not required in the BDS, and
(a)
if a Bidder withdraws its bid during the period of bidvalidity specified by the Bidder on the Letter of Bid Form,except as provided in ITB 18.2, or
(b) if the successful Bidder fails to: sign the Contract inaccordance with ITB 36; or furnish a performance securityin accordance with ITB 37;
the Borrower may, if provided for in the BDS, declare theBidder disqualified to be awarded a contract by the Employerfor a period of time as stated in the BDS.
18. Period of
Validity ofBids
18.1 Bids shall remain valid, at a minimum, for the period specified
in the BDS after the deadline date for bid submission prescribed by the Purchaser, pursuant to ITB Clause 21. A bid valid for ashorter period shall be rejected by the Purchaser as non-responsive. For the convenience of Bidders, the BDS spells outthe minimal original expiration dates for the validity of the bidand, if applicable pursuant to ITB Clause 17.1, for securing the bid. However, Bidders are responsible for adjusting the dates inthe BDS in accordance with any extensions to the deadline dateof bid submission pursuant to ITB Clause 21.2.
18.2 In exceptional circumstances, prior to expiry of the bid validity
period, the Purchaser may request that the Bidders extend the period of validity for a specified additional period. The requestand the responses to the request shall be made in writing. ABidder may refuse the request without risking execution of theBid-Securing Declaration or forfeiting the Bid Security, but inthis case the bid will be out of the competition for the award.Except as provided in ITB Clause 18.3, a Bidder agreeing to therequest will not be required or permitted to modify its bid, but
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 31/368
SectionI. Instructions to Bidders 22
will be required to ensure that the bid remains secured for acorrespondingly longer period, pursuant to ITB Clause 17.2.
18.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of theinitial bid validity, the contract price will be adjusted asspecified in the request for extension. Bid evaluation will be based on the bid prices without taking into consideration theabove correction.
19. Format and
Signing of Bid
19.1 The Bidder shall prepare the bid as describe in ITB 13.1 and ITB13.2 and upload them in the e-procurement portal as specified in
the BDS.In addition, the Bidder shall produce originals of theBid Security and any other document as required and mentionedelsewhere in the ITB, in the manner specified in the BDS. In theevent of discrepancy between the original and the uploadeddocuments on e-procurement portal, the original shall prevail.
19.2 The bid shall be digitally signed by a person duly authorized tosign on behalf of the Bidder. The authorization shall consist of awritten confirmation as specified in the BDS and shall beuploaded along with the bid. The name and position held byeach person signing the authorization must be typed or printed below the signature.
19.3 The bid shall contain no interlineations, erasures, or overwriting,except to correct errors made by the Bidder, in which case suchcorrections shall be initialed by the person or persons signing the bid.
19.4 A bid submitted by a JVA/Consortium shall comply with thefollowing requirements:
(a) unless not required in accordance with ITB 6.2, be signed so as to be legally binding on all partners; and
(b) include the representative’s authorization referred to in ITB 6.2,consisting of power of attorney signed by those legallyauthorized to sign on behalf of the JVA/Consortium. A scannedcopy of the power of attorney shall be uploaded along with the bid.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 32/368
SectionI. Instructions to Bidders 23
D. SUBMISSION OF BIDS
20. Sealing and
Marking of
Bids
20.1 The Bidder shall submit their bids electronically only, on the e- procurement portal as specified in the BDS. The bidder shallsubmit bids into two separate electronic folders, i.e. Technical
Bid folder and Financial Bid folder. Procedures for digitalsigning, encrypting and submitting the bids electronically, shall be as specified in the BDS/e-procurement portal
(http://tendersodisha.gov.in).
20.2 The submission of original documents shall be as given below.The envelope containing the original documents, as specified inthe BDS shall:
(a) be addressed to the Purchaser in accordance with ITB 22;
(b) bear the unique identification generated by the system and
(c) bear a warning not to open before the time and date for bidopening.
20.3 If the envelope containing original documents as indicated inITB 20.2 are not sealed and marked as required, the Purchaserwill assume no responsibility for the misplacement or prematureopening of the envelop.
21. Deadline for
Submission ofBids
21.1 Bids must be submitted in the e-procurement system no later
than the date and time indicated in the BDS. The envelopecontaining the original document as indicated in ITB 20.2 shall be received by the Purchaser at the address specified in the BDS and before the date and time of the opening of bids.
21.2 The Purchaser may, at its discretion, extend this deadline forsubmission of bids by amending the Bidding Documents inaccordance with ITB Clause 11.3, in which case all rights andobligations of the Purchaser and Bidders will thereafter besubject to the deadline as extended.
22. Late Bids 22.1 The e-Procurement system would not allow any late submission
of bids after due date & time as per server system. Afterelectronic online proposal submission, the system generates aunique identification number which is time stamped. This shall be treated as acknowledgement of the bid submission. Any othersystem functionality shall be specified in the BDS.
23. Withdrawal,
Substitution,
23.1 The Bidder may withdraw, substitute, or modify its bid on the e- procurement portal, in accordance with the e-Procurement
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 33/368
SectionI. Instructions to Bidders 24
and
Modification of
Bids
process, not later than the date and time deadline for submissionof bids.
23.6 No bid may be withdrawn, substituted, or modified in theinterval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidderon the Letter of Bid or any extension thereof.Modification/withdrawal of the Bid submitted through any othermeans shall not be considered by the Purchaser.
E. BID OPENING AND EVALUATION
24. (A) Opening
of Bids by
Purchaser (Part I:Technical Bid)
24.1 The electronic folder containing the Technical Bid shall beopened first. The Purchaser shall publically open all theTechnical bids received by the deadline, at the date, time and
place specified in the BDS as per electronic bid opening procedures in the presence of Bidders` designatedrepresentatives and anyone who choose to attend, and at theaddress, date and time specified in the BDS. Any specificelectronic bid opening procedures required if electronic biddingis permitted in accordance with ITB 20, shall be as specified in
the BDS. Bidders can also view the bid opening by logging on
to the e-procurement system.
24.2 The withdrawn bid will not be available in the system thereforewill not be read. Only the last modified bid shall be available in
the system which shall be opened and read along with other bids.Only bids that are opened and read out at bid opening shall beconsidered further.
24.3 Bids shall be opened one at a time, reading out: the name of theBidder and whether there is a modification; the total bid priceincluding any unconditional discounts, and, if applicable, the prices and unconditional discounts for Subsystems, lots, orslices; the presence or absence of a Bid-Securing Declaration ora Bid Security if one was required; any conditional discountsoffered for the award of more than one Subsystem, lot, or slice,if the BDS for ITB Clause 28.1 permits such discounts to beconsidered in the bid evaluation; and any other such details asthe Purchaser may consider appropriate.
24.4 Deleted
24.5 The Purchaser will prepare minutes of the bid opening, includingthe information disclosed to those present in accordance withITB Clause 24.3. The minutes will promptly be uploaded on the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 34/368
SectionI. Instructions to Bidders 25
e-procurement portal and simultaneously distributed to allBidders that met the deadline for submitting bids.
24. (B) Opening of
Bids by
Purchaser
(Part II:
Financial Bid)
24.6 The Purchaser shall open the Part II (Financial Bid) of only those bidders, who qualify in Technical evaluation of Part I of the Bid.The bidder’s names, the Bid Prices, the total amount of each BidPrice, per lot if applicable, including any discounts and suchother details as the Purchaser may consider appropriate will benotified online, by the Purchaser at the time of the bid opening.Any Bid Price including discount offered, which is not declaredand recorded, will not be taken into account in Bid Evaluation.The Purchaser shall prepare the minutes of the on-line openingof the Part II (Financial) of the Bids and upload the same forviewing on-line.
25. Clarification of
Bids
25.1 During the bid evaluation, the Purchaser may, at its discretion,ask the Bidder for a clarification of its bid. The request for
clarification and the response shall be in writing, and no changein the price or substance of the bid shall be sought, offered, or permitted.
26. Preliminary
Examination of
Bids
26.1 The Purchaser will examine the bids to determine whether theyare complete, whether any computational errors have been made,whether required sureties have been furnished, whether thedocuments have been properly signed, and whether the bids aregenerally in order. In the case where a prequalification processhas been undertaken for the Contract(s) for which these BiddingDocuments have been issued, the Purchaser will ensure that each
bid is from a prequalified Bidder, and in the case of a JointVenture, that partners and structure of the Joint Venture areunchanged from those in the prequalification.
26.2 Arithmetical errors will be rectified on the following basis. Thee-procurement system automatically calculates the total amountfrom the unit rates and the quantities and the system alsoautomatically populates the amount in words from the amount infigures and therefore, there will be no room for discrepancy.However, where there are errors between the total of theamounts given under the column for the price breakdown andthe amount given under the Total Price, the former shall prevail
and the later will be corrected accordingly;
26.3 The Purchaser may waive any minor informality,nonconformity, or irregularity in a bid that does not constitute amaterial deviation, provided such waiver does not prejudice oraffect the relative ranking of any Bidder.
26.4 Prior to the detailed evaluation, the Purchaser will determine
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 35/368
SectionI. Instructions to Bidders 26
whether each bid is of acceptable quality, is complete, and issubstantially responsive to the Bidding Documents. For purposes of this determination, a substantially responsive bid isone that conforms to all the terms, conditions, and specificationsof the Bidding Documents without material deviations,
exceptions, objections, conditionalities, or reservations. Amaterial deviation, exception, objection, conditionality, orreservation is one: (i) that limits in any substantial way thescope, quality, or performance of the EWDS System; or (ii) thatlimits, in any substantial way that is inconsistent with theBidding Documents, the Purchaser’s rights or the successfulBidder’s obligations under the Contract; or (iii) the acceptanceof which would unfairly affect the competitive position of otherBidders who have submitted substantially responsive bids.
26.5 If a bid is not substantially responsive, it will be rejected by thePurchaser and may not subsequently be made responsive by the
Bidder by correction of the nonconformity. The Purchaser’sdetermination of bid responsiveness will be based on thecontents of the bid itself.
27. Conversion to
Single
Currency
27.1 For evaluation and comparison purposes, the Purchaser shallconvert all bid prices expressed in various currencies andamounts into a single currency specified in the BDS, using theselling exchange rate established by the source and on the datealso specified in the BDS.
28. Evaluation of
Part I(Technical
Bids) and
Comparison of
Bids
28.1 The Purchaser will evaluate and compare the bids that have been
determined to be substantially responsive, pursuant to ITBClause 26. The evaluation of Part I of bids (Technical Bids)with respect to bid security, qualification information and otherinformation furnished in Part I of the bid, shall be taken up andcompleted and a list will be drawn up of the qualified bidderswho’s Part II of bids, i.e. Financial Bids will be eligible foropening. The evaluationwill be performed assuming either that:
(a) the Contract will be awarded to the lowest evaluatedBidder for the entire EWDS System; or
(b) if specified in the BDS, Contracts will be awarded to the
Bidders for each individual Subsystem, lot, or slice definedin the Technical Requirements whose bids result in thelowest combined evaluated price for the entire System.
In the latter case, discounts that are conditional on the award ofmore than one Subsystem, lot, or slice may be offered in bids.However, such discounts will only be considered in the price
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 36/368
SectionI. Instructions to Bidders 27
evaluation if so confirmed in the BDS.
28.2 To be considered for Contract award, Bidders must havesubmitted bids
(a) for which detailed bid evaluation using the same standards
for compliance determination as listed in ITB Clauses 26.3and 26.4 confirms that the bids are commercially andtechnically responsive, and include the hardware,Software, related equipment, products, Materials, and otherGoods and Services components of the EWDS System in,substantially, the full required quantities for the entireEWDS System or, if allowed in the BDS for ITBClause 28.1, the individual Subsystem, lot or slice bid on;and
(b) that offer Information Technologies that are proven to perform up to the standards promised in the bid by havingsuccessfully passed the performance, benchmark, and/orfunctionality tests the Purchaser may require, pursuant toITB Clause 31.2.
28.3 The Purchaser’s evaluation of a bid will be made on the basis of prices quoted in accordance with ITB Clause 14 (Bid Prices).
28.4 If indicated by the BDS, the Purchaser’s evaluation ofresponsive bids will take into account technical factors, inaddition to cost factors. An Evaluated Bid Score (B) will becalculated for each responsive bid using the following formula,
which permits a comprehensive assessment of the bid price andthe technical merits of each bid:
X T
T X
C
C B
high
low 1
where
C = Evaluated Bid Price
C low = the lowest of all Evaluated Bid Prices amongresponsive bids
T = the total Technical Score awarded to the bid
T high = the Technical Score achieved by the bid that wasscored highest among all responsive bids
X = weight for the Price as specified in the BDS
The bid with the highest Evaluated Bid Score (B) amongresponsive bids shall be termed the Lowest Evaluated Bid and is
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 37/368
SectionI. Instructions to Bidders 28
eligible for Contract award, provided the Bidder was prequalified and/or it was found to be qualified to perform theContract in accordance with ITB Clause 31 (Postqualification).
28.5 If, in addition to the cost factors, the Purchaser has chosen togive weight to important technical factors (i.e., the price weight,X, is less than 1 in the evaluation), that cannot be reduced tolife-cycle costs or pass/fail criteria, the Total Technical Pointsassigned to each bid in the Evaluated Bid Formula will bedetermined by adding and weighting the scores assigned by anevaluation committee to technical features of the bid inaccordance with the criteria set forth below.
(a) The technical features to be evaluated are generally defined below and specifically identified in the BDS:
(i) Performance, capacity, or functionality features that
either exceed levels specified as mandatory in theTechnical Requirements; and/or influence the life-cycle cost and effectiveness of the EWDS System.
(ii) Usability features, such as ease of use, ease ofadministration, or ease of expansion, whichinfluence the life-cycle cost and effectiveness of theEWDS System.
(iii) The quality of the Bidder’s Preliminary Project Planas evidenced by the thoroughness, reasonableness,and responsiveness of: (a) the task and resource
schedules, both general and specific, and (b) the proposed arrangements for management andcoordination, training, quality assurance, technicalsupport, logistics, problem resolution, and transfer ofknowledge, and other such activities as specified bythe Purchaser in Section VI (TechnicalRequirements) or proposed by the Bidder based onthe Bidder’s experience.
(b) Feature scores will be grouped into a small number ofevaluation categories, generally defined below and
specifically identified in the BDS, namely:
(i) The technical features that reflect how well theEWDS System meets the Purchaser’s BusinessRequirements (including quality assurance and risk-containment measures associated with theimplementation of the EWDS System).
(ii) The technical features that reflect how well the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 38/368
SectionI. Instructions to Bidders 29
EWDS System meets the System’s FunctionalPerformance Standards.
(iii) The technical features that reflect how well theEWDS System meets the General TechnicalRequirements for hardware, network andcommunications, Software, and Services.
(c) As specified in the BDS, each category will be given aweight and within each category each feature may also begiven a weight.
(d) During the evaluation process, the evaluation committeewill assign each desirable/preferred feature a wholenumber score from 0 to 4, where 0 means that the featureis absent, and 1 to 4 either represent predefined values fordesirable features amenable to an objective way of rating
(as is the case for, e.g., extra memory, or extra massstorage capacity, etc., if these extras would be conducivefor the utility of the system), or if the feature represents adesirable functionality (e.g., of a software package) or aquality improving the prospects for a successfulimplementation (such as the strengths of the proposed project staff, the methodology, the elaboration of the project plan, etc., in the bid), the scoring will be 1 for thefeature being present but showing deficiencies; 2 formeeting the requirements; 3 for marginally exceeding therequirements; and 4 for significantly exceeding the
requirements.
(e) The score for each feature (i) within a category (j) will becombined with the scores of features in the same categoryas a weighted sum to form the Category Technical Scoreusing the following formula:
k
i
ji ji j wt S 1
where:
t ji = the technical score for feature “i” in category “j”
w ji = the weight of feature “i” in category “j”
k = the number of scored features in category “j”
and 11
k
i
jiw
(f) The Category Technical Scores will be combined in a
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 39/368
SectionI. Instructions to Bidders 30
weighted sum to form the total Technical Bid Score usingthe following formula:
n
j
j j W S T 1
where:
S j = the Category Technical Score of category “j”
W j = the weight of category “j” as specified in the BDS
n = the number of categories
and 11
n
j
jW
28.6 The Evaluated Bid Price (C) for each responsive bid will bedetermined as the sum of the Adjusted Supply and Installation
Costs (P) plus the Recurrent Costs (R);
where the Adjusted Supply and Installation Costs (P) aredetermined as:
(a) The price of the hardware, Software, related equipment, products, Materials and other Goods offered from within orfrom outside the Purchaser’s Country, in accordance withITB 14.4; plus
(b) The total price for all software development,transportation, insurance, installation, customization,integration, Commissioning, testing, training, technicalsupport, repair, and other Services, in accordance with ITB14.5;
(c) with adjustments for:
(i) Deviations proposed to the Implementation Schedulein the Technical Requirements resulting in delayedcompletion of the entire EWDS System, if permitted
in the BDS and provided they do not exceed themaximum permissible delay period specified in the
BDS. For evaluation purposes, a pro rata increase ofthe total Supply and Installation Costs will be addedusing the percentage(s) specified in the BDS foreach week of delay. Bids offering deliveries beyondthe maximum permissible delay specified may berejected.
(ii) Deviations taken to the Contract payment schedule
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 40/368
SectionI. Instructions to Bidders 31
specified in the SCC. If deviations are permitted in
the BDS, for evaluation purposes the total Supplyand Installation Costs will be increased pro rata bythe amount of interest that could otherwise be earnedon the amount of any payments that would fall due
under the proposed schedule earlier than the schedulestipulated in the SCC, at the interest rate specified in
the BDS.
(iii) Goods and Services that are required for the EWDSSystem but have been left out or are necessary tocorrect minor deviations of the bid will be added tothe total Supply and Installation Costs using coststaken from the highest prices from other responsive bids for the same Goods and Services, or in theabsence of such information, the cost will beestimated at prevailing list prices. If the missing
Goods and Services are a scored technical feature,the relevant score will be set at zero.
(iv) Corrections to errors in arithmetic, in accordancewith ITB Clause 26.2.
(v) Any discounts offered for the award of more than oneSubsystem, lot, or slice, if the BDS for ITB Clause28.1 permits the consideration of discounts in the price evaluation.
(d) The Recurrent Costs (R) are reduced to net present valueand determined using the following formula:
M N
x x I
R R x
1 1
where
N = number of years of the Warranty Period, defined inSCC Clause 29.4
M = number of years of the Post-Warranty ServicesPeriod, as defined in SCC Clause 1.1.(e) (xii)
x = an index number 1, 2, 3, ... N + M representingeach year of the combined Warranty Service andPost-Warranty Service Periods.
R x = total Recurrent Costs for year “ x,” as recorded inthe Recurrent Cost Sub-Table.
I = discount rate to be used for the Net Present Value
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 41/368
SectionI. Instructions to Bidders 32
calculation, as specified in the BDS.
28.7 Theresult of evaluation of Part I of the Bids (Technical Bids)shall be made public on e-procurement portal following whichthere will be a period of 5 working days during which any biddermay submit complaint which shall be considered for resolution before opening of Part II of the bid (Financial Bid). Anycomplaint shall be dealt with in accordance with complainthandling procedure established by the Purchaser.
28.8 The Purchaser shall inform, the bidders, who have qualifiedduring evaluation of Part I of bids, of the date, time of onlineopening of Part II of the bid (Financial Bid). In the event of thespecified date being declared a holiday for the Purchaser, the bids will be opened at the appointed time and location on thenext working day.
29. DomesticPreference
29.1 No margin of domestic preference will apply.
30. Contacting the
Purchaser
30.1 From the time of bid opening to the time of Contract award, ifany Bidder wishes to contact the Purchaser on any matter relatedto the bid, it should do so in writing.
30.2 If a Bidder tries to directly influence the Purchaser or otherwiseinterfere in the bid evaluation process and the Contract awarddecision, its bid may be rejected.
F. POSTQUALIFICATION AND AWARD OF CONTRACT
31. Post-
qualification
31.1 The Purchaser will determine at its own cost and to itssatisfaction whether the Bidder (including Joint VenturePartners, and any Subcontractors for which the BDS for ITBClause 6.1 (a) permits that their qualifications count towards therequired Bidder qualifications) that is selected as havingsubmitted the Lowest Evaluated Bid is qualified to perform the
Contract satisfactorily, in accordance with ITB Clause 6. If a prequalification process was undertaken for the Contract(s) forwhich these Bidding Documents were issued, the Purchaser willdetermine in the manner described above that no materialchanges have occurred after the prequalification that negativelyaffect the ability of the Bidder that has submitted the LowestEvaluated Bid to perform the Contract.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 42/368
SectionI. Instructions to Bidders 33
31.2 Pursuant to ITB Clauses 6 and 16, and as additionally may bespecified in the BDS, the determination will evaluate theBidder’s financial, technical, design, integration, customization, production, management, and support capabilities and will be based on an examination of the documentary evidence of the
Bidder’s qualifications, as well as other information thePurchaser deems necessary and appropriate. This determinationmay include visits or interviews with the Bidder’s clientsreferenced in its bid, site inspections, and any other measures. Ifso specified in the BDS, at the time of postqualification thePurchaser may also carry out tests to determine that the performance or functionality of the EWDS System offeredmeets those stated in the Technical Requirements.
31.3 An affirmative postqualification determination will be a prerequisite for award of the Contract to the Lowest EvaluatedBidder. A negative determination will result in rejection of the
Bidder’s bid, in which event the Purchaser will proceed to thenext lowest evaluated Bidder to make a similar determination ofthat Bidder’s capabilities to perform satisfactorily.
32. Award
Criteria
32.1 Subject to ITB Clause 34, the Purchaser will award the Contractto the Bidder whose bid has been determined to be substantiallyresponsive and the Lowest Evaluated Bid, provided further thatthe Bidder has been determined to be qualified to perform theContract satisfactorily, pursuant to ITB Clause 31.
33. Purchaser’s
Right to VaryQuantities at
Time of Award
33.1 The Purchaser reserves the right at the time of Contract award to
increase or decrease, by the percentage(s) indicated in the BDS, any of the following:
(a) the quantity of substantially identical Subsystems; or
(b) the quantity of individual hardware, Software, relatedequipment, Materials, products, and other Goodscomponents of the EWDS System; or
(c) the quantity of Installation or other Services to be performed,
from that originally specified in the Technical Requirements (asamended by any Addenda issued pursuant to ITB Clause 11),without any change in unit prices or other terms and conditions.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 43/368
SectionI. Instructions to Bidders 34
34. Purchaser’s
Right to
Accept Any
Bid and to
Reject Any or
All Bids
34.1 The Purchaser reserves the right to accept or reject any bid or toannul the bidding process and reject all bids at any time prior toContract award, without thereby incurring any liability to theBidders.
35. Notification of
Award
35.1 Prior to the expiration of the period of bid validity, the Purchasershall notify the successful Bidder, in writing, that its bid has been accepted.
35.2 Until a formal Contract is prepared and executed, thenotification of award shall constitute a binding Contract.
35.3 The Purchaser shall promptly publish in UNDB online and onthe e-procurement portal the results, identifying the bid and lotnumbers and the following information: (i) name of each Bidder
who submitted a bid; (ii) bid prices as read out at bid opening;(iii) name, evaluated price and, if the bidding conditionsincluded scoring for technical quality, the technical score ofeach bid that was evaluated; (iv) name of Bidders whose bidswere rejected and the reasons for their rejection; and (v) name ofthe winning Bidder, the price it offered, as well as the durationand summary scope of the contract awarded. After publicationof the award, unsuccessful Bidders may make a request inwriting to the Purchaser for a debriefing seeking explanations onthe grounds on which their bids were not selected. ThePurchaser shall promptly respond in writing to any unsuccessful
Bidder who, after publication of contract award, requests adebriefing.
35.4 Upon the successful Bidder furnishing the signed ContractAgreement and the Performance Security pursuant to ITBClause 37, the Purchaser will promptly notify each unsuccessfulBidder, and will discharge all remaining Bid Securities, if any,as provided in ITB Clause 17.5 (c) and (d).
36. Signing of
Contract
36.1 At the same time as the Purchaser notifies the successful Bidderthat its bid has been accepted, the Purchaser will send the Bidderthe Contract Agreement provided in the Bidding Documents,
incorporating all agreements between the parties.
36.2 As soon as practically possible, but no more than twenty-eight(28) days following receipt of the Contract Agreement, thesuccessful Bidder shall sign and date it, and return it to thePurchaser.
37. Performance 37.1 As soon as practically possible, but no more than twenty-eight
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 44/368
SectionI. Instructions to Bidders 35
Security (28) days following receipt of notification of award from thePurchaser, the successful Bidder shall furnish the PerformanceSecurity in accordance with the GCC, using the PerformanceSecurity form provided in the Bidding Documents or anotherform acceptable to the Purchaser.
37.2 Failure of the successful Bidder to comply with the requirementsof ITB Clause 36 or ITB Clause 37.1 shall constitute sufficientgrounds for the annulment of the award and, if and asapplicable, execution of the Bid-Securing Declaration orforfeiture of the Bid Security, in which event the Purchaser maymake the award to the next lowest evaluated bid submitted by aqualified Bidder or call for new bids.
38. Adjudicator 38.1 Unless otherwise stated in the BDS, the Purchaser proposes thatthe person named in the BDS be appointed as Adjudicator underthe Contract to assume the role of informal Contract dispute
mediator, as described in GCC Clause 6. In this case, a résuméof the named person is attached to the BDS. The proposedhourly fee for the Adjudicator is specified in the BDS. Theexpenses that would be considered reimbursable to theAdjudicator are also specified in the BDS. If a Bidder does notaccept the Adjudicator proposed by the Purchaser, it should stateits non-acceptance in its Bid Submission Form and make acounterproposal of an Adjudicator and an hourly fee, attaching arésumé of the alternative. If the successful Bidder and theAdjudicator nominated in the BDS happen to be from the samecountry, and this is not the country of the Purchaser too, the
Purchaser reserves the right to cancel the Adjudicator nominatedin the BDS and propose a new one. If by the day the Contract issigned, the Purchaser and the successful Bidder have not agreedon the appointment of the Adjudicator, the Adjudicator shall beappointed, at the request of either party, by the AppointingAuthority specified in the SCC clause relating to GCC Clause6.1.4, or if no Appointing Authority is specified there, theContract will be implemented without an Adjudicator.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 45/368
Section II. Bid Data Sheet (BDS) 1
SECTION II. BID DATA SHEET (BDS)
Table of Clauses
SECTION II. BID DATA SHEET (BDS) ................................................................................... 1
A. General........................................................................................................................... 2
B. The Bidding Documents .............................................................................................. 10
C. Preparation of Bids...................................................................................................... 10
D. Submission of Bids........................................................................................................ 12
E. Bid Opening and Evaluation ....................................................................................... 14
F. Post qualification and Award of Contract .................................................................. 15
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 46/368
Section II. Bid Data Sheet (BDS) 2
Bid Data Sheet
The following specific information relating to the System to be procured and the procurement
procedures that will be used shall complement, supplement, or amend the provisions in theInstructions to Bidders (ITB). Whenever there is a conflict, the provisions in the Bid Data Sheet
(BDS) shall prevail over those in the ITB.
A. General
ITB 1.1 Name of Purchaser: Special Relief Commissioner, Revenue and DM
(Special Relief) Department, Government of Odisha, Ground Floor,
Rajiv Bhawan, Bhubaneshwar – 751001 Odisha
Name of authorized Purchasing Agent: None
Description of the System for which bids are invited: Installation,
Commissioning, Supply & Services for Early warning Dissemination
System
ITB 1.2 Title of IFB: Installation, Commissioning, Supply & Services for Early
warning Dissemination System
Number of IFB: ODISHA/SRC/NCRMP/EWDS/008/2015
Name of resulting Contract(s): Supply, Installation, Commissioning and
Services for Early Warning Dissemination System for the CoastalDistricts of ODISHA
ITB 1.4 The e-procurement procedures are offered, in scope and to the extent as
specified, as alternatives to the standard procedures in this ITB/BDS.
For details, the Bidder should refer to the Web site:
https://tendersodisha.gov.in
The bids are to be submitted online through the e-procurement Portal
https://tendersodisha.gov.in only. The bidders would require to register
in the web site which is free of Cost. Interested bidders who have not
obtained the User ID and Password for participating in e-procurement
may obtain the same by registering in the web site
https://tendersodisha.gov.in For submission of bids, the bidders are
required to have Digital Signature Certificate (DSC) of Class-II or
Class-III from one of the authorized certifying authorities.
PARTICIPATING IN THE BID IN THE E-TENDERING PORTAL: The
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 47/368
Section II. Bid Data Sheet (BDS) 3
Contractor/bidder intending to participate in the bid is required to register in
the Portal with some information about the bidder. This is a onetime activity
for registering in Portal. During registration, the contractor has to attach a
Digital Signature Certificate (DSC) to his / her unique user ID. The DSC used
must be of appropriate class( Class II or Class III) issued from a registered
Certifying Authority such as n-Code, Sify, TCS, MTNL, eMudhra etc.
Bidder has to submit the relevant information as asked for about the bidder.
The portal registration of the Indian bidder is to be authenticated by the State
Procurement Cell after verification of original valid certificates/documents
such as (i) PAN and (ii) Registration Certificate (RC) / VAT Clearance
Certificate (for procurement of goods) of the concerned bidder. The time
period of validity in the portal is at par with validity of RC/ VAT Clearance.
The portal registration of the Foreign bidder is to be authenticated by the State
Procurement Cell after online verification of required valid
certificates/documents uploaded by the concerned bidder.
To log on to the portal the bidder is required to type his/her username and
password. The system will again ask to select the DSC and confirm it with the
password of DSC. For each login, a user’s DSC will be validated against its
date of validity and also against the Certificate Revocation List (CRL) of
respective CAs stored in system database. The system checks the unique ID,
password and DSC combination and authenticates the login process for use of
portal.
The tender documents uploaded by the Tender Inviting Officer in the websitehttps://tendersodisha.gov.in will appear in the “Latest Active Tender” Section
of the homepage. Only a small notification will be published in the newspaper
along with mention of the specific website for details. The publication of the
tender will be for specific period of time till the last date of submission of bids
as mentioned in the ‘Invitation for Bid’ after which the same will be removed
from the list of Active tenders. Any bidder can view or down load the bid
documents from the web site.
Standard procedure to uploading tender.
The bidder shall go through the Bid carefully and list the documents
those are asked for submission. He shall prepare all documents
including cost of Bid Document, Bid Security, Declaration form, price
bid etc. and upload the same online before bid submission closing date
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 48/368
Section II. Bid Data Sheet (BDS) 4
and time.
Uploading technical bid & Price bid in PDF format only. The Scan
copy of all marked pages required to be scan and upload in PDF
format.
Bids cannot be submitted after due date and time. The bidder should ensurecorrectness of the bid prior to uploading and take print out of the system
generated summary of submission to confirm successful uploading of bid. -
The bids cannot be opened even by the OIT or the Procurement Officer
Publisher/ opener before the due date and time of opening.
Each process in the e-procurement is time stamped and the system can detect
the time of log in of each user including the bidder.
The bidder should ensure clarity/legibility of the document uploaded by him to
the portal.
The bidder should check the system generated confirmation statement on the
status of the submission.
. The bidder should upload sufficiently ahead of the bid closure time to avoid
traffic rush and failure in the network.
. For all purpose, the server time displayed in the e-Procurement portal
https://tendersodisha.gov.in shall be the time to be followed by all the users.
. The Tender Inviting Officer is not responsible for any failure, malfunction or
breakdown of the electronic system used during the e-procurement process.
. SIGNING OF BID: The 'online bidder' shall digitally sign on all statements,
documents, certificates uploaded by him, owning responsibility for their
correctness/ authenticity as per IT ACT 2000. If any of the information
furnished by the bidder is found to be false/fabricated /bogus, his EMD/Bid
Security shall stand forfeited & his registration in the portal shall be blocked
and the bidder is liable to be blacklisted.
.
SECURITY OF BID SUBMISSION: All bid uploaded by the bidder to the
portal will be encrypted.
. RESUBMISSION AND WITHDRAWAL OF BIDS:
Resubmission of bid by the bidders for any number of times beforethe final date and time of submission is allowed.
Resubmission of bid shall require uploading of all documents
including price bid afresh.
If the bidder fails to submit his modified bids within the pre-defined
time of receipt, the system shall consider only the last bid submitted.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 49/368
Section II. Bid Data Sheet (BDS) 5
For the clarity of e-procurement requirements, please refer the
following:
a) Clarification of the bidding documents and issuing of addenda
(ITB 10 and 11);
b)
Virtual bidder participation in the pre-bid conference (ITB 10.2);c) Format, signing, submission, modification and withdrawal of
bids (ITB 19 to 23);
d) Bid opening, virtual Bidder participation in it, and distribution of
minutes (ITB24);
e) Bid clarification (ITB 25);
f) Information on bid award and possible debriefing (ITB 35.3);
and
g) Signing of the Contract, submission of Performance Security
(ITB 35.5, 36 and 37)
The bidders are required to submit the following to the Special Relief
Commissioner, Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor, Rajiv Bhawan, Bhubaneshwar –
751001 Odisha on or before 30.12.2015 up to 11.30 Hrs by Registered
Post, Courier service or hand delivery. Documents received after due
date and time shall not be entertained.
a)
Original Bid Security as per the format in Section VII for
an amount of Rs.65,50,000/- (Rs Sixty Five Lakhs and
Fifty thousand only) or equivalent amount in a freely
convertible currency and shall be valid for 28 days
beyond the validity of the bid.
b) a non refundable Demand Draft (DD) of Rs.15,000/- (Rs
Fifteen Thousand Only) or equivalent amount in a freely
convertible currency drawn in favour of “Special Relief
Commissioner, Odisha,” payable at Bhubaneshwar as a
cost of bid document;
c) Original affidavit regarding the correctness of
information furnished with bid documentd) The above documents may be submitted in one envelope.
The Bidders shall not write their names or addresses on
this envelope.
e) The unique identification number generated by the
system as an acknowledgement of online submission of
the bid by the bidder shall be mentioned on envelope
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 50/368
Section II. Bid Data Sheet (BDS) 6
containing the documents as detailed above.
f) Bids shall remain valid for a period of 180 days after the
last date specified for bid submission.
ITB 2.1 Name of the Borrower: Government of India
Loan or credit number: NCRMP-1/ 5413-IN/ODISHA
Name of Project: National Cyclone Risk Mitigation Project (NCRMP)
ITB 6.1 (a) Qualification requirements for Bidders are:
1. GENERAL:
i. The Bid can be submitted through a Single bidder or with
Consortium Partners up to maximum of 4 including Prime Bidder
(1+3).
ii. Bidder should have a proven record in implementing heterogeneous
system integration projects, WAN Connectivity, network center,
telecom projects.
iii. Prime Bidder should be established IT / Telecom / System
Integrator Company registered under Companies Act 1956 or any
other Company incorporated outside India under the laws of that
Country. The Prime bidder should have been in operation for a
period of at least 5 years as on 31.03.2015
iv. The Prime Bidder and its Consortium Partners must have registered
Office in India. Offered product OEM/Authorized
Partner/Distributor in India should have own registered office
presence in India to ensure prompt service warranty support after
sales. If not registered, they will be required to get registered if they
win the contract.
v. Prime bidder should have minimum 25 regular
IT/Telecom/Engineering professional employees on its payroll as
on 31.3.2015. Certificate from Company Secretary required to be
submitted.
vi. OEM/Authorized Partner/Distributor in India should provide an
undertaking towards support to the Purchaser for essential spares
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 51/368
Section II. Bid Data Sheet (BDS) 7
after sales support of the offered product for a period of 05 years
from the date of Operational Acceptance of the project
vii. Bidders (Prime &/or Consortium partners) should be Original
Equipment Manufacturer (OEM) or Authorized Partner/Distributor
in India of the OEM to quote the offered products.
viii. Bidders (Prime & Consortium partners) must not have been
declared ineligible by way of debarment, suspension or temporary
suspension by the World Bank or any Multilateral Agency for
participation in future bids for unsatisfactory past performance,
corrupt, fraudulent or any other unethical business practices or for
any other reason and not be subject of the Legal proceedings during
Past 5 years. The list of individuals and firms debarred form
participating in World Bank Projects is available at
www.worldbank.org/debarr
2. TECHNICAL:
i. The Prime Bidder and its Consortium Partners shall have ISO
9001:2008 certification. Certificate from competent authority
required to be submitted.
ii. Prime Bidder/Consortium Partner/ Subcontractor/ OEM/ OEM
Authorized Partner should have implemented at least two (2) radio
communication network comprising of repeaters, hand portable,
mobile/ static radio sets in last eight years costing not less than the
amount equal to INR 1,00,00,000/- each. Successful completion
certificate/ P.O. with delivery or Shipping Document or payment as
a proof from competent authority required to be submitted.
iii. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM/ OEM
Authorized Partner should have Implemented at least two (2)
satellite solutions (VSAT/Sat Phone etc.) in last eight years which
could be any kind of satellite phones and services costing not less
than the amount equal to INR 15,00,000/-each. Successful
completion certificate/P.O. with Delivery or Shipping Document or
payment as a proof from competent authority required to be
submitted.
iv. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM/ OEM
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 52/368
Section II. Bid Data Sheet (BDS) 8
Authorized Partner, should have Implemented at least two (2)
national/regional level multi-channel/multi-hazard alerting
solutions for public warning in the last eight years, and should also
have implemented location based SMS alerting system for public
warning. Successful completion certificate/ P.O with Delivery or
Shipping Document or payment as a proof from competentauthority needs to be submitted
v. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM/ OEM
Authorized Partners should have implemented at least two (2) Alert
Tower Siren System with minimum 98 locations each for Mass
Notification in last eight years (one should be for
Dam/Tsunami/Cyclone Warning). Successful completion certificate
/ P.O with Delivery or Shipping Document or payment as a proof
from competent authority required to be submitted.
vi. Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM
Authorized Partner/ Distributor should have implemented at least
one (1) project related to: Emergency Operation Centre or Network
Operation Centre, LAN, WAN, Internet Services with over 30
WAN Nodes. Successful completion certificate /P.O. with Delivery
or Shipping Document or payment as a proof from competent
authority required to be submitted.
Note: Technical Experience can be individually or combined with
the Consortium partners
3. FINANCIAL:
i. Prime Bidder should have a minimum average turnover of INR 75
Crores for the last three financial years from IT/Telecom
infrastructure services businesses.
ii.
Prime Bidder and all Member of the Consortium should have
positive net worth for each of the last three financial years ending
March 2015. Auditor’s certificate for net worth is required to be
submitted.
iii. The Prime Bidder and its Consortium Partners are not Solvent,
Bankrupt. Documentary proof from bank “certificate of
Solvency” is required to be submitted.
4.
CONSORTIUM:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 53/368
Section II. Bid Data Sheet (BDS) 9
i. The Bid is to be submitted by a Prime member of the Consortium
(Prime Bidder).
ii.
Each member of the Consortium shall be a business organization
duly organized, existing and registered under the laws of itscountry of domicile
iii. In case of Consortium, each member of the Consortium shall be
individually and severally responsible for the successful
completion of the scope of project.
iv. The following documents must be submitted with this Bid:
a. A certified copy of the consortium or partnership agreement,
signed by all members of the Consortium, Valid Memorandum ofUnderstanding (MOU)/Agreement.
b. Notarized Power of Attorney from each Consortium partners
authorizing Prime Bidder to bid , sign the tender, receive
instruction, give any information, accept any contract and act for
and on behalf of all the members of the Consortium for this
project.
c. Matrix showing roles and responsibilities of Prime Bidder and
Consortium Partners.
d. The address of the Consortium to which the Government may
send any notice, request, clarification or correspondence.
Note: Bidder should provide necessary supporting documents as proof
in respect of the eligibility criteria mentioned above. (Page number of
the bid corresponding to the documentary proof for each eligibility
criteria should be indicated in the compliance statement).
ITB 6.1 (b) The Bidder should be authorized by OEM / OEM Authorized Partner/
Distributor of the products to quote for the bid. The bidder must attach
Authorization Certificate as per the Manufacturer's Authorizations
Form. Manufacturer’s authorizations are required for Technologies -except for those technologies which the Bidder itself manufactures - for
all the types/categories.
ITB 6.1 (c) If the Bidder proposes to use Subcontractors for the provision of certain
key services, written agreements by the proposed firms to provide these
services in case of contract(s) resulting from the bidding are required
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 54/368
Section II. Bid Data Sheet (BDS) 10
for all types/categories of services.
B. The Bidding Documents
ITB 10.1 Purchaser’s address:
Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Ground Floor, Rajiv Bhawan,
Bhubaneshwar – 751001 Odisha
ITB 10.2 Dates, times, and places for the pre-bid meeting: As per Notice
Inviting Tender.
ITB 10.3 The Clarifications should be submitted in softcopy by mail in
.Doc/x format only mentioning “section no, clause no, page no”,
description, query, suggested modification. Last date for
submission of Clarifications is 28.12.2015 i.e. upto one week
after prebid meeting , any clarifications submitted after
28.12.2015 shall not be considered.
C. Preparation of Bids
ITB 12.1 The language of the bid and of all correspondence and documents
related to it is: English.
ITB 14.1 Recurrent cost items are required as per Price Schedule Form.
ITB 14.4 The Incoterms edition is “Incoterms 2014 - ICC Official Rules for
the Interpretation of Trade Terms” published in September 1999 by
the International Chamber of Commerce, 38 Cours Albert 1er,
75008 Paris,France”.
ITB 14.4 (a) For foreign goods priced on a CIP (named place of destinations as
details given in Section VI) basis:
(i) The contract of carriage shall include the cost of unloading the
goods at destination, as well as payment by the Supplier of the
cost of custom formalities, duties, taxes or other charges payable on the foreign Goods for their transit through any
country other than the Purchaser's country.
(ii) The named place of destination shall be the “Project Sites”as
specified in the bidding document.
ITB 14.4 (c) The Bidder will assume the responsibility, including for the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 55/368
Section II. Bid Data Sheet (BDS) 11
transport risks, for arranging, at its cost, the inland transport of the
Goods to the Project Sites.
ITB 14.5 None.
ITB 14.7 Prices quoted by the Bidder shall be fixed inclusive of all taxes.
ITB 15.1 (a) Bidder can quote the prices in 3 Foreign currencies viz. USD,
EURO, British Pound and/or in one Local Currency INR. However,
the Payment shall be made by the Purchaser only in the currency
quoted by the successful bidder.
ITB 15.1 (b) The currency to be used for quoting prices of the Goods and
Services components of the System offered locally (i.e., from
within the Purchaser’s Country), as well as local currency
expenditures for local technical support, training, maintenance,
transportation, insurance, and other local services incidental todelivery, installation and operation of the System, is: INR
ITB 16.2 (c) None
ITB 16.3 In the interest of effective integration, cost-effective technical
support, and reduced re-training and staffing costs, Bidders are
required to offer specific brand names and models for the limited
number of specific items. The brand-name items are listed and can
be referred to in the Technical Requirements where the items are
detailed.
ITB 17.1 Bids need to be secured by a Bid-Securing Declaration and by a Bid
Security in one of the following forms:
A Bank Guarantee as per enclosed format issued by a scheduled
Bank in favour of Purchaser valid up to 28 days beyond the bid
validity period. The amount of Bid Security required is: INR
65,50,000 (Sixty Five Lakhs and Fifty Thousands only) or
equivalent amount in a freely convertible currency valid up to 28
days beyond the bid validity period.
ITB 17.7 If the Bidder incurs any of the actions prescribed in ITB Clause 17.7
(a) or (b), the Borrower will declare the Bidder ineligible to be
awarded contracts by the Employer for a period of 3 years.
ITB 18.1 The bid validity period shall be 180 days after the deadline for bid
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 56/368
Section II. Bid Data Sheet (BDS) 12
submission, as specified below in reference to ITB Clause 21.
ITB 19.1
Bidding through e-procurement System: The bidding under thiscontract is electronic bid submission through website
http://tendersodisha.gov.in. Detailed guidelines for viewing bids andsubmission of online bids are given on the website. The Invitation
for Bids under NCRMP is published on this website. Any citizen or prospective bidder can log-on to this website and view the Invitation
for Bids and can view the details of works for which bids are invited.The prospective bidder can submit bids on line; however, the bidder
is required to have enrolment/registration in the website and shouldhave valid Digital Signature Certificate (DSC) in the form of smart
card/e-token. The DSC can be obtained from any authorizedcertifying agencies. The bidder should register in the web site
http://tendersodisha.gov.in using the relevant option available. Then
the Digital Signature registration has to be done with the e-token,after logging into the site. After this, the bidder can login the site
through the secured login by entering the password of the e-token &the user id/ password chosen during registration.
After getting the bid schedules, the Bidder should go through them
carefully and then submit the documents as asked, otherwise, the bid
will be rejected.
ITB 19.2 Refer to Format and Signing of Bid (ITB 19.2)
ITB 19.3 Refer to Format and Signing of Bid (ITB 19.3)
ITB 19.4 Refer to Format and Signing of Bid (ITB 19.2) where JVAs or
consortium is involved
D. Submission of Bids
ITB 20.1 Electronic Submission of Bid:
The bidder shall submit online the requirements under qualification
criteria and Technical and Financial parts. The contents of the PostQualification and Technical (Part-I) and Financial bid (Part-II) shall
be as specified in clause 12. All the documents are required to be
signed digitally by the bidder. After electronic on line bid
submission, the system generates a unique bid identification number
which is time stamped. This shall be treated as acknowledgement of
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 57/368
Section II. Bid Data Sheet (BDS) 13
bid submission
ITB 20.2 (a) In addition to electronic online submission of Part-I (Technical Bid)
and Part-II (Financial Bid), the Bidder is required to
submit in original, the following documents;a) Original Bid Security as per the format in Section VII
for an amount of INR.65,50,000/- (Rs. Sixty Five
Lakhs and Fifty Thousands only) or equivalent
amount in a freely convertible currency and shall be
valid for 28 days beyond the validity of the bid.
b) a nonrefundable Demand Draft (DD) of Rs.15,000/-
(Rs Fifteen Thousand Only)or equivalent amount in a
freely convertible currency drawn in favour of
“Special Relief Commissioner, Odisha payable at
Bhubaneshwar;
c) Original affidavit regarding the correctness of
information furnished with bid document
d) Written confirmation authorizing the Signatory of the
bid to commit the bidder in accordance with ITB 19
e) The above documents may be submitted in one
envelope. The Bidders shall not write their names or
addresses on this envelope.
f) The number mentioned on acknowledgement of
online submission of the bid by the bidder shall bementioned on envelope containing the documents as
detailed above.
g) Bids shall remain valid for a period of 180 days after
the last date specified for bid submission.
ITB 20.2 (b) The address of submission of the above documents is:
Special Relief Commissioner, Revenue and DM (Special Relief)
Department, Government of Odisha, Ground Floor, Rajiv
Bhawan, Bhubaneshwar – 751001 Odisha
ITB 20.2 (c) The bidder shall quote the unique bid identification number
generated by the system after electronic submission of bids on line
on the envelope only. An envelope shall bear a warning “DO NOT
OPEN BEFORE THE TIME AND DATE FOR BID OPENING”.
An envelope should not contain the name of the Bidder.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 58/368
Section II. Bid Data Sheet (BDS) 14
ITB 21.1 The electronic Bids (Part-I and Part-II) submission dates and
submission of original documents as per ITB 20 shall be as per
Notice inviting Tender.
E. Bid Opening and Evaluation
ITB 24 (A) Time, date, and place for bid opening are: As per Notice inviting
Tender. Bidders who chose to attend bid opening can do so at the
place, date and time specified in IFB. For those Bidders who cannot
make it to bid opening physically, can participate virtual Bid
opening as per (ITB24). Only the Part-I (Technically Bid) shall be
opened.
ITB 24 (B) Following the evaluation of Part-I (Technical Bid), the Purchaser
shall inform the Technically qualified Bidders, the informationrelated to opening of Part-II (Financial Bids) bids. Simultaneously,
the same information shall be uploaded on the e-procurement portals
as well as the NCRMP I Project website.
ITB 27.1 The currency chosen for the purpose of converting to a common
currency is: INR.
The source of exchange rate is: Central Bank of India Website.
The date of exchange rate determination is: The opening date of the
Financial Bid
ITB 28.1 Bids for Subsystems, lots, or slices of the overall Information
System will not be accepted.
Any discount offered, if any, shall be on the whole package and it
shall be clearly stated in the Part-II (Financial Bid).
ITB 28.4 This bidding is done following Single-Stage, Two Envelop (2
folder) system using pass/fail criteria. The Purchaser will open the
Part-II (Financial Bid) of the Technically (Part-I) qualified bidders
only.
ITB 28.5 Not Applicable.
ITB 28.6 (c) (i) The Purchaser will not accept deviations in the schedule of
installation and commissioning specified in the Implementation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 59/368
Section II. Bid Data Sheet (BDS) 15
Schedule.
ITB 28.6 (c) (ii) The Purchaser will not accept deviations in the payment schedule in
the SCC.
ITB 28.6 (d) Not Applicable.
F. Post qualification and Award of Contract
ITB 31.2 Deleted
ITB 33.1 Percentage for quantity increase or decrease: 20%
ITB 38.1 The proposed Adjudicator is: The Institution of Engineers (India),
New Delhi shall appoint the adjudicator at the request of Purchaser
and the Bidder at appropriate time.
The proposed hourly fee and the expenses as suggested by
Institution of Engineers (India), New Delhi, shall be reimbursed to
the Adjudicator at the rate of 50% each by Purchaser and Bidder.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 60/368
Section III. Countries Eligible for Bank-Financed Procurement1
SECTION III. ELIGIBLE COUNTRIES FOR THE PROVISION OF
GOODS, WORKS, AND SERVICES IN BANK-FINANCED
PROCUREMENT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 61/368
Section III. Countries Eligible for Bank-Financed Procurement2
Eligible Countr ies for the Provision of Goods, Works, and Services inBank-Financed Procurement
As of September 2007
1. Eligible for this procurement are firms of, and goods manufactured in, all countries
2. In accordance with para. 1.8 (a) of the Guidelines: Procurement under IBRD Loans and
IDA Credits, firms of a Country or goods manufactured in a Country may be excluded if
(i) as a matter of law or official regulation, the Borrower’s Country prohibits commercialrelations with that Country, provided that the Bank is satisfied that such exclusion does not
preclude effective competition for the supply of the goods or works required, or
(ii) by an Act of Compliance with a Decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibitsany import of goods from that Country or any payments to persons or entities in that
Country.
3. For the information of borrowers and bidders, at the present time firms, goods and services
from the following countries are excluded from this bidding:
With reference to paragraph (i) above: "none"
With reference to paragraph (ii) above: "none"
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 62/368
Section IV. General Conditions of Contract 1
SECTION IV. GENERAL CONDITIONS OF CONTRACT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 63/368
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 64/368
Section IV. General Conditions of Contract 3
G. Risk Distribution ......................................................................................................... 51
34. Transfer of Ownership .......................................................................................... 51
35. Care of the System ................................................................................................ 5236. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification .. 53
37. Insurances............................................................................................................. 54
38. Force Majeure ...................................................................................................... 56
H. Change in Contract Elements ..................................................................................... 58
39. Changes to the System .......................................................................................... 58
40. Extension of Time for Achieving Operational Acceptance ................................ .... 6241. Termination .......................................................................................................... 63
42. Assignment ........................................................................................................... 71
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 65/368
Section IV. General Conditions of Contract 4
General Conditions of Contract
A. CONTRACT AND INTERPRETATION
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated below.
(a) contract elements
(i) “Contract” means the Contract Agreement entered
into between the Purchaser and the Supplier, together
with the Contract Documents referred to therein.
The Contract Agreement and the Contract
Documents shall constitute the Contract, and the
term “the Contract” shall in all such documents be
construed accordingly.
(ii) “Contract Documents” means the documents
specified in Article 1.1 (Contract Documents) of the
Contract Agreement (including any amendments to
these Documents).
(iii) “Contract Agreement” means the agreement entered
into between the Purchaser and the Supplier using
the form of Contract Agreement contained in the
Sample Forms Section of the Bidding Documents
and any modifications to this form agreed to by the
Purchaser and the Supplier. The date of the ContractAgreement shall be recorded in the signed form.
(iv) “GCC” means the General Conditions of Contract.
(v) “SCC” means the Special Conditions of Contract.
(vi) “Technical Requirements” means the Technical
Requirements Section of the Bidding Documents.
(vii) “Implementation Schedule” means the
Implementation Schedule Sub-section of the
Technical Requirements.
viii) “Contract Price” means the price or prices defined in
Article 2 (Contract Price and Terms of Payment) of
the Contract Agreement.
(ix) “Procurement Guidelines” refers to the edition
specified in the SCC of the World Bank Guidelines:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 66/368
Section IV. General Conditions of Contract 5
Procurement under IBRD Loans and IDA Credits.
(x) “Bidding Documents” refers to the collection of
documents issued by the Purchaser to instruct and
inform potential suppliers of the processes for
bidding, selection of the winning bid, and Contract
formation, as well as the contractual conditions
governing the relationship between the Purchaser
and the Supplier. The General and Special
Conditions of Contract, the Technical Requirements,
and all other documents included in the Bidding
Documents reflect the Procurement Guidelines that
the Purchaser is obligated to follow during
procurement and administration of this Contract.
(b) entities
(i) “Purchaser” means the entity purchasing the Information
System, as specified in the SCC.
(ii) “Project Manager” means the person named as such in the
SCC or otherwise appointed by the Purchaser in the
manner provided in GCC Clause 18.1 (Project Manager) to
perform the duties delegated by the Purchaser.
(iii) “Supplier” means the firm or Joint Venture whose bid to
perform the Contract has been accepted by the Purchaser
and is named as such in the Contract Agreement.
(iv) “Supplier’s Representative” means any person nominated
by the Supplier and named as such in the Contract
Agreement or otherwise approved by the Purchaser in the
manner provided in GCC Clause 18.2 (Supplier’s
Representative) to perform the duties delegated by the
Supplier.
(v) “Subcontractor” means any firm to whom any of the
obligations of the Supplier, including preparation of any
design or supply of any Information Technologies or other
Goods or Services, is subcontracted directly or indirectly
by the Supplier.
(vi) “Adjudicator” means the person named in Appendix 2 of
the Contract Agreement, appointed by agreement between
the Purchaser and the Supplier to make a decision on or to
settle any dispute between the Purchaser and the Supplier
referred to him or her by the parties, pursuant to GCC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 67/368
Section IV. General Conditions of Contract 6
Clause 6.1 (Adjudication).
(vii) “The World Bank” (also called “The Bank”) means the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(c) scope
(i) “Information System,” also called “the System,” means all
the Information Technologies, Materials, and other Goods
to be supplied, installed, integrated, and made operational
(exclusive of the Supplier’s Equipment), together with the
Services to be carried out by the Supplier under the
Contract.
(ii) “Subsystem” means any subset of the System identified as
such in the Contract that may be supplied, installed, tested,and commissioned individually before Commissioning of
the entire System.
(iii) “Information Technologies” means all information
processing and communications-related hardware,
Software, supplies, and consumable items that the Supplier
is required to supply and install under the Contract.
(iv) “Goods” means all equipment, machinery, furnishings,
Materials, and other tangible items that the Supplier is
required to supply or supply and install under the Contract,including, without limitation, the Information Technologies
and Materials, but excluding the Supplier’s Equipment.
(v) “Services” means all technical, logistical, management, and
any other Services to be provided by the Supplier under the
Contract to supply, install, customize, integrate, and make
operational the System. Such Services may include, but
are not restricted to, activity management and quality
assurance, design, development, customization,
documentation, transportation, insurance, inspection,
expediting, site preparation, installation, integration,
training, data migration, Pre-commissioning,
Commissioning, maintenance, and technical support.
(vi) “The Project Plan” means the document to be developed by
the Supplier and approved by the Purchaser, pursuant to
GCC Clause 19, based on the requirements of the Contract
and the Preliminary Project Plan included in the Supplier’s
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 68/368
Section IV. General Conditions of Contract 7
bid. The “Agreed and Finalized Project Plan” is the
version of the Project Plan approved by the Purchaser, in
accordance with GCC Clause 19.2. Should the Project
Plan conflict with the Contract in any way, the relevant
provisions of the Contract, including any amendments,
shall prevail.
(vii) “Software” means that part of the System which are
instructions that cause information processing Subsystems
to perform in a specific manner or execute specific
operations.
(viii) “System Software” means Software that provides the
operating and management instructions for the underlying
hardware and other components, and is identified as such
in Appendix 4 of the Contract Agreement and such other
Software as the parties may agree in writing to be SystemsSoftware. Such System Software includes, but is not
restricted to, micro-code embedded in hardware (i.e.,
“firmware”), operating systems, communications, system
and network management, and utility software.
(ix) “General-Purpose Software” means Software that supports
general-purpose office and software development activities
and is identified as such in Appendix 4 of the Contract
Agreement and such other Software as the parties may
agree in writing to be General- Purpose Software. Such
General-Purpose Software may include, but is notrestricted to, word processing, spreadsheet, generic
database management, and application development
software.
(x) “Application Software” means Software formulated to
perform specific business or technical functions and
interface with the business or technical users of the System
and is identified as such in Appendix 4 of the Contract
Agreement and such other Software as the parties may
agree in writing to be Application Software.
(xi) “Standard Software” means Software identified as such in
Appendix 4 of the Contract Agreement and such other
Software as the parties may agree in writing to be Standard
Software.
(xii) “Custom Software” means Software identified as such in
Appendix 4 of the Contract Agreement and such other
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 69/368
Section IV. General Conditions of Contract 8
Software as the parties may agree in writing to be Custom
Software.
(xiii) “Source Code” means the database structures, dictionaries,
definitions, program source files, and any other symbolic
representations necessary for the compilation, execution,
and subsequent maintenance of the Software (typically, but
not exclusively, required for Custom Software).
(xiv) “Materials” means all documentation in printed or printable
form and all instructional and informational aides in any
form (including audio, video, and text) and on any
medium, provided to the Purchaser under the Contract.
(xv) “Standard Materials” means all Materials not specified as
Custom Materials.
(xvi) “Custom Materials” means Materials developed by theSupplier at the Purchaser’s expense under the Contract and
identified as such in Appendix 5 of the Contract
Agreement and such other Materials as the parties may
agree in writing to be Custom Materials. Custom Materials
includes Materials created from Standard Materials.
(xvii) “Intellectual Property Rights” means any and all copyright,
moral rights, trademark, patent, and other intellectual and
proprietary rights, title and interests worldwide, whether
vested, contingent, or future, including without limitation
all economic rights and all exclusive rights to reproduce,
fix, adapt, modify, translate, create derivative works from,
extract or re-utilize data from, manufacture, introduce into
circulation, publish, distribute, sell, license, sublicense,
transfer, rent, lease, transmit or provide access
electronically, broadcast, display, enter into computer
memory, or otherwise use any portion or copy, in whole or
in part, in any form, directly or indirectly, or to authorize or
assign others to do so.
(xviii) “Supplier’s Equipment” means all equipment, tools,
apparatus, or things of every kind required in or for
installation, completion and maintenance of the System
that are to be provided by the Supplier, but excluding the
Information Technologies, or other items forming part of
the System.
(d) activities
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 70/368
Section IV. General Conditions of Contract 9
(i) “Delivery” means the transfer of the Goods from the
Supplier to the Purchaser in accordance with the current
edition Incoterms specified in the Contract.
(ii) “Installation” means that the System or a Subsystem as
specified in the Contract is ready for Commissioning as
provided in GCC Clause 26 (Installation).
(iii) “Pre-commissioning” means the testing, checking, and any
other required activity that may be specified in the
Technical Requirements that are to be carried out by the
Supplier in preparation for Commissioning of the System
as provided in GCC Clause 26 (Installation).
(iv) “Commissioning” means operation of the System or any
Subsystem by the Supplier following Installation, which
operation is to be carried out by the Supplier as provided in
GCC Clause 27.1 (Commissioning), for the purpose of
carrying out Operational Acceptance Test(s).
(v) “Operational Acceptance Tests” means the tests specified
in the Technical Requirements and Agreed and Finalized
Project Plan to be carried out to ascertain whether the
System, or a specified Subsystem, is able to attain the
functional and performance requirements specified in the
Technical Requirements and Agreed and Finalized Project
Plan, in accordance with the provisions of GCC Clause
27.2 (Operational Acceptance Test).
(vi) “Operational Acceptance” means the acceptance by the
Purchaser of the System (or any Subsystem(s) where the
Contract provides for acceptance of the System in parts), in
accordance with GCC Clause 27.3 (Operational
Acceptance).
(e) place and time
(i) “Purchaser’s Country” is the country named in the SCC.
(ii) “Supplier’s Country” is the country in which the Supplieris legally organized, as named in the Contract Agreement.
(iii) “Project Site(s)” means the place(s) specified in the SCC
for the supply and installation of the System.
(iv) “Eligible Country” means the countries and territories
eligible for participation in procurements financed by the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 71/368
Section IV. General Conditions of Contract
10
World Bank as defined in the Procurement Guidelines.
(Note: The World Bank maintains a list of countries from
which Bidders, Goods, and Services are not eligible to
participate in procurement financed by the Bank. The list
is regularly updated and can be obtained from the Public
Information Center of the Bank or its web site on
procurement. A copy of the list is contained in the Section
of the Bidding Documents entitled “Eligible Countries for
the Provision of Goods, Works, and Services in Bank-
Financed Procurement”).
(v) “Day” means calendar day of the Gregorian Calendar.
(vi) “Week” means seven (7) consecutive Days, beginning the
day of the week as is customary in the Purchaser’s
Country.
(vii) “Month” means calendar month of the Gregorian Calendar.
(viii) “Year” means twelve (12) consecutive Months.
(ix) “Effective Date” means the date of fulfillment of all
conditions specified in Article 3 (Effective Date for
Determining Time for Achieving Operational Acceptance)
of the Contract Agreement, for the purpose of determining
the Delivery, Installation, and Operational Acceptance
dates for the System or Subsystem(s).
(x) “Contract Period” is the time period during which this
Contract governs the relations and obligations of the
Purchaser and Supplier in relation to the System, as
specified in the SCC.
(xi) “Defect Liability Period” (also referred to as the “Warranty
Period”) means the period of validity of the warranties
given by the Supplier commencing at date of the
Operational Acceptance Certificate of the System or
Subsystem(s), during which the Supplier is responsible for
defects with respect to the System (or the relevant
Subsystem[s]) as provided in GCC Clause 29 (Defect
Liability).
(xii) “The Post-Warranty Services Period” means the number of
years defined in the SCC (if any), following the expiration
of the Warranty Period during which the Supplier may be
obligated to provide Software licenses, maintenance,
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 72/368
Section IV. General Conditions of Contract
11
and/or technical support services for the System, either
under this Contract or under separate contract(s).
(xiii) “The Coverage Period” means the Days of the Week and
the hours of those Days during which maintenance,
operational, and/or technical support services (if any) must be available.
2. Contract
Documents
2.1 Subject to Article 1.2 (Order of Precedence) of the
Contract Agreement, all documents forming part of the
Contract (and all parts of these documents) are intended to
be correlative, complementary, and mutually explanatory.
The Contract shall be read as a whole.
3. Interpretation 3.1 Governing Language
3.1.1 All Contract Documents and related correspondence
exchanged between Purchaser and Supplier shall be written
in the language specified in the SCC, and the Contract shall
be construed and interpreted in accordance with that
language.
3.1.2 If any of the Contract Documents or related
correspondence are prepared in a language other than the
governing language under GCC Clause 3.1.1 above, the
translation of such documents into the governing language
shall prevail in matters of interpretation. The originating
party, with respect to such documents shall bear the costsand risks of such translation.
3.2 Singular and Plural
The singular shall include the plural and the plural the singular,
except where the context otherwise requires.
3.3 Headings
The headings and marginal notes in the GCC are included for
ease of reference and shall neither constitute a part of the
Contract nor affect its interpretation.
3.4 Persons
Words importing persons or parties shall include firms,
corporations, and government entities.
3.5 Incoterms
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 73/368
Section IV. General Conditions of Contract
12
Unless inconsistent with any provision of the Contract, the
meaning of any trade term and the rights and obligations of
parties there under shall be as prescribed by the current
Incoterms (“Incoterms 2000” or a more recent version if
and as published). Incoterms are the international rules for
interpreting trade terms published by the International
Chamber of Commerce, 38 Cours Albert 1er, 75008 Paris,
France.
3.6 Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and Supplier with respect to the subject matter of
Contract and supersedes all communications, negotiations,
and agreements (whether written or oral) of parties with
respect to the subject matter of the Contract made prior to
the date of Contract.
3.7 Amendment
No amendment or other variation of the Contract shall be
effective unless it is in writing, is dated, expressly refers to
the Contract, and is signed by a duly authorized
representative of each party to the Contract.
3.8 Independent Supplier
The Supplier shall be an independent contractor performing the
Contract. The Contract does not create any agency,
partnership, joint venture, or other joint relationship
between the parties to the Contract.
Subject to the provisions of the Contract, the Supplier shall be
solely responsible for the manner in which the Contract is
performed. All employees, representatives, or
Subcontractors engaged by the Supplier in connection with
the performance of the Contract shall be under the
complete control of the Supplier and shall not be deemed to
be employees of the Purchaser, and nothing contained in
the Contract or in any subcontract awarded by the Supplier
shall be construed to create any contractual relationship
between any such employees, representatives, or
Subcontractors and the Purchaser.
3.9 Joint Venture
If the Supplier is a Joint Venture of two or more firms, all such
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 74/368
Section IV. General Conditions of Contract
13
firms shall be jointly and severally bound to the Purchaser
for the fulfillment of the provisions of the Contract and
shall designate one of such firms to act as a leader with
authority to bind the Joint Venture. The composition or
constitution of the Joint Venture shall not be altered
without the prior consent of the Purchaser.
3.10 Nonwaiver
3.10.1 Subject to GCC Clause 3.10.2 below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, nor shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
3.10.2 Any waiver of a party’s rights, powers, or remedies
under the Contract must be in writing, must be dated and
signed by an authorized representative of the party granting
such waiver, and must specify the right and the extent to
which it is being waived.
3.11 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition,invalidity, or unenforceability shall not affect the validity
or enforceability of any other provisions and conditions of
the Contract.
3.12 Country of Origin
“Origin” means the place where the Information
Technologies, Materials, and other Goods for the System
were produced or from which the Services are supplied.
Goods are produced when, through manufacturing,
processing, Software development, or substantial and
major assembly or integration of components, a
commercially recognized product results that is
substantially different in basic characteristics or in purpose
or utility from its components. The Origin of Goods and
Services is distinct from the nationality of the Supplier and
may be different.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 75/368
Section IV. General Conditions of Contract
14
4. Notices 4.1 Unless otherwise stated in the Contract, all notices to be
given under the Contract shall be in writing and shall be
sent, pursuant to GCC Clause 4.3 below, by personal
delivery, airmail post, special courier, cable, telegraph,
telex, facsimile, electronic mail, or Electronic Data
Interchange (EDI), with the following provisions.
4.1.1 Any notice sent by cable, telegraph, telex, facsimile,
electronic mail, or EDI shall be confirmed within two (2)
days after dispatch by notice sent by airmail post or special
courier, except as otherwise specified in the Contract.
4.1.2 Any notice sent by airmail post or special courier shall be
deemed (in the absence of evidence of earlier receipt) to
have been delivered ten (10) days after dispatch. In
proving the fact of dispatch, it shall be sufficient to show
that the envelope containing such notice was properlyaddressed, stamped, and conveyed to the postal authorities
or courier service for transmission by airmail or special
courier.
4.1.3 Any notice delivered personally or sent by cable, telegraph,
telex, facsimile, electronic mail, or EDI shall be deemed to
have been delivered on the date of its dispatch.
4.1.4 Either party may change its postal, cable, telex, facsimile,
electronic mail, or EDI addresses for receipt of such
notices by ten (10) days’ notice to the other party inwriting.
4.2 Notices shall be deemed to include any approvals,
consents, instructions, orders, certificates, information and
other communication to be given under the Contract.
4.3 Pursuant to GCC Clause 18, notices from/to the Purchaser
are normally given by, or addressed to, the Project
Manager, while notices from/to the Supplier are normally
given by, or addressed to, the Supplier's Representative, or
in its absence its deputy if any. If there is no appointedProject Manager or Supplier's Representative (or deputy),
or if their related authority is limited by the SCC for GCC
Clauses 18.1 or 18.2.2, or for any other reason, the
Purchaser or Supplier may give and receive notices at their
fallback addresses. The address of the Project Manager
and the fallback address of the Purchaser are as specified in
the SCC or as subsequently established/amended. The
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 76/368
Section IV. General Conditions of Contract
15
address of the Supplier's Representative and the fallback
address of the Supplier are as specified in Appendix 1 of
the Contract Agreement or as subsequently
established/amended.
5. Governing Law 5.1 The Contract shall be governed by and interpreted inaccordance with the laws of the country specified in the
SCC.
6. Settlement of
Disputes
6.1 Adjudication
6.1.1 If any dispute of any kind whatsoever shall arise between
the Purchaser and the Supplier in connection with or
arising out of the Contract, including without prejudice to
the generality of the foregoing, any question regarding its
existence, validity, or termination, or the operation of the
System (whether during the progress of implementation orafter its achieving Operational Acceptance and whether
before or after the termination, abandonment, or breach of
the Contract), the parties shall seek to resolve any such
dispute by mutual consultation. If the parties fail to resolve
such a dispute by mutual consultation within fourteen (14)
days after one party has notified the other in writing of the
dispute, then, if the Contract Agreement in Appendix 2
includes and names an Adjudicator, the dispute shall,
within another fourteen (14) days, be referred in writing by
either party to the Adjudicator, with a copy to the other
party. If there is no Adjudicator specified in the Contract
Agreement, the mutual consultation period stated above
shall last twenty-eight (28) days (instead of fourteen), upon
expiry of which either party may move to the notification
of arbitration pursuant to GCC Clause 6.2.1.
6.1.2 The Adjudicator shall give his or her decision in writing to
both parties within twenty-eight (28) days of the dispute
being referred to the Adjudicator. If the Adjudicator has
done so, and no notice of intention to commence
arbitration has been given by either the Purchaser or theSupplier within fifty-six (56) days of such reference, the
decision shall become final and binding upon the Purchaser
and the Supplier. Any decision that has become final and
binding shall be implemented by the parties forthwith.
6.1.3 The Adjudicator shall be paid an hourly fee at the rate
specified in the Contract Agreement plus reasonable
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 77/368
Section IV. General Conditions of Contract
16
expenditures incurred in the execution of duties as
Adjudicator, and these costs shall be divided equally
between the Purchaser and the Supplier.
6.1.4 Should the Adjudicator resign or die, or should the
Purchaser and the Supplier agree that the Adjudicator isnot fulfilling his or her functions in accordance with the
provisions of the Contract, a new Adjudicator shall be
jointly appointed by the Purchaser and the Supplier.
Failing agreement between the two within twenty-eight
(28) days, the new Adjudicator shall be appointed at the
request of either party by the Appointing Authority
specified in the SCC, or, if no Appointing Authority is
specified in SCC, the Contract shall, from this point
onward and until the parties may otherwise agree on an
Adjudicator or an Appointing Authority, be implemented
as if there is no Adjudicator.
6.2 Arbitration
6.2.1 If
(a) the Purchaser or the Supplier is dissatisfied with the
Adjudicator’s decision and acts before this decision
has become final and binding pursuant to GCC Clause
6.1.2, or
(b) the Adjudicator fails to give a decision within theallotted time from referral of the dispute pursuant to
GCC Clause 6.1.2, and the Purchaser or the Supplier
acts within the following fourteen (14) days, or
(c) in the absence of an Adjudicator from the Contract
Agreement, the mutual consultation pursuant to GCC
Clause 6.1.1 expires without resolution of the dispute
and the Purchaser or the Supplier acts within the
following fourteen (14) days,
then either the Purchaser or the Supplier may act to give
notice to the other party, with a copy for information to the
Adjudicator in case an Adjudicator had been involved, of
its intention to commence arbitration, as provided below,
as to the matter in dispute, and no arbitration in respect of
this matter may be commenced unless such notice is given.
6.2.2 Any dispute in respect of which a notice of intention to
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 78/368
Section IV. General Conditions of Contract
17
commence arbitration has been given, in accordance with
GCC Clause 6.2.1, shall be finally settled by arbitration.
Arbitration may be commenced prior to or after Installation
of the Information System.
6.2.3 Arbitration proceedings shall be conducted in accordancewith the rules of procedure specified in the SCC.
6.3 Notwithstanding any reference to the Adjudicator or arbitration
in this clause,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
(b) the Purchaser shall pay the Supplier any monies due the
Supplier.
B. SUBJECT MATTER OF CONTRACT
7. Scope of the
System
7.1 Unless otherwise expressly limited in the SCC or Technical
Requirements, the Supplier’s obligations cover the provision of all
Information Technologies, Materials and other Goods as well as
the performance of all Services required for the design,
development, and implementation (including procurement, quality
assurance, assembly, associated site preparation, Delivery, Pre-
commissioning, Installation, Testing, and Commissioning) of the
System, in accordance with the plans, procedures, specifications,
drawings, codes, and any other documents specified in the
Contract and the Agreed and Finalized Project Plan.
7.2 The Supplier shall, unless specifically excluded in the Contract,
perform all such work and / or supply all such items and Materials
not specifically mentioned in the Contract but that can be
reasonably inferred from the Contract as being required for
attaining Operational Acceptance of the System as if such work
and / or items and Materials were expressly mentioned in the
Contract.
7.3 The Supplier’s obligations (if any) to provide Goods and Services
as implied by the Recurrent Cost tables of the Supplier’s bid, such
as consumables, spare parts, and technical services (e.g.,
maintenance, technical assistance, and operational support), are as
specified in the SCC, including the relevant terms, characteristics,
and timings.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 79/368
Section IV. General Conditions of Contract
18
8. Time for
Commencement
and Operational
Acceptance
8.1 The Supplier shall commence work on the System within the
period specified in the SCC, and without prejudice to GCC
Clause 28.2, the Supplier shall thereafter proceed with the System
in accordance with the time schedule specified in the
Implementation Schedule in the Technical Requirements Section
and any refinements made in the Agreed and Finalized Project
Plan.
8.2 The Supplier shall achieve Operational Acceptance of the System
(or Subsystem(s) where a separate time for Operational
Acceptance of such Subsystem(s) is specified in the Contract)
within the time specified in the SCC and in accordance with the
time schedule specified in the Implementation Schedule in the
Technical Requirements Section and any refinements made in the
Agreed and Finalized Project Plan, or within such extended time
to which the Supplier shall be entitled under GCC Clause 40
(Extension of Time for Achieving Operational Acceptance).
9. Supplier’s
Responsibilities
9.1 The Supplier shall conduct all activities with due care and
diligence, in accordance with the Contract and with the skill and
care expected of a competent provider of information
technologies, information systems, support, maintenance, training,
and other related services, or in accordance with best industry
practices. In particular, the Supplier shall provide and employ
only technical personnel who are skilled and experienced in their
respective callings and supervisory staff who are competent to
adequately supervise the work at hand.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 80/368
Section IV. General Conditions of Contract
19
9.2 The Supplier confirms that it has entered into this Contract on the
basis of a proper examination of the data relating to the System
provided by the Purchaser and on the basis of information that the
Supplier could have obtained from a visual inspection of the site
(if access to the site was available) and of other data readily
available to the Supplier relating to the System as at the date
twenty-eight (28) days prior to bid submission. The Supplier
acknowledges that any failure to acquaint itself with all such data
and information shall not relieve its responsibility for properly
estimating the difficulty or cost of successfully performing the
Contract.
9.3 The Supplier shall be responsible for timely provision of all
resources, information, and decision making under its control that
are necessary to reach a mutually Agreed and Finalized Project
Plan (pursuant to GCC Clause 19.2) within the time schedule
specified in the Implementation Schedule in the Technical
Requirements Section. Failure to provide such resources,
information, and decision making may constitute grounds for
termination pursuant to GCC Clause 41.2.
9.4 The Supplier shall acquire in its name all permits, approvals,
and/or licenses from all local, state, or national government
authorities or public service undertakings in the Purchaser’s
Country that are necessary for the performance of the Contract,
including, without limitation, visas for the Supplier’s and
Subcontractor’s personnel and entry permits for all imported
Supplier’s Equipment. The Supplier shall acquire all other
permits, approvals, and/or licenses that are not the responsibility
of the Purchaser under GCC Clause 10.4 and that are necessary for
the performance of the Contract.
9.5 The Supplier shall comply with all applicable laws in force in the
Purchaser’s Country. The laws will include all national,
provincial, municipal, or other laws that affect the performance of
the Contract and are binding upon the Supplier. The Supplier
shall indemnify and hold harmless the Purchaser from and against
any and all liabilities, damages, claims, fines, penalties, andexpenses of whatever nature arising or resulting from the violation
of such laws by the Supplier or its personnel, including the
Subcontractors and their personnel, but without prejudice to GCC
Clause 10.1. The Supplier shall not indemnify the Purchaser to
the extent that such liability, damage, claims, fines, penalties, and
expenses were caused or contributed to by a fault of the Purchaser.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 81/368
Section IV. General Conditions of Contract
20
9.6 The Supplier shall, in all dealings with its labor and the labor of its
Subcontractors currently employed on or connected with the
Contract, pay due regard to all recognized festivals, official
holidays, religious or other customs, and all local laws and
regulations pertaining to the employment of labor.
9.7 Any Information Technologies or other Goods and Services that
will be incorporated in or be required for the System and other
supplies shall have their Origin, as defined in GCC Clause 3.12, in
a country that shall be an Eligible Country, as defined in GCC
Clause 1.1 (e) (iv).
9.8 The Supplier shall permit the Bank and/or persons appointed by
the Bank to inspect the Supplier’s offices and/or the accounts and
records of the Supplier and its sub-contractors relating to the
performance of the Contract, and to have such accounts and
records audited by auditors appointed by the Bank if required bythe Bank. The Supplier’s attention is drawn to Sub-Clause
41.2.1(c), which provides, inter alia, that acts intended to
materially impede the exercise of the Bank’s inspection and audit
rights provided for under Sub-Clause 9.8 constitute a prohibited
practice subject to contract termination (as well as to a
determination of ineligibility under the Procurement Guidelines)
9.9 Other Supplier responsibilities, if any, are as stated in the SCC.
10. Purchaser’s
Responsibilities
10.1 The Purchaser shall ensure the accuracy of all information and/or
data to be supplied by the Purchaser to the Supplier, except whenotherwise expressly stated in the Contract.
10.2 The Purchaser shall be responsible for timely provision of all
resources, information, and decision making under its control that
are necessary to reach an Agreed and Finalized Project Plan
(pursuant to GCC Clause 19.2) within the time schedule specified
in the Implementation Schedule in the Technical Requirements
Section. Failure to provide such resources, information, and
decision making may constitute grounds for Termination pursuant
to GCC Clause 41.3.1 (b).
10.3 The Purchaser shall be responsible for acquiring and providing legal
and physical possession of the site and access to it, and for providing
possession of and access to all other areas reasonably required for the
proper execution of the Contract.
10.4 If requested by the Supplier, the Purchaser shall use its best
endeavors to assist the Supplier in obtaining in a timely and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 82/368
Section IV. General Conditions of Contract
21
expeditious manner all permits, approvals, and/or licenses
necessary for the execution of the Contract from all local, state, or
national government authorities or public service undertakings that
such authorities or undertakings require the Supplier or
Subcontractors or the personnel of the Supplier or Subcontractors,
as the case may be, to obtain.
10.5 In such cases where the responsibilities of specifying and
acquiring or upgrading telecommunications and/or electric power
services falls to the Supplier, as specified in the Technical
Requirements, SCC, Agreed and Finalized Project Plan, or other
parts of the Contract, the Purchaser shall use its best endeavors to
assist the Supplier in obtaining such services in a timely and
expeditious manner.
10.6 The Purchaser shall be responsible for timely provision of all
resources, access, and information necessary for the Installationand Operational Acceptance of the System (including, but not
limited to, any required telecommunications or electric power
services), as identified in the Agreed and Finalized Project Plan,
except where provision of such items is explicitly identified in the
Contract as being the responsibility of the Supplier. Delay by the
Purchaser may result in an appropriate extension of the Time for
Operational Acceptance, at the Supplier’s discretion.
10.7 Unless otherwise specified in the Contract or agreed upon by the
Purchaser and the Supplier, the Purchaser shall provide sufficient,
properly qualified operating and technical personnel, as required
by the Supplier to properly carry out Delivery, Pre-
commissioning, Installation, Commissioning, and Operational
Acceptance, at or before the time specified in the Technical
Requirements Section’s Implementation Schedule and the Agreed
and Finalized Project Plan.
10.8 The Purchaser will designate appropriate staff for the training
courses to be given by the Supplier and shall make all appropriate
logistical arrangements for such training as specified in the
Technical Requirements, SCC, the Agreed and Finalized Project
Plan, or other parts of the Contract.
10.9 The Purchaser assumes primary responsibility for the Operational
Acceptance Test(s) for the System, in accordance with GCC
Clause 27.2, and shall be responsible for the continued operation
of the System after Operational Acceptance. However, this shall
not limit in any way the Supplier’s responsibilities after the date of
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 83/368
Section IV. General Conditions of Contract
22
Operational Acceptance otherwise specified in the Contract.
10.10 The Purchaser is responsible for performing and safely storing
timely and regular backups of its data and Software in accordance
with accepted data management principles, except where such
responsibility is clearly assigned to the Supplier elsewhere in theContract.
10.11 All costs and expenses involved in the performance of the
obligations under this GCC Clause 10 shall be the responsibility of
the Purchaser, save those to be incurred by the Supplier with
respect to the performance of the Operational Acceptance Test(s),
in accordance with GCC Clause 27.2.
10.12 Other Purchaser responsibilities, if any, are as stated in the
SCC.
C. PAYMENT
11. Contract Price 11.1 The Contract Price shall be as specified in Article 2 (Contract
Price and Terms of Payment) of the Contract Agreement.
11.2 The Contract Price shall be a firm lump sum not subject to any
alteration, except:
(a) in the event of a Change in the System pursuant to GCC
Clause 39 or to other clauses in the Contract;
(b) in accordance with the price adjustment formula (if any)
specified in the SCC.
11.3 The Supplier shall be deemed to have satisfied itself as to the
correctness and sufficiency of the Contract Price, which shall,
except as otherwise provided for in the Contract, cover all its
obligations under the Contract.
12. Terms of
Payment
12.1 The Supplier’s request for payment shall be made to the Purchaser
in writing, accompanied by an invoice describing, as appropriate,
the System or Subsystem(s), Delivered, Pre-commissioned,Installed, and Operationally Accepted, and by documents
submitted pursuant to GCC Clause 22.5 and upon fulfillment of
other obligations stipulated in the Contract.
The Contract Price shall be paid as specified in the SCC.
12.2 No payment made by the Purchaser herein shall be deemed to
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 84/368
Section IV. General Conditions of Contract
23
constitute acceptance by the Purchaser of the System or any
Subsystem(s).
12.3 Payments shall be made promptly by the Purchaser, but in no case
later than forty five (45) days after submission of a valid invoice
by the Supplier. In the event that the Purchaser fails to make any payment by its respective due date or within the period set forth in
the Contract, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate(s) specified in the
SCC for the period of delay until payment has been made in full,
whether before or after judgment or arbitration award.
12.4 All payments shall be made in the currency(ies) specified in the
Contract Agreement, pursuant to GCC Clause 11. For Goods and
Services supplied locally, payments shall be made in the currency
of the Purchaser’s Country, unless otherwise specified in the
SCC.
12.5 Unless otherwise specified in the SCC, payment of the foreign
currency portion of the Contract Price for Goods supplied from
outside the Purchaser’s Country shall be made to the Supplier
through an irrevocable letter of credit opened by an authorized
bank in the Supplier’s Country and will be payable on presentation
of the appropriate documents. It is agreed that the letter of credit
will be subject to Article 10 of the latest revision of Uniform
Customs and Practice for Documentary Credits, published by the
International Chamber of Commerce, Paris.
13. Securities 13.1 Issuance of Securities
The Supplier shall provide the securities specified below in favor of the
Purchaser at the times and in the amount, manner, and form
specified below.
13.2 Advance Payment Security
13.2.1 As specified in the SCC, the Supplier shall provide a security
equal in amount and currency to the advance payment, and valid
until the System is Operationally Accepted.
13.2.2 The security shall be in the form provided in the Bidding
Documents or in another form acceptable to the Purchaser. The
amount of the security shall be reduced in proportion to the value
of the System executed by and paid to the Supplier from time to
time and shall automatically become null and void when the full
amount of the advance payment has been recovered by the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 85/368
Section IV. General Conditions of Contract
24
Purchaser. The way the value of the security is deemed to become
reduced and, eventually, voided is as specified in the SCC. The
security shall be returned to the Supplier immediately after its
expiration.
13.3 Performance Security
13.3.1 The Supplier shall, within twenty-eight (28) days of the
notification of Contract award, provide a security for the due
performance of the Contract in the amount and currency specified
in the SCC.
13.3.2 The security shall be a bank guarantee in the form provided in
the Sample Forms Section of the Bidding Documents, or it shall
be in another form acceptable to the Purchaser.
13.3.3 The security shall automatically become null and void once all
the obligations of the Supplier under the Contract have been
fulfilled, including, but not limited to, any obligations during the
Warranty Period and any extensions to the period. The security
shall be returned to the Supplier no later than twenty-eight (28)
days after its expiration.
13.3.4 Upon Operational Acceptance of the entire System, the security
shall be reduced to the amount specified in the SCC, on the date of
such Operational Acceptance, so that the reduced security would
only cover the remaining warranty obligations of the Supplier.
14. Taxes and Duties 14.1 For Goods or Services supplied from outside the Purchaser’s
country, the Supplier shall be entirely responsible for all taxes,
stamp duties, license fees, and other such levies imposed outside
the Purchaser’s country. Any duties, such as importation or
customs duties, and taxes and other levies, payable in the
Purchaser’s country for the supply of Goods and Services from
outside the Purchaser’s country are the responsibility of the
Purchaser unless these duties or taxes have been made part of the
Contract Price in Article 2 of the Contract Agreement and the
Price Schedule it refers to, in which case the duties and taxes will
be the Supplier’s responsibility.
14.2 For Goods or Services supplied locally, the Supplier shall be
entirely responsible for all taxes, duties, license fees, etc., incurred
until delivery of the contracted Goods or Services to the
Purchaser. The only exception are taxes or duties, such as value-
added or sales tax or stamp duty as apply to, or are clearly
identifiable, on the invoices and provided they apply in the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 86/368
Section IV. General Conditions of Contract
25
Purchaser’s country, and only if these taxes, levies and/or duties
are also excluded from the Contract Price in Article 2 of the
Contract Agreement and the Price Schedule it refers to.
14.3 If any tax exemptions, reductions, allowances, or privileges may
be available to the Supplier in the Purchaser’s Country, thePurchaser shall use its best efforts to enable the Supplier to benefit
from any such tax savings to the maximum allowable extent.
14.4 For the purpose of the Contract, it is agreed that the Contract Price
specified in Article 2 (Contract Price and Terms of Payment) of
the Contract Agreement is based on the taxes, duties, levies, and
charges prevailing at the date twenty-eight (28) days prior to the
date of bid submission in the Purchaser’s Country (also called
“Tax” in this GCC Clause 14.4). If any Tax rates are increased or
decreased, a new Tax is introduced, an existing Tax is abolished,
or any change in interpretation or application of any Tax occurs inthe course of the performance of the Contract, which was or will
be assessed on the Supplier, its Subcontractors, or their employees
in connection with performance of the Contract, an equitable
adjustment to the Contract Price shall be made to fully take into
account any such change by addition to or reduction from the
Contract Price, as the case may be.
D. INTELLECTUAL PROPERTY
15. Copyright 15.1 The Intellectual Property Rights in all Standard Software and
Standard Materials shall remain vested in the owner of such rights.
15.2 The Purchaser agrees to restrict use, copying, or duplication of the
Standard Software and Standard Materials in accordance with
GCC Clause 16, except that additional copies of Standard
Materials may be made by the Purchaser for use within the scope
of the project of which the System is a part, in the event that the
Supplier does not deliver copies within thirty (30) days from
receipt of a request for such Standard Materials.
15.3 The Purchaser’s contractual rights to use the Standard Software orelements of the Standard Software may not be assigned, licensed,
or otherwise transferred voluntarily except in accordance with the
relevant license agreement or as may be otherwise specified in the
SCC.
15.4 As applicable, the Purchaser’s and Supplier’s rights and
obligations with respect to Custom Software or elements of the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 87/368
Section IV. General Conditions of Contract
26
Custom Software, including any license agreements, and with
respect to Custom Materials or elements of the Custom Materials,
are specified in the SCC. Subject to the SCC, the Intellectual
Property Rights in all Custom Software and Custom Materials
specified in Appendices 4 and 5 of the Contract Agreement (if
any) shall, at the date of this Contract or on creation of the rights
(if later than the date of this Contract), vest in the Purchaser. The
Supplier shall do and execute or arrange for the doing and
executing of each necessary act, document, and thing that the
Purchaser may consider necessary or desirable to perfect the right,
title, and interest of the Purchaser in and to those rights. In respect
of such Custom Software and Custom Materials, the Supplier shall
ensure that the holder of a moral right in such an item does not
assert it, and the Supplier shall, if requested to do so by the
Purchaser and where permitted by applicable law, ensure that the
holder of such a moral right waives it.
15.5 The parties shall enter into such (if any) escrow arrangements in
relation to the Source Code to some or all of the Software as are
specified in the SCC and in accordance with the SCC.
16. Software License
Agreements
16.1 Except to the extent that the Intellectual Property Rights in the
Software vest in the Purchaser, the Supplier hereby grants to the
Purchaser license to access and use the Software, including all
inventions, designs, and marks embodied in the Software.
Such license to access and use the Software shall:
(a) be:
(i) nonexclusive;
(ii) fully paid up and irrevocable (except that it shall
terminate if the Contract terminates under GCC
Clauses 41.1 or 41.3);
(iii) valid throughout the territory of the Purchaser’s
Country (or such other territory as specified in the
SCC); and
(iv) subject to additional restrictions (if any) as specified
in the SCC.
(b) permit the Software to be:
(i) used or copied for use on or with the computer(s) for
which it was acquired (if specified in the Technical
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 88/368
Section IV. General Conditions of Contract
27
Requirements and/or the Supplier’s bid), plus a
backup computer(s) of the same or similar capacity, if
the primary is(are) inoperative, and during a
reasonable transitional period when use is being
transferred between primary and backup;
(ii) as specified in the SCC, used or copied for use on or
transferred to a replacement computer(s), (and use on
the original and replacement computer(s) may be
simultaneous during a reasonable transitional period)
provided that, if the Technical Requirements and/or
the Supplier’s bid specifies a class of computer to
which the license is restricted and unless the Supplier
agrees otherwise in writing, the replacement
computer(s) is(are) within that class;
(iii) if the nature of the System is such as to permit suchaccess, accessed from other computers connected to
the primary and/or backup computer(s) by means of a
local or wide-area network or similar arrangement,
and used on or copied for use on those other
computers to the extent necessary to that access;
(iv) reproduced for safekeeping or backup purposes;
(v) customized, adapted, or combined with other
computer software for use by the Purchaser, provided
that derivative software incorporating any substantial part of the delivered, restricted Software shall be
subject to same restrictions as are set forth in this
Contract;
(vi) as specified in the SCC, disclosed to, and reproduced
for use by, support service suppliers and their
subcontractors, (and the Purchaser may sublicense
such persons to use and copy for use the Software) to
the extent reasonably necessary to the performance of
their support service contracts, subject to the same
restrictions as are set forth in this Contract; and
(vii) disclosed to, and reproduced for use by, the Purchaser
and by such other persons as are specified in the SCC
(and the Purchaser may sublicense such persons to use
and copy for use the Software), subject to the same
restrictions as are set forth in this Contract.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 89/368
Section IV. General Conditions of Contract
28
16.2 The Standard Software may be subject to audit by the Supplier, in
accordance with the terms specified in the SCC, to verify
compliance with the above license agreements.
17. Confidential
Information
17.1 Except if otherwise specified in the SCC, the "Receiving Party"
(either the Purchaser or the Supplier) shall keep confidential andshall not, without the written consent of the other party to this
Contract (“the Disclosing Party”), divulge to any third party any
documents, data, or other information of a confidential nature
(“Confidential Information”) connected with this Contract, and
furnished directly or indirectly by the Disclosing Party prior to or
during performance, or following termination, of this Contract.
17.2 For the purposes of GCC Clause 17.1, the Supplier is also deemed
to be the Receiving Party of Confidential Information generated
by the Supplier itself in the course of the performance of its
obligations under the Contract and relating to the businesses,finances, suppliers, employees, or other contacts of the Purchaser
or the Purchaser’s use of the System.
17.3 Notwithstanding GCC Clauses 17.1 and 17.2:
(a) the Supplier may furnish to its Subcontractor Confidential
Information of the Purchaser to the extent reasonably required for
the Subcontractor to perform its work under the Contract; and
(b) the Purchaser may furnish Confidential Information of the
Supplier: (i) to its support service suppliers and theirsubcontractors to the extent reasonably required for them to
perform their work under their support service contracts; and (ii)
to its affiliates and subsidiaries,
in which event the Receiving Party shall ensure that the person to whom
it furnishes Confidential Information of the Disclosing Party is
aware of and abides by the Receiving Party’s obligations under
this GCC Clause 17 as if that person were party to the Contract in
place of the Receiving Party.
17.4 The Purchaser shall not, without the Supplier’s prior written
consent, use any Confidential Information received from the
Supplier for any purpose other than the operation, maintenance
and further development of the System. Similarly, the Supplier
shall not, without the Purchaser’s prior written consent, use any
Confidential Information received from the Purchaser for any
purpose other than those that are required for the performance of
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 90/368
Section IV. General Conditions of Contract
29
the Contract.
17.5 The obligation of a party under GCC Clauses 17.1 through 17.4
above, however, shall not apply to that information which:
(a) now or hereafter enters the public domain through no fault of theReceiving Party;
(b) can be proven to have been possessed by the Receiving Party at
the time of disclosure and that was not previously obtained,
directly or indirectly, from the Disclosing Party;
(c) otherwise lawfully becomes available to the Receiving Party from
a third party that has no obligation of confidentiality.
17.6 The above provisions of this GCC Clause 17 shall not in any way
modify any undertaking of confidentiality given by either of the
parties to this Contract prior to the date of the Contract in respect
of the System or any part thereof.
17.7 The provisions of this GCC Clause 17 shall survive the
termination, for whatever reason, of the Contract for three (3)
years or such longer period as may be specified in the SCC.
E. SUPPLY, INSTALLATION, TESTING,
COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM
18. Representatives 18.1 Project Manager
If the Project Manager is not named in the Contract, then within
fourteen (14) days of the Effective Date, the Purchaser shall
appoint and notify the Supplier in writing of the name of the
Project Manager. The Purchaser may from time to time appoint
some other person as the Project Manager in place of the person
previously so appointed and shall give a notice of the name of
such other person to the Supplier without delay. No such
appointment shall be made at such a time or in such a manner as to
impede the progress of work on the System. Such appointment
shall take effect only upon receipt of such notice by the Supplier.
Subject to the extensions and/or limitations specified in the SCC
(if any), the Project Manager shall have the authority to represent
the Purchaser on all day-to-day matters relating to the System or
arising from the Contract, and shall normally be the person giving
or receiving notices on behalf of the Purchaser pursuant to GCC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 91/368
Section IV. General Conditions of Contract
30
Clause 4.
18.2 Supplier’s Representative
18.2.1 If the Supplier’s Representative is not named in the Contract,
then within fourteen (14) days of the Effective Date, the Suppliershall appoint the Supplier’s Representative and shall request the
Purchaser in writing to approve the person so appointed. The
request must be accompanied by a detailed curriculum vitae for
the nominee, as well as a description of any other System or non-
System responsibilities the nominee would retain while
performing the duties of the Supplier’s Representative. If the
Purchaser does not object to the appointment within fourteen (14)
days, the Supplier’s Representative shall be deemed to have been
approved. If the Purchaser objects to the appointment within
fourteen (14) days giving the reason therefor, then the Supplier
shall appoint a replacement within fourteen (14) days of suchobjection in accordance with this GCC Clause 18.2.1.
18.2.2 Subject to the extensions and/or limitations specified in the SCC
(if any), the Supplier’s Representative shall have the authority to
represent the Supplier on all day-to-day matters relating to the
System or arising from the Contract, and shall normally be the
person giving or receiving notices on behalf of the Supplier
pursuant to GCC Clause 4.
18.2.3 The Supplier shall not revoke the appointment of the Supplier’s
Representative without the Purchaser’s prior written consent,which shall not be unreasonably withheld. If the Purchaser
consents to such an action, the Supplier shall appoint another
person of equal or superior qualifications as the Supplier’s
Representative, pursuant to the procedure set out in GCC Clause
18.2.1.
18.2.4 The Supplier’s Representative and staff are obliged to work
closely with the Purchaser’s Project Manager and staff, act within
their own authority, and abide by directives issued by the
Purchaser that are consistent with the terms of the Contract. The
Supplier’s Representative is responsible for managing theactivities of its personnel and any subcontracted personnel.
18.2.5 The Supplier’s Representative may, subject to the approval of
the Purchaser (which shall not be unreasonably withheld), at any
time delegate to any person any of the powers, functions, and
authorities vested in him or her. Any such delegation may be
revoked at any time. Any such delegation or revocation shall be
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 92/368
Section IV. General Conditions of Contract
31
subject to a prior notice signed by the Supplier’s Representative
and shall specify the powers, functions, and authorities thereby
delegated or revoked. No such delegation or revocation shall take
effect unless and until the notice of it has been delivered.
18.2.6 Any act or exercise by any person of powers, functions andauthorities so delegated to him or her in accordance with GCC
Clause 18.2.5 shall be deemed to be an act or exercise by the
Supplier’s Representative.
18.3 Objections and Removals
18.3.1 The Purchaser may by notice to the Supplier object to any
representative or person employed by the Supplier in the execution
of the Contract who, in the reasonable opinion of the Purchaser,
may have behaved inappropriately, be incompetent, or be
negligent. The Purchaser shall provide evidence of the same,whereupon the Supplier shall remove such person from work on
the System.
18.3.2 If any representative or person employed by the Supplier is
removed in accordance with GCC Clause 18.3.1, the Supplier
shall, where required, promptly appoint a replacement.
19. Project Plan 19.1 In close cooperation with the Purchaser and based on the
Preliminary Project Plan included in the Supplier’s bid, the
Supplier shall develop a Project Plan encompassing the activities
specified in the Contract. The contents of the Project Plan shall beas specified in the SCC and/or Technical Requirements.
19.2 The Supplier shall formally present to the Purchaser the Project
Plan in accordance with the procedure specified in the SCC.
19.3 If required, the impact on the Implementation Schedule of
modifications agreed during finalization of the Agreed and
Finalized Project Plan shall be incorporated in the Contract by
amendment, in accordance with GCC Clauses 39 and 40.
19.4 The Supplier shall undertake to supply, install, test, and
commission the System in accordance with the Agreed and
Finalized Project Plan and the Contract.
19.5 The Progress and other reports specified in the SCC shall be
prepared by the Supplier and submitted to the Purchaser in the
format and frequency specified in the Technical Requirements.
20. Subcontracting 20.1 Appendix 3 (List of Approved Subcontractors) to the Contract
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 93/368
Section IV. General Conditions of Contract
32
Agreement specifies critical items of supply or services and a list
of Subcontractors for each item that are considered acceptable by
the Purchaser. If no Subcontractors are listed for an item, the
Supplier shall prepare a list of Subcontractors it considers
qualified and wishes to be added to the list for such items. The
Supplier may from time to time propose additions to or deletions
from any such list. The Supplier shall submit any such list or any
modification to the list to the Purchaser for its approval in
sufficient time so as not to impede the progress of work on the
System. The Purchaser shall not withhold such approval
unreasonably. Such approval by the Purchaser of a
Subcontractor(s) shall not relieve the Supplier from any of its
obligations, duties, or responsibilities under the Contract.
20.2 The Supplier may, at its discretion, select and employ
Subcontractors for such critical items from those Subcontractors
listed pursuant to GCC Clause 20.1. If the Supplier wishes to
employ a Subcontractor not so listed, or subcontract an item not so
listed, it must seek the Purchaser’s prior approval under GCC
Clause 20.3.
20.3 For items for which pre-approved Subcontractor lists have not
been specified in Appendix 3 to the Contract Agreement, the
Supplier may employ such Subcontractors as it may select,
provided: (i) the Supplier notifies the Purchaser in writing at least
twenty-eight (28) days prior to the proposed mobilization date for
such Subcontractor; and (ii) by the end of this period either the
Purchaser has granted its approval in writing or fails to respond.
The Supplier shall not engage any Subcontractor to which the
Purchaser has objected in writing prior to the end of the notice
period. The absence of a written objection by the Purchaser
during the above specified period shall constitute formal
acceptance of the proposed Subcontractor. Except to the extent
that it permits the deemed approval of the Purchaser of
Subcontractors not listed in the Contract Agreement, nothing in
this Clause, however, shall limit the rights and obligations of
either the Purchaser or Supplier as they are specified in GCC
Clauses 20.1 and 20.2, in the SCC, or in Appendix 3 of theContract Agreement.
21. Design and
Engineering
21.1 Technical Specifications and Drawings
21.1.1 The Supplier shall execute the basic and detailed design and the
implementation activities necessary for successful installation of
the System in compliance with the provisions of the Contract or,
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 94/368
Section IV. General Conditions of Contract
33
where not so specified, in accordance with good industry practice.
The Supplier shall be responsible for any discrepancies, errors or
omissions in the specifications, drawings, and other technical
documents that it has prepared, whether such specifications,
drawings, and other documents have been approved by the ProjectManager or not, provided that such discrepancies, errors, or
omissions are not because of inaccurate information furnished in
writing to the Supplier by or on behalf of the Purchaser.
21.1.2 The Supplier shall be entitled to disclaim responsibility for any
design, data, drawing, specification, or other document, or any
modification of such design, drawings, specification, or other
documents provided or designated by or on behalf of the
Purchaser, by giving a notice of such disclaimer to the Project
Manager.
21.2 Codes and Standards
Wherever references are made in the Contract to codes and standards in
accordance with which the Contract shall be executed, the edition
or the revised version of such codes and standards current at the
date twenty-eight (28) days prior to date of bid submission shall
apply unless otherwise specified in the SCC. During Contract
execution, any changes in such codes and standards shall be
applied after approval by the Purchaser and shall be treated in
accordance with GCC Clause 39.3.
21.3 Approval/Review of Technical Documents by the Project Manager
21.3.1 The Supplier shall prepare and furnish to the Project Manager
the documents as specified in the SCC for the Project Manager’s
approval or review.
Any part of the System covered by or related to the documents to be
approved by the Project Manager shall be executed only after the
Project Manager’s approval of these documents.
GCC Clauses 21.3.2 through 21.3.7 shall apply to those documents
requiring the Project Manager’s approval, but not to those
furnished to the Project Manager for its review only.
21.3.2 Within fourteen (14) days after receipt by the Project Manager
of any document requiring the Project Manager’s approval in
accordance with GCC Clause 21.3.1, the Project Manager shall
either return one copy of the document to the Supplier with its
approval endorsed on the document or shall notify the Supplier in
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 95/368
Section IV. General Conditions of Contract
34
writing of its disapproval of the document and the reasons for
disapproval and the modifications that the Project Manager
proposes. If the Project Manager fails to take such action within
the fourteen (14) days, then the document shall be deemed to have
been approved by the Project Manager.
21.3.3 The Project Manager shall not disapprove any document except
on the grounds that the document does not comply with some
specified provision of the Contract or that it is contrary to good
industry practice.
21.3.4 If the Project Manager disapproves the document, the Supplier
shall modify the document and resubmit it for the Project
Manager’s approval in accordance with GCC Clause 21.3.2. If the
Project Manager approves the document subject to
modification(s), the Supplier shall make the required
modification(s), and the document shall then be deemed to have been approved, subject to GCC Clause 21.3.5. The procedure set
out in GCC Clauses 21.3.2 through 21.3.4 shall be repeated, as
appropriate, until the Project Manager approves such documents.
21.3.5 If any dispute occurs between the Purchaser and the Supplier in
connection with or arising out of the disapproval by the Project
Manager of any document and/or any modification(s) to a
document that cannot be settled between the parties within a
reasonable period, then, in case the Contract Agreement includes
and names an Adjudicator, such dispute may be referred to the
Adjudicator for determination in accordance with GCC Clause 6.1
(Adjudicator). If such dispute is referred to an Adjudicator, the
Project Manager shall give instructions as to whether and if so,
how, performance of the Contract is to proceed. The Supplier
shall proceed with the Contract in accordance with the Project
Manager’s instructions, provided that if the Adjudicator upholds
the Supplier’s view on the dispute and if the Purchaser has not
given notice under GCC Clause 6.1.2, then the Supplier shall be
reimbursed by the Purchaser for any additional costs incurred by
reason of such instructions and shall be relieved of such
responsibility or liability in connection with the dispute and theexecution of the instructions as the Adjudicator shall decide, and
the Time for Achieving Operational Acceptance shall be extended
accordingly.
21.3.6 The Project Manager’s approval, with or without modification
of the document furnished by the Supplier, shall not relieve the
Supplier of any responsibility or liability imposed upon it by any
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 96/368
Section IV. General Conditions of Contract
35
provisions of the Contract except to the extent that any subsequent
failure results from modifications required by the Project Manager
or inaccurate information furnished in writing to the Supplier by
or on behalf of the Purchaser.
21.3.7 The Supplier shall not depart from any approved documentunless the Supplier has first submitted to the Project Manager an
amended document and obtained the Project Manager’s approval
of the document, pursuant to the provisions of this GCC Clause
21.3. If the Project Manager requests any change in any already
approved document and/or in any document based on such an
approved document, the provisions of GCC Clause 39 (Changes to
the System) shall apply to such request.
22. Procurement,
Delivery, and
Transport
22.1 Subject to related Purchaser's responsibilities pursuant to GCC
Clauses 10 and 14, the Supplier shall manufacture or procure and
transport all the Information Technologies, Materials, and otherGoods in an expeditious and orderly manner to the Project Site.
22.2 Delivery of the Information Technologies, Materials, and other
Goods shall be made by the Supplier in accordance with the
Technical Requirements.
22.3 Early or partial deliveries require the explicit written consent of
the Purchaser, which consent shall not be unreasonably withheld.
22.4 Transportation
22.4.1 The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during shipment.
The packing, marking, and documentation within and outside the
packages shall comply strictly with the Purchaser’s instructions to
the Supplier.
22.4.2 The Supplier will bear responsibility for and cost of
transport to the Project Sites in accordance with the terms
and conditions used in the specification of prices in thePrice Schedules, including the terms and conditions of theassociated Incoterms.
22.4.3
Unless otherwise specified in the SCC, the Supplier shall be free to use transportation through carriers registered in
any eligible country and to obtain insurance from any
eligible source country.
22.5 Unless otherwise specified in the SCC, the Supplier will provide
the Purchaser with shipping and other documents, as specified
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 97/368
Section IV. General Conditions of Contract
36
below:
22.5.1 For Goods supplied from outside the Purchaser’s Country:
Upon shipment, the Supplier shall notify the Purchaser and the insurance
company contracted by the Supplier to provide cargo insurance bytelex, cable, facsimile, electronic mail, or EDI with the full details
of the shipment. The Supplier shall promptly send the following
documents to the Purchaser by mail or courier, as appropriate,
with a copy to the cargo insurance company:
(a) two copies of the Supplier’s invoice showing the description of the
Goods, quantity, unit price, and total amount;
(b) usual transportation documents;
(c) insurance certificate;
(d) certificate(s) of origin; and
(e) estimated time and point of arrival in the Purchaser’s Country and
at the site.
22.5.2 For Goods supplied locally (i.e., from within the Purchaser’s
country):
Upon shipment, the Supplier shall notify the Purchaser by telex, cable,
facsimile, electronic mail, or EDI with the full details of the
shipment. The Supplier shall promptly send the following
documents to the Purchaser by mail or courier, as appropriate:
(a) two copies of the Supplier’s invoice showing the Goods’
description, quantity, unit price, and total amount;
(b) delivery note, railway receipt, or truck receipt;
(c) certificate of insurance;
(d) certificate(s) of origin; and
(e) estimated time of arrival at the site.
22.6 Customs Clearance
(a) The Purchaser will bear responsibility for, and cost of, customs
clearance into the Purchaser's country in accordance the particular
Incoterm(s) used for Goods supplied from outside the Purchaser’s
country in the Price Schedules referred to by Article 2 of the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 98/368
Section IV. General Conditions of Contract
37
Contract Agreement.
(b) At the request of the Purchaser, the Supplier will make available a
representative or agent during the process of customs clearance in
the Purchaser's country for goods supplied from outside the
Purchaser's country. In the event of delays in customs clearancethat are not the fault of the Supplier:
(i) the Supplier shall be entitled to an extension in the Time for
Achieving Operational Acceptance, pursuant to GCC Clause 40;
(ii) the Contract Price shall be adjusted to compensate the Supplier for
any additional storage charges that the Supplier may incur as a
result of the delay.
23. Product
Upgrades
23.1 At any point during performance of the Contract, should
technological advances be introduced by the Supplier for
Information Technologies originally offered by the Supplier in its
bid and still to be delivered, the Supplier shall be obligated to offer
to the Purchaser the latest versions of the available Information
Technologies having equal or better performance or functionality
at the same or lesser unit prices, pursuant to GCC Clause 39
(Changes to the System).
23.2 At any point during performance of the Contract, for Information
Technologies still to be delivered, the Supplier will also pass on to
the Purchaser any cost reductions and additional and/or improved
support and facilities that it offers to other clients of the Supplierin the Purchaser’s Country, pursuant to GCC Clause 39 (Changes
to the System).
23.3 During performance of the Contract, the Supplier shall offer to the
Purchaser all new versions, releases, and updates of Standard
Software, as well as related documentation and technical support
services, within thirty (30) days of their availability from the
Supplier to other clients of the Supplier in the Purchaser’s
Country, and no later than twelve (12) months after they are
released in the country of origin. In no case will the prices for
these Software exceed those quoted by the Supplier in theRecurrent Costs tables in its bid.
23.4 During the Warranty Period, unless otherwise specified in the
SCC, the Supplier will provide at no additional cost to the
Purchaser all new versions, releases, and updates for all Standard
Software that are used in the System, within thirty (30) days of
their availability from the Supplier to other clients of the Supplier
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 99/368
Section IV. General Conditions of Contract
38
in the Purchaser’s country, and no later than twelve (12) months
after they are released in the country of origin of the Software.
23.5 The Purchaser shall introduce all new versions, releases or updates
of the Software within eighteen (18) months of receipt of a
production-ready copy of the new version, release, or update, provided that the new version, release, or update does not
adversely affect System operation or performance or require
extensive reworking of the System. In cases where the new
version, release, or update adversely affects System operation or
performance, or requires extensive reworking of the System, the
Supplier shall continue to support and maintain the version or
release previously in operation for as long as necessary to allow
introduction of the new version, release, or update. In no case
shall the Supplier stop supporting or maintaining a version or
release of the Software less than twenty four (24) months after the
Purchaser receives a production-ready copy of a subsequent
version, release, or update. The Purchaser shall use all reasonable
endeavors to implement any new version, release, or update as
soon as practicable, subject to the twenty-four-month-long stop
date.
24. Implementation,
Installation, and
Other Services
24.1 The Supplier shall provide all Services specified in the Contract
and Agreed and Finalized Project Plan in accordance with the
highest standards of professional competence and integrity.
24.2 Prices charged by the Supplier for Services, if not included in the
Contract, shall be agreed upon in advance by the parties
(including, but not restricted to, any prices submitted by the
Supplier in the Recurrent Cost Schedules of its Bid) and shall not
exceed the prevailing rates charged by the Supplier to other
purchasers in the Purchaser’s Country for similar services.
25. Inspections and
Tests
25.1 The Purchaser or its representative shall have the right to inspect
and/or test any components of the System, as specified in the
Technical Requirements, to confirm their good working order
and/or conformity to the Contract at the point of delivery and/or at
the Project Site.
25.2 The Purchaser or its representative shall be entitled to attend any
such inspections and/or tests of the components, provided that the
Purchaser shall bear all costs and expenses incurred in connection
with such attendance, including but not limited to all inspection
agent fees, travel, and related expenses.
25.3 Should the inspected or tested components fail to conform to the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 100/368
Section IV. General Conditions of Contract
39
Contract, the Purchaser may reject the component(s), and the
Supplier shall either replace the rejected component(s), or make
alterations as necessary so that it meets the Contract requirements
free of cost to the Purchaser.
25.4 The Project Manager may require the Supplier to carry out anyinspection and/or test not specified in the Contract, provided that
the Supplier’s reasonable costs and expenses incurred in the
carrying out of such inspection and/or test shall be added to the
Contract Price. Further, if such inspection and/or test impedes the
progress of work on the System and/or the Supplier’s performance
of its other obligations under the Contract, due allowance will be
made in respect of the Time for Achieving Operational
Acceptance and the other obligations so affected.
25.5 If any dispute shall arise between the parties in connection with or
caused by an inspection and/or with regard to any component to beincorporated in the System that cannot be settled amicably
between the parties within a reasonable period of time, either party
may invoke the process pursuant to GCC Clause 6 (Settlement of
Disputes), starting with referral of the matter to the Adjudicator in
case an Adjudicator is included and named in the Contract
Agreement.
26. Installation of
the System
26.1 As soon as the System, or any Subsystem, has, in the opinion of
the Supplier, been delivered, Pre-commissioned, and made ready
for Commissioning and Operational Acceptance Testing in
accordance with the Technical Requirements, the SCC and the
Agreed and Finalized Project Plan, the Supplier shall so notify the
Purchaser in writing.
26.2 The Project Manager shall, within fourteen (14) days after receipt
of the Supplier’s notice under GCC Clause 26.1, either issue an
Installation Certificate in the form specified in the Sample Forms
Section in the Bidding Documents, stating that the System, or
major component or Subsystem (if Acceptance by major
component or Subsystem is specified pursuant to the SCC for
GCC Clause 27.2.1), has achieved Installation by the date of the
Supplier’s notice under GCC Clause 26.1, or notify the Supplier in
writing of any defects and/or deficiencies, including, but not
limited to, defects or deficiencies in the interoperability or
integration of the various components and/or Subsystems making
up the System. The Supplier shall use all reasonable endeavors to
promptly remedy any defect and/or deficiencies that the Project
Manager has notified the Supplier of. The Supplier shall then
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 101/368
Section IV. General Conditions of Contract
40
promptly carry out retesting of the System or Subsystem and,
when in the Supplier’s opinion the System or Subsystem is ready
for Commissioning and Operational Acceptance Testing, notify
the Purchaser in writing, in accordance with GCC Clause 26.1.
The procedure set out in this GCC Clause 26.2 shall be repeated,
as necessary, until an Installation Certificate is issued.
26.3 If the Project Manager fails to issue the Installation Certificate and
fails to inform the Supplier of any defects and/or deficiencies
within fourteen (14) days after receipt of the Supplier’s notice
under GCC Clause 26.1, or if the Purchaser puts the System or a
Subsystem into production operation, then the System (or
Subsystem) shall be deemed to have achieved successful
Installation as of the date of the Supplier’s notice or repeated
notice, or when the Purchaser put the System into production
operation, as the case may be.
27. Commissioning
and Operational
Acceptance
27.1 Commissioning
27.1.1 Commissioning of the System (or Subsystem if specified
pursuant to the SCC for GCC Clause 27.2.1) shall be commenced
by the Supplier:
(a) immediately after the Installation Certificate is issued by the
Project Manager, pursuant to GCC Clause 26.2; or
(b) as otherwise specified in the Technical Requirement or the Agreed
and Finalized Project Plan; or
(c) immediately after Installation is deemed to have occurred, under
GCC Clause 26.3.
27.1.2 The Purchaser shall supply the operating and technical personnel
and all materials and information reasonably required to enable the
Supplier to carry out its obligations with respect to
Commissioning.
Production use of the System or Subsystem(s) shall not commence prior
to the start of formal Operational Acceptance Testing.
27.2 Operational Acceptance Tests
27.2.1 The Operational Acceptance Tests (and repeats of such tests)
shall be the primary responsibility of the Purchaser (in accordance
with GCC Clause 10.9), but shall be conducted with the full
cooperation of the Supplier during Commissioning of the System
(or major components or Subsystem[s] if specified in the SCC and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 102/368
Section IV. General Conditions of Contract
41
supported by the Technical Requirements), to ascertain whether
the System (or major component or Subsystem[s]) conforms to the
Technical Requirements and meets the standard of performance
quoted in the Supplier’s bid, including, but not restricted to, the
functional and technical performance requirements. The
Operational Acceptance Tests during Commissioning will be
conducted as specified in the SCC, the Technical Requirements
and/or the Agreed and Finalized Project Plan.
At the Purchaser’s discretion, Operational Acceptance Tests may
also be performed on replacement Goods, upgrades and new
version releases, and Goods that are added or field-modified after
Operational Acceptance of the System.
27.2.2 If for reasons attributable to the Purchaser, the Operational
Acceptance Test of the System (or Subsystem[s] or major
components, pursuant to the SCC for GCC Clause 27.2.1) cannot be successfully completed within the period specified in the SCC,
from the date of Installation or any other period agreed upon in
writing by the Purchaser and the Supplier, the Supplier shall be
deemed to have fulfilled its obligations with respect to the
technical and functional aspects of the Technical Specifications,
SCC and/or the Agreed and Finalized Project Plan, and GCC
Clause 28.2 and 28.3 shall not apply.
27.3 Operational Acceptance
27.3.1 Subject to GCC Clause 27.4 (Partial Acceptance) below,Operational Acceptance shall occur in respect of the System, when
(a) the Operational Acceptance Tests, as specified in the Technical
Requirements, and/or SCC and/or the Agreed and Finalized
Project Plan have been successfully completed; or
(b) the Operational Acceptance Tests have not been successfully
completed or have not been carried out for reasons that are
attributable to the Purchaser within the period from the date of
Installation or any other agreed-upon period as specified in GCC
Clause 27.2.2 above; or
(c) the Purchaser has put the System into production or use for sixty
(60) consecutive days. If the System is put into production or use
in this manner, the Supplier shall notify the Purchaser and
document such use.
27.3.2 At any time after any of the events set out in GCC Clause 27.3.1
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 103/368
Section IV. General Conditions of Contract
42
have occurred, the Supplier may give a notice to the Project
Manager requesting the issue of an Operational Acceptance
Certificate.
27.3.3 After consultation with the Purchaser, and within fourteen (14)
days after receipt of the Supplier’s notice, the Project Managershall:
(a) issue an Operational Acceptance Certificate; or
(b) notify the Supplier in writing of any defect or deficiencies or other
reason for the failure of the Operational Acceptance Tests; or
(c) issue the Operational Acceptance Certificate, if the situation
covered by GCC Clause 27.3.1 (b) arises.
27.3.4 The Supplier shall use all reasonable endeavors to promptly
remedy any defect and/or deficiencies and/or other reasons for the
failure of the Operational Acceptance Test that the Project
Manager has notified the Supplier of. Once such remedies have
been made by the Supplier, the Supplier shall notify the Purchaser,
and the Purchaser, with the full cooperation of the Supplier, shall
use all reasonable endeavors to promptly carry out retesting of the
System or Subsystem. Upon the successful conclusion of the
Operational Acceptance Tests, the Supplier shall notify the
Purchaser of its request for Operational Acceptance Certification,
in accordance with GCC Clause 27.3.3. The Purchaser shall then
issue to the Supplier the Operational Acceptance Certification inaccordance with GCC Clause 27.3.3 (a), or shall notify the
Supplier of further defects, deficiencies, or other reasons for the
failure of the Operational Acceptance Test. The procedure set out
in this GCC Clause 27.3.4 shall be repeated, as necessary, until an
Operational Acceptance Certificate is issued.
27.3.5 If the System or Subsystem fails to pass the Operational
Acceptance Test(s) in accordance with GCC Clause 27.2, then
either:
(a) the Purchaser may consider terminating the Contract, pursuant to
GCC Clause 41.2.2;
or
(b) if the failure to achieve Operational Acceptance within the
specified time period is a result of the failure of the Purchaser to
fulfill its obligations under the Contract, then the Supplier shall be
deemed to have fulfilled its obligations with respect to the relevant
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 104/368
Section IV. General Conditions of Contract
43
technical and functional aspects of the Contract, and GCC Clauses
30.3 and 30.4 shall not apply.
27.3.6 If within fourteen (14) days after receipt of the Supplier’s notice
the Project Manager fails to issue the Operational Acceptance
Certificate or fails to inform the Supplier in writing of the justifiable reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the System or Subsystem
shall be deemed to have been accepted as of the date of the
Supplier’s said notice.
27.4 Partial Acceptance
27.4.1 If so specified in the SCC for GCC Clause 27.2.1, Installation
and Commissioning shall be carried out individually for each
identified major component or Subsystem(s) of the System. In
this event, the provisions in the Contract relating to Installationand Commissioning, including the Operational Acceptance Test,
shall apply to each such major component or Subsystem
individually, and Operational Acceptance Certificate(s) shall be
issued accordingly for each such major component or Subsystem
of the System, subject to the limitations contained in GCC Clause
27.4.2.
27.4.2 The issuance of Operational Acceptance Certificates for
individual major components or Subsystems pursuant to GCC
Clause 27.4.1 shall not relieve the Supplier of its obligation to
obtain an Operational Acceptance Certificate for the System as anintegrated whole (if so specified in the SCC for GCC Clauses 12.1
and 27.2.1) once all major components and Subsystems have been
supplied, installed, tested, and commissioned.
27.4.3 In the case of minor components for the System that by their
nature do not require Commissioning or an Operational
Acceptance Test (e.g., minor fittings, furnishings or site works,
etc.), the Project Manager shall issue an Operational Acceptance
Certificate within fourteen (14) days after the fittings and/or
furnishings have been delivered and/or installed or the site works
have been completed. The Supplier shall, however, use allreasonable endeavors to promptly remedy any defects or
deficiencies in such minor components detected by the Purchaser
or Supplier.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 105/368
Section IV. General Conditions of Contract
44
F. GUARANTEES AND LIABILITIES
28. Operational
Acceptance Time
Guarantee
28.1 The Supplier guarantees that it shall complete the supply,
Installation, Commissioning, and achieve Operational Acceptance
of the System (or Subsystems, pursuant to the SCC for GCC
Clause 27.2.1) within the time periods specified in the
Implementation Schedule in the Technical Requirements Section
and/or the Agreed and Finalized Project Plan pursuant to GCC
Clause 8.2, or within such extended time to which the Supplier
shall be entitled under GCC Clause 40 (Extension of Time for
Achieving Operational Acceptance).
28.2 If the Supplier fails to supply, install, commission, and achieve
Operational Acceptance of the System (or Subsystems pursuant to the
SCC for GCC Clause 27.2.1) within the time for achieving
Operational Acceptance specified in the Implementation Schedule in
the Technical Requirement or the Agreed and Finalized Project Plan,
or any extension of the time for achieving Operational Acceptance
previously granted under GCC Clause 40 (Extension of Time for
Achieving Operational Acceptance), the Supplier shall pay to the
Purchaser liquidated damages at the rate specified in the SCC as a
percentage of the Contract Price, or the relevant part of the Contract
Price if a Subsystem has not achieved Operational Acceptance. The
aggregate amount of such liquidated damages shall in no event
exceed the amount specified in the SCC (“the Maximum”). Once the
Maximum is reached, the Purchaser may consider termination of the
Contract, pursuant to GCC Clause 41.2.2.
28.3 Unless otherwise specified in the SCC, liquidated damages
payable under GCC Clause 28.2 shall apply only to the failure to
achieve Operational Acceptance of the System (and Subsystems)
as specified in the Implementation Schedule in the Technical
Requirements and/or Agreed and Finalized Project Plan. This
Clause 28.3 shall not limit, however, any other rights or remedies
the Purchaser may have under the Contract for other delays.
28.4 If liquidated damages are claimed by the Purchaser for the System
(or Subsystem), the Supplier shall have no further liabilitywhatsoever to the Purchaser in respect to the Operational
Acceptance time guarantee for the System (or Subsystem).
However, the payment of liquidated damages shall not in any way
relieve the Supplier from any of its obligations to complete the
System or from any other of its obligations and liabilities under
the Contract.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 106/368
Section IV. General Conditions of Contract
45
29. Defect Liability 29.1 The Supplier warrants that the System, including all Information
Technologies, Materials, and other Goods supplied and Services
provided, shall be free from defects in the design, engineering,
Materials, and workmanship that prevent the System and/or any of
its components from fulfilling the Technical Requirements or that
limit in a material fashion the performance, reliability, or
extensibility of the System and/or Subsystems. Exceptions and/or
limitations, if any, to this warranty with respect to Software (or
categories of Software), shall be as specified in the SCC.
Commercial warranty provisions of products supplied under the
Contract shall apply to the extent that they do not conflict with the
provisions of this Contract.
29.2 The Supplier also warrants that the Information Technologies,
Materials, and other Goods supplied under the Contract are new,
unused, and incorporate all recent improvements in design that
materially affect the System’s or Subsystem’s ability to fulfill the
Technical Requirements.
29.3 In addition, the Supplier warrants that: (i) all Goods components
to be incorporated into the System form part of the Supplier’s
and/or Subcontractor’s current product lines, (ii) they have been
previously released to the market, and (iii) those specific items
identified in the SCC (if any) have been in the market for at least
the minimum periods specified in the SCC.
29.4 The Warranty Period shall commence from the date of Operational
Acceptance of the System (or of any major component or
Subsystem for which separate Operational Acceptance is provided
for in the Contract) and shall extend for the length of time
specified in the SCC.
29.5 If during the Warranty Period any defect as described in GCC
Clause 29.1 should be found in the design, engineering, Materials,
and workmanship of the Information Technologies and other
Goods supplied or of the Services provided by the Supplier, the
Supplier shall promptly, in consultation and agreement with the
Purchaser regarding appropriate remedying of the defects, and at
its sole cost, repair, replace, or otherwise make good (as the
Supplier shall, at its discretion, determine) such defect as well as
any damage to the System caused by such defect. Any defective
Information Technologies or other Goods that have been replaced
by the Supplier shall remain the property of the Supplier.
29.6 The Supplier shall not be responsible for the repair, replacement,
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 107/368
Section IV. General Conditions of Contract
46
or making good of any defect or of any damage to the System
arising out of or resulting from any of the following causes:
(a) improper operation or maintenance of the System by the
Purchaser;
(b) normal wear and tear;
(c) use of the System with items not supplied by the Supplier, unless
otherwise identified in the Technical Requirements, or approved
by the Supplier; or
(d) modifications made to the System by the Purchaser, or a third
party, not approved by the Supplier.
29.7 The Supplier’s obligations under this GCC Clause 29 shall not
apply to:
(a) any materials that are normally consumed in operation or have a
normal life shorter than the Warranty Period; or
(b) any designs, specifications, or other data designed, supplied, or
specified by or on behalf of the Purchaser or any matters for which
the Supplier has disclaimed responsibility, in accordance with
GCC Clause 21.1.2.
29.8 The Purchaser shall give the Supplier a notice promptly following
the discovery of such defect, stating the nature of any such defect
together with all available evidence. The Purchaser shall afford allreasonable opportunity for the Supplier to inspect any such defect.
The Purchaser shall afford the Supplier all necessary access to the
System and the site to enable the Supplier to perform its
obligations under this GCC Clause 29.
29.9 The Supplier may, with the consent of the Purchaser, remove from
the site any Information Technologies and other Goods that are
defective, if the nature of the defect, and/or any damage to the
System caused by the defect, is such that repairs cannot be
expeditiously carried out at the site. If the repair, replacement, or
making good is of such a character that it may affect the efficiencyof the System, the Purchaser may give the Supplier notice
requiring that tests of the defective part be made by the Supplier
immediately upon completion of such remedial work, whereupon
the Supplier shall carry out such tests.
If such part fails the tests, the Supplier shall carry out further repair,
replacement, or making good (as the case may be) until that part of
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 108/368
Section IV. General Conditions of Contract
47
the System passes such tests. The tests shall be agreed upon by
the Purchaser and the Supplier.
29.10 If the Supplier fails to commence the work necessary to remedy
such defect or any damage to the System caused by such defect
within the time period specified in the SCC, the Purchaser may,following notice to the Supplier, proceed to do such work or
contract a third party (or parties) to do such work, and the
reasonable costs incurred by the Purchaser in connection with such
work shall be paid to the Purchaser by the Supplier or may be
deducted by the Purchaser from any monies due the Supplier or
claimed under the Performance Security.
29.11 If the System or Subsystem cannot be used by reason of such
defect and/or making good of such defect, the Warranty Period for
the System shall be extended by a period equal to the period
during which the System or Subsystem could not be used by thePurchaser because of such defect and/or making good of such
defect.
29.12 Items substituted for defective parts of the System during the
Warranty Period shall be covered by the Defect Liability Warranty
for the remainder of the Warranty Period applicable for the part
replaced or three (3) months, whichever is greater.
29.13 At the request of the Purchaser and without prejudice to any other
rights and remedies that the Purchaser may have against the
Supplier under the Contract, the Supplier will offer all possibleassistance to the Purchaser to seek warranty services or remedial
action from any subcontracted third-party producers or licensor of
Goods included in the System, including without limitation
assignment or transfer in favor of the Purchaser of the benefit of
any warranties given by such producers or licensors to the
Supplier.
30. Functional
Guarantees
30.1 The Supplier guarantees that, once the Operational Acceptance
Certificate(s) has been issued, the System represents a complete,
integrated solution to the Purchaser’s requirements set forth in the
Technical Requirements and it conforms to all other aspects of theContract. The Supplier acknowledges that GCC Clause 27
regarding Commissioning and Operational Acceptance governs
how technical conformance of the System to the Contract
requirements will be determined.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 109/368
Section IV. General Conditions of Contract
48
30.2 If, for reasons attributable to the Supplier, the System does not
conform to the Technical Requirements or does not conform to all
other aspects of the Contract, the Supplier shall at its cost and
expense make such changes, modifications, and/or additions to the
System as may be necessary to conform to the Technical
Requirements and meet all functional and performance standards.
The Supplier shall notify the Purchaser upon completion of the
necessary changes, modifications, and/or additions and shall
request the Purchaser to repeat the Operational Acceptance Tests
until the System achieves Operational Acceptance.
30.3 If the System (or Subsystem[s]) fails to achieve Operational
Acceptance, the Purchaser may consider termination of the
Contract, pursuant to GCC Clause 41.2.2, and forfeiture of the
Supplier’s Performance Security in accordance with GCC Clause
13.3 in compensation for the extra costs and delays likely to result
from this failure.
31. Intellectual
Property Rights
Warranty
31.1 The Supplier hereby represents and warrants that:
(a) the System as supplied, installed, tested, and accepted;
(b) use of the System in accordance with the Contract; and
(c) copying of the Software and Materials provided to the Purchaser
in accordance with the Contract
do not and will not infringe any Intellectual Property Rights held by any
third party and that it has all necessary rights or at its sole expense
shall have secured in writing all transfers of rights and other
consents necessary to make the assignments, licenses, and other
transfers of Intellectual Property Rights and the warranties set
forth in the Contract, and for the Purchaser to own or exercise all
Intellectual Property Rights as provided in the Contract. Without
limitation, the Supplier shall secure all necessary written
agreements, consents, and transfers of rights from its employees
and other persons or entities whose services are used for
development of the System.
32. Intellectual
Property Rights
Indemnity
32.1 The Supplier shall indemnify and hold harmless the Purchaser and
its employees and officers from and against any and all losses,
liabilities, and costs (including losses, liabilities, and costs
incurred in defending a claim alleging such a liability), that the
Purchaser or its employees or officers may suffer as a result of any
infringement or alleged infringement of any Intellectual Property
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 110/368
Section IV. General Conditions of Contract
49
Rights by reason of:
(a) installation of the System by the Supplier or the use of the System,
including the Materials, in the country where the site is located;
(b) copying of the Software and Materials provided the Supplier inaccordance with the Agreement; and
(c) sale of the products produced by the System in any country,
except to the extent that such losses, liabilities, and costs arise as a
result of the Purchaser’s breach of GCC Clause 32.2.
32.2 Such indemnity shall not cover any use of the System, including
the Materials, other than for the purpose indicated by or to be
reasonably inferred from the Contract, any infringement resulting
from the use of the System, or any products of the System
produced thereby in association or combination with any other
goods or services not supplied by the Supplier, where the
infringement arises because of such association or combination
and not because of use of the System in its own right.
32.3 Such indemnities shall also not apply if any claim of infringement:
(a) is asserted by a parent, subsidiary, or affiliate of the Purchaser’s
organization;
(b) is a direct result of a design mandated by the Purchaser’s
Technical Requirements and the possibility of such infringement
was duly noted in the Supplier’s Bid; or
(c) results from the alteration of the System, including the Materials,
by the Purchaser or any persons other than the Supplier or a
person authorized by the Supplier.
32.4 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Clause
32.1, the Purchaser shall promptly give the Supplier notice of such
proceedings or claims, and the Supplier may at its own expense
and in the Purchaser’s name conduct such proceedings or claim
and any negotiations for the settlement of any such proceedings orclaim.
If the Supplier fails to notify the Purchaser within twenty-eight (28) days
after receipt of such notice that it intends to conduct any such
proceedings or claim, then the Purchaser shall be free to conduct
the same on its own behalf. Unless the Supplier has so failed to
notify the Purchaser within the twenty-eight (28) days, the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 111/368
Section IV. General Conditions of Contract
50
Purchaser shall make no admission that may be prejudicial to the
defense of any such proceedings or claim. The Purchaser shall, at
the Supplier’s request, afford all available assistance to the
Supplier in conducting such proceedings or claim and shall be
reimbursed by the Supplier for all reasonable expenses incurred in
so doing.
32.5 The Purchaser shall indemnify and hold harmless the Supplier and
its employees, officers, and Subcontractors from and against any
and all losses, liabilities, and costs (including losses, liabilities,
and costs incurred in defending a claim alleging such a liability)
that the Supplier or its employees, officers, or Subcontractors may
suffer as a result of any infringement or alleged infringement of
any Intellectual Property Rights arising out of or in connection
with any design, data, drawing, specification, or other documents
or materials provided to the Supplier in connection with this
Contract by the Purchaser or any persons (other than the Supplier)
contracted by the Purchaser, except to the extent that such losses,
liabilities, and costs arise as a result of the Supplier’s breach of
GCC Clause 32.8.
32.6 Such indemnity shall not cover
(a) any use of the design, data, drawing, specification, or other
documents or materials, other than for the purpose indicated by or
to be reasonably inferred from the Contract;
(b) any infringement resulting from the use of the design, data,drawing, specification, or other documents or materials, or any
products produced thereby, in association or combination with any
other Goods or Services not provided by the Purchaser or any
other person contracted by the Purchaser, where the infringement
arises because of such association or combination and not because
of the use of the design, data, drawing, specification, or other
documents or materials in its own right.
32.7 Such indemnities shall also not apply:
(a) if any claim of infringement is asserted by a parent, subsidiary, oraffiliate of the Supplier’s organization;
(b) to the extent that any claim of infringement is caused by the
alteration, by the Supplier, or any persons contracted by the
Supplier, of the design, data, drawing, specification, or other
documents or materials provided to the Supplier by the Purchaser
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 112/368
Section IV. General Conditions of Contract
51
or any persons contracted by the Purchaser.
32.8 If any proceedings are brought or any claim is made against the
Supplier arising out of the matters referred to in GCC Clause 32.5,
the Supplier shall promptly give the Purchaser notice of such
proceedings or claims, and the Purchaser may at its own expenseand in the Supplier’s name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or
claim. If the Purchaser fails to notify the Supplier within twenty-
eight (28) days after receipt of such notice that it intends to
conduct any such proceedings or claim, then the Supplier shall be
free to conduct the same on its own behalf. Unless the Purchaser
has so failed to notify the Supplier within the twenty-eight (28)
days, the Supplier shall make no admission that may be prejudicial
to the defense of any such proceedings or claim. The Supplier
shall, at the Purchaser’s request, afford all available assistance to
the Purchaser in conducting such proceedings or claim and shall
be reimbursed by the Purchaser for all reasonable expenses
incurred in so doing.
33. Limitation of
Liability
33.1 Provided the following does not exclude or limit any liabilities of
either party in ways not permitted by applicable law:
(a) the Supplier shall not be liable to the Purchaser, whether in
contract, tort, or otherwise, for any indirect or consequential loss
or damage, loss of use, loss of production, or loss of profits or
interest costs, provided that this exclusion shall not apply to any
obligation of the Supplier to pay liquidated damages to the
Purchaser; and
(b) the aggregate liability of the Supplier to the Purchaser, whether
under the Contract, in tort or otherwise, shall not exceed the total
Contract Price, provided that this limitation shall not apply to any
obligation of the Supplier to indemnify the Purchaser with respect
to intellectual property rights infringement.
G. RISK DISTRIBUTION
34. Transfer of
Ownership
34.1 With the exception of Software and Materials, the ownership of
the Information Technologies and other Goods shall be transferred
to the Purchaser at the time of Delivery or otherwise under terms
that may be agreed upon and specified in the Contract Agreement.
34.2 Ownership and the terms of usage of the Software and Materials
supplied under the Contract shall be governed by GCC Clause 15
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 113/368
Section IV. General Conditions of Contract
52
(Copyright) and any elaboration in the Technical Requirements.
34.3 Ownership of the Supplier’s Equipment used by the Supplier and
its Subcontractors in connection with the Contract shall remain
with the Supplier or its Subcontractors.
35. Care of the
System
35.1 The Purchaser shall become responsible for the care and custody
of the System or Subsystems upon their Delivery. The Purchaser
shall make good at its own cost any loss or damage that may occur
to the System or Subsystems from any cause from the date of
Delivery until the date of Operational Acceptance of the System or
Subsystems, pursuant to GCC Clause 27 (Commissioning and
Operational Acceptance), excepting such loss or damage arising
from acts or omissions of the Supplier, its employees, or
subcontractors.
35.2 If any loss or damage occurs to the System or any part of theSystem by reason of:
(a) (insofar as they relate to the country where the Project Site
is located) nuclear reaction, nuclear radiation, radioactive
contamination, a pressure wave caused by aircraft or other
aerial objects, or any other occurrences that an experienced
contractor could not reasonably foresee, or if reasonably
foreseeable could not reasonably make provision for or
insure against, insofar as such risks are not normally
insurable on the insurance market and are mentioned in the
general exclusions of the policy of insurance taken out underGCC Clause 37;
(b) any use not in accordance with the Contract, by the
Purchaser or any third party;
(c) any use of or reliance upon any design, data, or specification
provided or designated by or on behalf of the Purchaser, or
any such matter for which the Supplier has disclaimed
responsibility in accordance with GCC Clause 21.1.2,
the Purchaser shall pay to the Supplier all sums payable in respect
of the System or Subsystems that have achieved Operational
Acceptance, notwithstanding that the same be lost, destroyed, or
damaged. If the Purchaser requests the Supplier in writing to
make good any loss or damage to the System thereby occasioned,
the Supplier shall make good the same at the cost of the Purchaser
in accordance with GCC Clause 39. If the Purchaser does not
request the Supplier in writing to make good any loss or damage
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 114/368
Section IV. General Conditions of Contract
53
to the System thereby occasioned, the Purchaser shall either
request a change in accordance with GCC Clause 39, excluding
the performance of that part of the System thereby lost, destroyed,
or damaged, or, where the loss or damage affects a substantial part
of the System, the Purchaser shall terminate the Contract pursuant
to GCC Clause 41.1.
35.3 The Purchaser shall be liable for any loss of or damage to any
Supplier’s Equipment which the Purchaser has authorized to
locate within the Purchaser's premises for use in fulfillment of
Supplier's obligations under the Contract, except where such loss
or damage arises from acts or omissions of the Supplier, its
employees, or subcontractors.
36. Loss of or
Damage to
Property;Accident or
Injury to
Workers;
Indemnification
36.1 The Supplier and each and every Subcontractor shall abide by the
job safety, insurance, customs, and immigration measures
prevalent and laws in force in the Purchaser’s Country.
36.2 Subject to GCC Clause 36.3, the Supplier shall indemnify and
hold harmless the Purchaser and its employees and officers from
and against any and all losses, liabilities and costs (including
losses, liabilities, and costs incurred in defending a claim alleging
such a liability) that the Purchaser or its employees or officers may
suffer as a result of the death or injury of any person or loss of or
damage to any property (other than the System, whether accepted
or not) arising in connection with the supply, installation, testing,
and Commissioning of the System and by reason of the negligence
of the Supplier or its Subcontractors, or their employees, officers
or agents, except any injury, death, or property damage caused by
the negligence of the Purchaser, its contractors, employees,
officers, or agents.
36.3 If any proceedings are brought or any claim is made against the
Purchaser that might subject the Supplier to liability under GCC
Clause 36.2, the Purchaser shall promptly give the Supplier notice
of such proceedings or claims, and the Supplier may at its own
expense and in the Purchaser’s name conduct such proceedings or
claim and any negotiations for the settlement of any such
proceedings or claim. If the Supplier fails to notify the Purchaser
within twenty-eight (28) days after receipt of such notice that it
intends to conduct any such proceedings or claim, then the
Purchaser shall be free to conduct the same on its own behalf.
Unless the Supplier has so failed to notify the Purchaser within the
twenty-eight (28) day period, the Purchaser shall make no
admission that may be prejudicial to the defense of any such
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 115/368
Section IV. General Conditions of Contract
54
proceedings or claim. The Purchaser shall, at the Supplier’s
request, afford all available assistance to the Supplier in
conducting such proceedings or claim and shall be reimbursed by
the Supplier for all reasonable expenses incurred in so doing.
36.4 The Purchaser shall indemnify and hold harmless the Supplier andits employees, officers, and Subcontractors from any and all
losses, liabilities, and costs (including losses, liabilities, and costs
incurred in defending a claim alleging such a liability) that the
Supplier or its employees, officers, or Subcontractors may suffer
as a result of the death or personal injury of any person or loss of
or damage to property of the Purchaser, other than the System not
yet achieving Operational Acceptance, that is caused by fire,
explosion, or any other perils, in excess of the amount recoverable
from insurances procured under GCC Clause 37 (Insurances),
provided that such fire, explosion, or other perils were not caused
by any act or failure of the Supplier.
36.5 If any proceedings are brought or any claim is made against the
Supplier that might subject the Purchaser to liability under GCC
Clause 36.4, the Supplier shall promptly give the Purchaser notice
of such proceedings or claims, and the Purchaser may at its own
expense and in the Supplier’s name conduct such proceedings or
claim and any negotiations for the settlement of any such
proceedings or claim. If the Purchaser fails to notify the Supplier
within twenty-eight (28) days after receipt of such notice that it
intends to conduct any such proceedings or claim, then the
Supplier shall be free to conduct the same on its own behalf.
Unless the Purchaser has so failed to notify the Supplier within the
twenty-eight (28) days, the Supplier shall make no admission that
may be prejudicial to the defense of any such proceedings or
claim. The Supplier shall, at the Purchaser’s request, afford all
available assistance to the Purchaser in conducting such
proceedings or claim and shall be reimbursed by the Purchaser for
all reasonable expenses incurred in so doing.
36.6 The party entitled to the benefit of an indemnity under this GCC
Clause 36 shall take all reasonable measures to mitigate any lossor damage that has occurred. If the party fails to take such
measures, the other party’s liabilities shall be correspondingly
reduced.
37. Insurances 37.1 The Supplier shall at its expense take out and maintain in effect, or
cause to be taken out and maintained in effect, during the
performance of the Contract, the insurance set forth below. The
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 116/368
Section IV. General Conditions of Contract
55
identity of the insurers and the form of the policies shall be subject
to the approval of the Purchaser, who should not unreasonably
withhold such approval.
(a) Cargo Insurance During Transport
as applicable, 110 percent of the price of the Information Technologies
and other Goods in a freely convertible currency, covering the
Goods from physical loss or damage during shipment through
receipt at the Project Site.
(b) Installation “All Risks” Insurance
as applicable, 110 percent of the price of the Information Technologies
and other Goods covering the Goods at the site from all risks of
physical loss or damage (excluding only perils commonly
excluded under “all risks” insurance policies of this type by
reputable insurers) occurring prior to Operational Acceptance of
the System.
(c) Third-Party Liability Insurance
On terms as specified in the SCC, covering bodily injury or death
suffered by third parties (including the Purchaser’s personnel) and
loss of or damage to property (including the Purchaser’s property
and any Subsystems that have been accepted by the Purchaser)
occurring in connection with the supply and installation of the
Information System.
(d) Automobile Liability Insurance
In accordance with the statutory requirements prevailing in the
Purchaser’s Country, covering use of all vehicles used by the
Supplier or its Subcontractors (whether or not owned by them) in
connection with the execution of the Contract.
(e) Other Insurance (if any), as specified in the SCC.
37.2 The Purchaser shall be named as co-insured under all insurance
policies taken out by the Supplier pursuant to GCC Clause 37.1,except for the Third-Party Liability, and the Supplier’s
Subcontractors shall be named as co-insured under all insurance
policies taken out by the Supplier pursuant to GCC Clause 37.1
except for Cargo Insurance During Transport. All insurer’s rights
of subrogation against such co-insured for losses or claims arising
out of the performance of the Contract shall be waived under such
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 117/368
Section IV. General Conditions of Contract
56
policies.
37.3 The Supplier shall deliver to the Purchaser certificates of
insurance (or copies of the insurance policies) as evidence that the
required policies are in full force and effect.
37.4 The Supplier shall ensure that, where applicable, its
Subcontractor(s) shall take out and maintain in effect adequate
insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such Subcontractors
are covered by the policies taken out by the Supplier.
37.5 If the Supplier fails to take out and/or maintain in effect the
insurance referred to in GCC Clause 37.1, the Purchaser may take
out and maintain in effect any such insurance and may from time
to time deduct from any amount due the Supplier under the
Contract any premium that the Purchaser shall have paid to theinsurer or may otherwise recover such amount as a debt due from
the Supplier.
37.6 Unless otherwise provided in the Contract, the Supplier shall
prepare and conduct all and any claims made under the policies
effected by it pursuant to this GCC Clause 37, and all monies
payable by any insurers shall be paid to the Supplier. The
Purchaser shall give to the Supplier all such reasonable assistance
as may be required by the Supplier in connection with any claim
under the relevant insurance policies. With respect to insurance
claims in which the Purchaser’s interest is involved, the Suppliershall not give any release or make any compromise with the
insurer without the prior written consent of the Purchaser. With
respect to insurance claims in which the Supplier’s interest is
involved, the Purchaser shall not give any release or make any
compromise with the insurer without the prior written consent of
the Supplier.
38. Force Majeure 38.1 “Force Majeure” shall mean any event beyond the reasonable
control of the Purchaser or of the Supplier, as the case may be, and
which is unavoidable notwithstanding the reasonable care of the
party affected and shall include, without limitation, the following:
(a) war, hostilities, or warlike operations (whether a state of war be
declared or not), invasion, act of foreign enemy, and civil war;
(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or
military government, conspiracy, riot, civil commotion, and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 118/368
Section IV. General Conditions of Contract
57
terrorist acts;
(c) confiscation, nationalization, mobilization, commandeering or
requisition by or under the order of any government or de jure or
de facto authority or ruler, or any other act or failure to act of any
local state or national government authority;
(d) strike, sabotage, lockout, embargo, import restriction, port
congestion, lack of usual means of public transportation and
communication, industrial dispute, shipwreck, shortage or
restriction of power supply, epidemics, quarantine, and plague;
(e) earthquake, landslide, volcanic activity, fire, flood or inundation,
tidal wave, typhoon or cyclone, hurricane, storm, lightning, or
other inclement weather condition, nuclear and pressure waves, or
other natural or physical disaster;
(f) failure, by the Supplier, to obtain the necessary export permit(s)
from the governments of the Country(s) of Origin of the
Information Technologies or other Goods, or Supplier’s
Equipment provided that the Supplier has made all reasonable
efforts to obtain the required export permit(s), including the
exercise of due diligence in determining the eligibility of the
System and all of its components for receipt of the necessary
export permits.
38.2 If either party is prevented, hindered, or delayed from or in
performing any of its obligations under the Contract by an event ofForce Majeure, then it shall notify the other in writing of the
occurrence of such event and the circumstances of the event of
Force Majeure within fourteen (14) days after the occurrence of
such event.
38.3 The party who has given such notice shall be excused from the
performance or punctual performance of its obligations under the
Contract for so long as the relevant event of Force Majeure
continues and to the extent that such party’s performance is
prevented, hindered, or delayed. The Time for Achieving
Operational Acceptance shall be extended in accordance withGCC Clause 40 (Extension of Time for Achieving Operational
Acceptance).
38.4 The party or parties affected by the event of Force Majeure shall
use reasonable efforts to mitigate the effect of the event of Force
Majeure upon its or their performance of the Contract and to fulfill
its or their obligations under the Contract, but without prejudice to
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 119/368
Section IV. General Conditions of Contract
58
either party’s right to terminate the Contract under GCC Clause
38.6.
38.5 No delay or nonperformance by either party to this Contract
caused by the occurrence of any event of Force Majeure shall:
(a) constitute a default or breach of the Contract;
(b) (subject to GCC Clauses 35.2, 38.3, and 38.4) give rise to any
claim for damages or additional cost or expense occasioned by the
delay or nonperformance,
if, and to the extent that, such delay or nonperformance is caused by the
occurrence of an event of Force Majeure.
38.6 If the performance of the Contract is substantially prevented,
hindered, or delayed for a single period of more than sixty (60)
days or an aggregate period of more than one hundred and twenty
(120) days on account of one or more events of Force Majeure
during the time period covered by the Contract, the parties will
attempt to develop a mutually satisfactory solution, failing which,
either party may terminate the Contract by giving a notice to the
other.
38.7 In the event of termination pursuant to GCC Clause 38.6, the
rights and obligations of the Purchaser and the Supplier shall be as
specified in GCC Clauses 41.1.2 and 41.1.3.
38.8 Notwithstanding GCC Clause 38.5, Force Majeure shall not applyto any obligation of the Purchaser to make payments to the
Supplier under this Contract.
H. CHANGE IN CONTRACT ELEMENTS
39. Changes to the
System
39.1 Introducing a Change
39.1.1 Subject to GCC Clauses 39.2.5 and 39.2.7, the Purchaser
shall have the right to propose, and subsequently require,
the Project Manager to order the Supplier from time totime during the performance of the Contract to make any
change, modification, addition, or deletion to, in, or from
the System (interchangeably called “Change”), provided
that such Change falls within the general scope of the
System, does not constitute unrelated work, and is
technically practicable, taking into account both the state
of advancement of the System and the technical
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 120/368
Section IV. General Conditions of Contract
59
compatibility of the Change envisaged with the nature of
the System as originally specified in the Contract.
A Change may involve, but is not restricted to, the
substitution of updated Information Technologies and
related Services in accordance with GCC Clause 23(Product Upgrades).
39.1.2 The Supplier may from time to time during its
performance of the Contract propose to the Purchaser
(with a copy to the Project Manager) any Change that the
Supplier considers necessary or desirable to improve the
quality or efficiency of the System. The Purchaser may
at its discretion approve or reject any Change proposed
by the Supplier.
39.1.3 Notwithstanding GCC Clauses 39.1.1 and 39.1.2, nochange made necessary because of any default of the
Supplier in the performance of its obligations under the
Contract shall be deemed to be a Change, and such
change shall not result in any adjustment of the Contract
Price or the Time for Achieving Operational Acceptance.
39.1.4 The procedure on how to proceed with and execute
Changes is specified in GCC Clauses 39.2 and 39.3, and
further details and sample forms are provided in the
Sample Forms Section in the Bidding Documents.
39.1.5 Moreover, the Purchaser and Supplier will agree, during
development of the Project Plan, to a date prior to the
scheduled date for Operational Acceptance, after which
the Technical Requirements for the System shall be
“frozen.” Any Change initiated after this time will be
dealt with after Operational Acceptance.
39.2 Changes Originating from Purchaser
39.2.1 If the Purchaser proposes a Change pursuant to GCC
Clauses 39.1.1, it shall send to the Supplier a “Request
for Change Proposal,” requiring the Supplier to prepare
and furnish to the Project Manager as soon as reasonably
practicable a “Change Proposal,” which shall include the
following:
(a) brief description of the Change;
(b) impact on the Time for Achieving Operational
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 121/368
Section IV. General Conditions of Contract
60
Acceptance;
(c) detailed estimated cost of the Change;
(d) effect on Functional Guarantees (if any);
(e) effect on any other provisions of the Contract.
39.2.2 Prior to preparing and submitting the “Change Proposal,”
the Supplier shall submit to the Project Manager an
“Change Estimate Proposal,” which shall be an estimate
of the cost of preparing the Change Proposal, plus a first
approximation of the suggested approach and cost for
implementing the changes. Upon receipt of the
Supplier’s Change Estimate Proposal, the Purchaser shall
do one of the following:
(a) accept the Supplier’s estimate with instructions to the
Supplier to proceed with the preparation of the
Change Proposal;
(b) advise the Supplier of any part of its Change
Estimate Proposal that is unacceptable and request
the Supplier to review its estimate;
(c) advise the Supplier that the Purchaser does not intend
to proceed with the Change.
39.2.3 Upon receipt of the Purchaser’s instruction to proceedunder GCC Clause 39.2.2 (a), the Supplier shall, with
proper expedition, proceed with the preparation of the
Change Proposal, in accordance with GCC Clause 39.2.1.
The Supplier, at its discretion, may specify a validity
period for the Change Proposal, after which if the
Purchaser and Supplier has not reached agreement in
accordance with GCC Clause 39.2.6, then GCC
Clause 39.2.7 shall apply.
39.2.4 The pricing of any Change shall, as far as practicable, be
calculated in accordance with the rates and pricesincluded in the Contract. If the nature of the Change is
such that the Contract rates and prices are inequitable, the
parties to the Contract shall agree on other specific rates
to be used for valuing the Change.
39.2.5 If before or during the preparation of the Change
Proposal it becomes apparent that the aggregate impact
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 122/368
Section IV. General Conditions of Contract
61
of compliance with the Request for Change Proposal and
with all other Change Orders that have already become
binding upon the Supplier under this GCC Clause 39
would be to increase or decrease the Contract Price as
originally set forth in Article 2 (Contract Price) of the
Contract Agreement by more than fifteen (15) percent,
the Supplier may give a written notice of objection to this
Request for Change Proposal prior to furnishing the
Change Proposal. If the Purchaser accepts the Supplier’s
objection, the Purchaser shall withdraw the proposed
Change and shall notify the Supplier in writing of its
acceptance.
The Supplier’s failure to so object to a Request for
Change Proposal shall neither affect its right to object to
any subsequent requested Changes or Change Orders, nor
affect its right to take into account, when making such
subsequent objection, the percentage increase or decrease
in the Contract Price that any Change not objected to by
the Supplier represents.
39.2.6 Upon receipt of the Change Proposal, the Purchaser and
the Supplier shall mutually agree upon all matters
contained in the Change Proposal. Within fourteen (14)
days after such agreement, the Purchaser shall, if it
intends to proceed with the Change, issue the Supplier a
Change Order. If the Purchaser is unable to reach a
decision within fourteen (14) days, it shall notify the
Supplier with details of when the Supplier can expect a
decision. If the Purchaser decides not to proceed with the
Change for whatever reason, it shall, within the said
period of fourteen (14) days, notify the Supplier
accordingly. Under such circumstances, the Supplier
shall be entitled to reimbursement of all costs reasonably
incurred by it in the preparation of the Change Proposal,
provided that these do not exceed the amount given by
the Supplier in its Change Estimate Proposal submitted in
accordance with GCC Clause 39.2.2.
39.2.7 If the Purchaser and the Supplier cannot reach agreement
on the price for the Change, an equitable adjustment to
the Time for Achieving Operational Acceptance, or any
other matters identified in the Change Proposal, the
Change will not be implemented. However, this
provision does not limit the rights of either party under
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 123/368
Section IV. General Conditions of Contract
62
GCC Clause 6 (Settlement of Disputes).
39.3 Changes Originating from Supplier
If the Supplier proposes a Change pursuant to GCC Clause 39.1.2,
the Supplier shall submit to the Project Manager a written“Application for Change Proposal,” giving reasons for the
proposed Change and including the information specified in GCC
Clause 39.2.1. Upon receipt of the Application for Change
Proposal, the parties shall follow the procedures outlined in GCC
Clauses 39.2.6 and 39.2.7. However, should the Purchaser choose
not to proceed or the Purchaser and the Supplier cannot come to
agreement on the change during any validity period that the
Supplier may specify in its Application for Change Proposal, the
Supplier shall not be entitled to recover the costs of preparing the
Application for Change Proposal, unless subject to an agreement
between the Purchaser and the Supplier to the contrary.
40. Extension of
Time for
Achieving
Operational
Acceptance
40.1 The time(s) for achieving Operational Acceptance
specified in the Schedule of Implementation shall be
extended if the Supplier is delayed or impeded in the
performance of any of its obligations under the Contract
by reason of any of the following:
(a) any Change in the System as provided in GCC Clause 39(Change in the Information System);
(b) any occurrence of Force Majeure as provided in GCC
Clause 38 (Force Majeure);
(c) default of the Purchaser; or
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 124/368
Section IV. General Conditions of Contract
63
(d) any other matter specifically mentioned in the Contract;
by such period as shall be fair and reasonable in all the
circumstances and as shall fairly reflect the delay or
impediment sustained by the Supplier.
40.2 Except where otherwise specifically provided in the
Contract, the Supplier shall submit to the Project
Manager a notice of a claim for an extension of the time
for achieving Operational Acceptance, together with
particulars of the event or circumstance justifying such
extension as soon as reasonably practicable after the
commencement of such event or circumstance. As soon
as reasonably practicable after receipt of such notice and
supporting particulars of the claim, the Purchaser and the
Supplier shall agree upon the period of such extension.
In the event that the Supplier does not accept thePurchaser’s estimate of a fair and reasonable time
extension, the Supplier shall be entitled to refer the
matter to the provisions for the Settlement of Disputes
pursuant to GCC Clause 6.
40.3 The Supplier shall at all times use its reasonable efforts
to minimize any delay in the performance of its
obligations under the Contract.
41. Termination 41.1 Termination for Purchaser’s Convenience
41.1.1 The Purchaser may at any time terminate the Contract for
any reason by giving the Supplier a notice of termination
that refers to this GCC Clause 41.1.
41.1.2 Upon receipt of the notice of termination under GCC
Clause 41.1.1, the Supplier shall either as soon as
reasonably practical or upon the date specified in the
notice of termination
(a) cease all further work, except for such work as the
Purchaser may specify in the notice of termination for the
sole purpose of protecting that part of the System already
executed, or any work required to leave the site in a clean
and safe condition;
(b) terminate all subcontracts, except those to be assigned to
the Purchaser pursuant to GCC Clause 41.1.2 (d) (ii)
below;
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 125/368
Section IV. General Conditions of Contract
64
(c) remove all Supplier’s Equipment from the site, repatriate
the Supplier’s and its Subcontractors’ personnel from the
site, remove from the site any wreckage, rubbish, and
debris of any kind;
(d) in addition, the Supplier, subject to the payment specifiedin GCC Clause 41.1.3, shall
(i) deliver to the Purchaser the parts of the System executed
by the Supplier up to the date of termination;
(ii) to the extent legally possible, assign to the Purchaser all
right, title, and benefit of the Supplier to the System, or
Subsystem, as at the date of termination, and, as may be
required by the Purchaser, in any subcontracts concluded
between the Supplier and its Subcontractors;
(iii) deliver to the Purchaser all nonproprietary drawings,
specifications, and other documents prepared by the
Supplier or its Subcontractors as of the date of
termination in connection with the System.
41.1.3 In the event of termination of the Contract under GCC
Clause 41.1.1, the Purchaser shall pay to the Supplier the
following amounts:
(a) the Contract Price, properly attributable to the parts of
the System executed by the Supplier as of the date of
termination;
(b) the costs reasonably incurred by the Supplier in the
removal of the Supplier’s Equipment from the site and in
the repatriation of the Supplier’s and its Subcontractors’
personnel;
(c) any amount to be paid by the Supplier to its
Subcontractors in connection with the termination of any
subcontracts, including any cancellation charges;
(d) costs incurred by the Supplier in protecting the Systemand leaving the site in a clean and safe condition pursuant
to GCC Clause 41.1.2 (a); and
(e) the cost of satisfying all other obligations, commitments,
and claims that the Supplier may in good faith have
undertaken with third parties in connection with the
Contract and that are not covered by GCC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 126/368
Section IV. General Conditions of Contract
65
Clauses 41.1.3 (a) through (d) above.
41.2 Termination for Supplier’s Default
41.2.1 The Purchaser, without prejudice to any other rights or
remedies it may possess, may terminate the Contractforthwith in the following circumstances by giving a
notice of termination and its reasons therefore to the
Supplier, referring to this GCC Clause 41.2:
(a) if the Supplier becomes bankrupt or insolvent, has a
receiving order issued against it, compounds with its
creditors, or, if the Supplier is a corporation, a resolution
is passed or order is made for its winding up (other than a
voluntary liquidation for the purposes of amalgamation
or reconstruction), a receiver is appointed over any part
of its undertaking or assets, or if the Supplier takes orsuffers any other analogous action in consequence of
debt;
(b) if the Supplier assigns or transfers the Contract or any
right or interest therein in violation of the provision of
GCC Clause 42 (Assignment); or
(c) if the Supplier, in the judgment of the Purchaser, has
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, including but not limited to willfulmisrepresentation of facts concerning ownership of
Intellectual Property Rights in, or proper authorization
and/or licenses from the owner to offer, the hardware,
software, or materials provided under this Contract.
For the purposes of this Clause:
(i) “corrupt practice”1 is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice”2 is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads,
1 “Another party” refers to a public official acting in relation to the procurement process or contract execution].
In this context, “public official” includes World Bank staff and employees of other organizations taking or
reviewing procurement decisions.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 127/368
Section IV. General Conditions of Contract
66
or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
(iii) “collusive practice”3 is an arrangement between two or
more parties designed to achieve an improper purpose,
including to influence improperly the actions of another party;
(iv) “coercive practice”4 is impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly
the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false
statements to investigators in order to materially impede
a Bank investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the
investigation; or
(bb) acts intended to materially impede the exercise of the
Bank’s inspection and audit rights provided for under
Sub-Clause 9.8.
41.2.2 If the Supplier:
(a) has abandoned or repudiated the Contract;
(b) has without valid reason failed to commence work on the
System promptly;
(c) persistently fails to execute the Contract in accordance
with the Contract or persistently neglects to carry out its
obligations under the Contract without just cause;
2 A “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process orcontract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
3 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non competitive levels.
4 A “party” refers to a participant in the procurement process or contract execution.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 128/368
Section IV. General Conditions of Contract
67
(d) refuses or is unable to provide sufficient Materials,
Services, or labor to execute and complete the System in
the manner specified in the Agreed and Finalized Project
Plan furnished under GCC Clause 19 at rates of progress
that give reasonable assurance to the Purchaser that the
Supplier can attain Operational Acceptance of the System
by the Time for Achieving Operational Acceptance as
extended;
then the Purchaser may, without prejudice to any other rights it
may possess under the Contract, give a notice to the
Supplier stating the nature of the default and requiring
the Supplier to remedy the same. If the Supplier fails to
remedy or to take steps to remedy the same within
fourteen (14) days of its receipt of such notice, then the
Purchaser may terminate the Contract forthwith by giving
a notice of termination to the Supplier that refers to this
GCC Clause 41.2.
41.2.3 Upon receipt of the notice of termination under GCC
Clauses 41.2.1 or 41.2.2, the Supplier shall, either
immediately or upon such date as is specified in the
notice of termination:
(a) cease all further work, except for such work as the
Purchaser may specify in the notice of termination for the
sole purpose of protecting that part of the System already
executed or any work required to leave the site in a clean
and safe condition;
(b) terminate all subcontracts, except those to be assigned to
the Purchaser pursuant to GCC Clause 41.2.3 (d) below;
(c) deliver to the Purchaser the parts of the System executed
by the Supplier up to the date of termination;
(d) to the extent legally possible, assign to the Purchaser all
right, title and benefit of the Supplier to the System or
Subsystems as at the date of termination, and, as may berequired by the Purchaser, in any subcontracts concluded
between the Supplier and its Subcontractors;
(e) deliver to the Purchaser all drawings, specifications, and
other documents prepared by the Supplier or its
Subcontractors as at the date of termination in connection
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 129/368
Section IV. General Conditions of Contract
68
with the System.
41.2.4 The Purchaser may enter upon the site, expel the
Supplier, and complete the System itself or by employing
any third party. Upon completion of the System or at
such earlier date as the Purchaser thinks appropriate, thePurchaser shall give notice to the Supplier that such
Supplier’s Equipment will be returned to the Supplier at
or near the site and shall return such Supplier’s
Equipment to the Supplier in accordance with such
notice. The Supplier shall thereafter without delay and at
its cost remove or arrange removal of the same from the
site.
41.2.5 Subject to GCC Clause 41.2.6, the Supplier shall be
entitled to be paid the Contract Price attributable to the
portion of the System executed as at the date oftermination and the costs, if any, incurred in protecting
the System and in leaving the site in a clean and safe
condition pursuant to GCC Clause 41.2.3 (a). Any sums
due the Purchaser from the Supplier accruing prior to the
date of termination shall be deducted from the amount to
be paid to the Supplier under this Contract.
41.2.6 If the Purchaser completes the System, the cost of
completing the System by the Purchaser shall be
determined. If the sum that the Supplier is entitled to be
paid, pursuant to GCC Clause 41.2.5, plus the reasonable
costs incurred by the Purchaser in completing the
System, exceeds the Contract Price, the Supplier shall be
liable for such excess. If such excess is greater than the
sums due the Supplier under GCC Clause 41.2.5, the
Supplier shall pay the balance to the Purchaser, and if
such excess is less than the sums due the Supplier under
GCC Clause 41.2.5, the Purchaser shall pay the balance
to the Supplier. The Purchaser and the Supplier shall
agree, in writing, on the computation described above
and the manner in which any sums shall be paid.
41.3 Termination by Supplier
41.3.1 If:
(a) the Purchaser has failed to pay the Supplier any sum due
under the Contract within the specified period, has failed
to approve any invoice or supporting documents without
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 130/368
Section IV. General Conditions of Contract
69
just cause pursuant to the SCC, or commits a substantial
breach of the Contract, the Supplier may give a notice to
the Purchaser that requires payment of such sum, with
interest on this sum as stipulated in GCC Clause 12.3,
requires approval of such invoice or supporting
documents, or specifies the breach and requires the
Purchaser to remedy the same, as the case may be. If the
Purchaser fails to pay such sum together with such
interest, fails to approve such invoice or supporting
documents or give its reasons for withholding such
approval, fails to remedy the breach or take steps to
remedy the breach within fourteen (14) days after receipt
of the Supplier’s notice; or
(b) the Supplier is unable to carry out any of its obligations
under the Contract for any reason attributable to the
Purchaser, including but not limited to the Purchaser’s
failure to provide possession of or access to the site or
other areas or failure to obtain any governmental permit
necessary for the execution and/or completion of the
System;
then the Supplier may give a notice to the Purchaser of such
events, and if the Purchaser has failed to pay the
outstanding sum, to approve the invoice or supporting
documents, to give its reasons for withholding such
approval, or to remedy the breach within twenty-eight
(28) days of such notice, or if the Supplier is still unable
to carry out any of its obligations under the Contract for
any reason attributable to the Purchaser within twenty-
eight (28) days of the said notice, the Supplier may by a
further notice to the Purchaser referring to this GCC
Clause 41.3.1, forthwith terminate the Contract.
41.3.2 The Supplier may terminate the Contract immediately by
giving a notice to the Purchaser to that effect, referring to
this GCC Clause 41.3.2, if the Purchaser becomes
bankrupt or insolvent, has a receiving order issuedagainst it, compounds with its creditors, or, being a
corporation, if a resolution is passed or order is made for
its winding up (other than a voluntary liquidation for the
purposes of amalgamation or reconstruction), a receiver
is appointed over any part of its undertaking or assets, or
if the Purchaser takes or suffers any other analogous
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 131/368
Section IV. General Conditions of Contract
70
action in consequence of debt.
41.3.3 If the Contract is terminated under GCC Clauses 41.3.1
or 41.3.2, then the Supplier shall immediately:
(a) cease all further work, except for such work as may benecessary for the purpose of protecting that part of the
System already executed, or any work required to leave
the site in a clean and safe condition;
(b) terminate all subcontracts, except those to be assigned to
the Purchaser pursuant to Clause 41.3.3 (d) (ii);
(c) remove all Supplier’s Equipment from the site and
repatriate the Supplier’s and its Subcontractor’s
personnel from the site.
(d) In addition, the Supplier, subject to the payment specified
in GCC Clause 41.3.4, shall:
(i) deliver to the Purchaser the parts of the System executed
by the Supplier up to the date of termination;
(ii) to the extent legally possible, assign to the Purchaser all
right, title, and benefit of the Supplier to the System, or
Subsystems, as of the date of termination, and, as may be
required by the Purchaser, in any subcontracts concluded
between the Supplier and its Subcontractors;
(iii) to the extent legally possible, deliver to the Purchaser all
drawings, specifications, and other documents prepared
by the Supplier or its Subcontractors as of the date of
termination in connection with the System.
41.3.4 If the Contract is terminated under GCC Clauses 41.3.1
or 41.3.2, the Purchaser shall pay to the Supplier all
payments specified in GCC Clause 41.1.3, and
reasonable compensation for all loss, except for loss of
profit, or damage sustained by the Supplier arising out of,
in connection with, or in consequence of suchtermination.
41.3.5 Termination by the Supplier pursuant to this GCC
Clause 41.3 is without prejudice to any other rights or
remedies of the Supplier that may be exercised in lieu of
or in addition to rights conferred by GCC Clause 41.3.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 132/368
Section IV. General Conditions of Contract
71
41.4 In this GCC Clause 41, the expression “portion of the
System executed” shall include all work executed,
Services provided, and all Information Technologies, or
other Goods acquired (or subject to a legally binding
obligation to purchase) by the Supplier and used or
intended to be used for the purpose of the System, up to
and including the date of termination.
41.5 In this GCC Clause 41, in calculating any monies due
from the Purchaser to the Supplier, account shall be taken
of any sum previously paid by the Purchaser to the
Supplier under the Contract, including any advance
payment paid pursuant to the SCC.
42. Assignment 42.l Neither the Purchaser nor the Supplier shall, without the
express prior written consent of the other, assign to any
third party the Contract or any part thereof, or any right, benefit, obligation, or interest therein or thereunder,
except that the Supplier shall be entitled to assign either
absolutely or by way of charge any monies due and
payable to it or that may become due and payable to it
under the Contract.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 133/368
Section V. Special Conditions of Contract (SCC) 1
SECTION V. SPECIAL CONDITIONS OF CONTRACT (SCC)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 134/368
Section V. Special Conditions of Contract (SCC) 2
Table of Clauses
A. Contract and Interpretation ......................................................................................... 4
1. Definitions (GCC Clause 1) .................................................................................... 4
2. Contract Documents (GCC Clause 2)...................................................................... 4
3.
Interpretation (GCC Clause 3) ................................................................................ 5
4. Notices (GCC Clause 4)................................ ................................ .......................... 5
5. Governing Law (GCC Clause 5) ............................................................................. 5
6. Settlement of Disputes (GCC Clause 6) .................................................................. 5
B. Subject Matter of Contract ........................................................................................... 6
7. Scope of the System (GCC Clause 7) ...................................................................... 6
8. Time for Commencement and Operational Acceptance (GCC Clause 8) ................. 6
9. Supplier’s Responsibilities (GCC Clause 9) ............................................................ 7
10. Purchaser’s Responsibilities (GCC Clause 10) ........................................................ 7
C. Payment ......................................................................................................................... 7
11. Contract Price (GCC Clause 11) ............................................................................. 7
12. Terms of Payment (GCC Clause 12) ....................................................................... 8
13. Securities (GCC Clause 13) .................................................................................... 9
14. Taxes and Duties (GCC Clause 14) ....................................................................... 10
D. Intellectual Property.................................................................................................... 10
15. Copyright (GCC Clause 15) .................................................................................. 10
16. Software License Agreements (GCC Clause 16) ................................................... 11
17. Confidential Information (GCC Clause 17) ........................................................... 11
E. Supply, Installation, Testing, Commissioning, and Acceptance of the System ......... 12
18. Representatives (GCC Clause 18) ......................................................................... 12
19. Project Plan (GCC Clause 19) ............................................................................... 12
20. Subcontracting (GCC Clause 20) .......................................................................... 13
21. Design and Engineering (GCC Clause 21) ............................................................ 14
22. Procurement, Delivery, and Transport (GCC Clause 22) ....................................... 14
23. Product Upgrades (GCC Clause 23) ...................................................................... 15
24. Implementation, Installation, and Other Services (GCC Clause 24) ....................... 15
25. Inspections and Tests (GCC Clause 25) ................................................................ 15
26. Installation of the System (GCC Clause 26) .......................................................... 15
27. Commissioning and Operational Acceptance (GCC Clause 27) ............................ 16
F. Guarantees and Liabilities ........................................................................................... 16
28. Operational Acceptance Time Guarantee (GCC Clause 28) .................................. 16
29. Defect Liability (GCC Clause 29) ......................................................................... 16
30. Functional Guarantees (GCC Clause 30) ............................................................... 17
31. Intellectual Property Rights Warranty (GCC Clause 31) ....................................... 17
32. Intellectual Property Rights Indemnity (GCC Clause 32) ...................................... 17
33. Limitation of Liability (GCC Clause 33) ............................................................... 17
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 135/368
Section V. Special Conditions of Contract (SCC) 3
G. Risk Distribution ......................................................................................................... 17
34. Transfer of Ownership (GCC Clause 34) .............................................................. 17
35. Care of the System (GCC Clause 35) .................................................................... 18
36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification (GCC
Clause 36) ............................................................................................................ 18
37.
Insurances (GCC Clause 37) ................................................................................. 18
38. Force Majeure (GCC Clause 38) ........................................................................... 18
H. Change in Contract Elements ..................................................................................... 19
39. Changes to the System (GCC Clause 39) .............................................................. 19
40. Extension of Time for Achieving Operational Acceptance (GCC Clause 40) ........ 19
41. Termination (GCC Clause 41) .............................................................................. 19
42. Assignment (GCC Clause 42) ............................................................................... 19
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 136/368
Section V. Special Conditions of Contract (SCC) 4
Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement or amend the General
Conditions of Contract (GCC). Whenever there is a conflict, the provisions of the SCC shall
prevail over those in the General Conditions of Contract. For the purposes of clarity, any
referenced GCC clause numbers are indicated in the left column of the SCC.
A. CONTRACT AND INTERPRETATION
1. Definitions (GCC Clause 1)
GCC 1.1 (a) (ix) The applicable edition of the Procurement Guidelines is dated: May 2004
revised October 2006
GCC 1.1 (b) (i) The Purchaser is: Special Relief Commissioner, Revenue and DM (Special
Relief) Department, Government of Odisha, Ground Floor, Rajiv Bhawan,
Bhubaneshwar – 751001 Odisha
GCC 1.1 (b) (ii) Project Manager, O/o Special Relief Commissioner, Revenue and DM
(Special Relief) Department, Government of Odisha, Ground Floor, Rajiv
Bhawan, Bhubaneshwar – 751001 Odisha
GCC 1.1 (e) (i) The Purchaser’s Country is: India.
GCC 1.1 (e) (iii) The Project Site(s) is/are: as specified in the Technical Requirement, Section
VI.
GCC 1.1 (e) (x) “The Contract shall continue in force until the Early Warning
Dissemination System (EWDS)System and all the Services have been
provided unless the Contract is terminated earlier in accordance with the
terms set out in the Contract.”
GCC 1.1. (e) (xii) The AMC Period is 3 years starting with the completion of the Two
Years Warranty Period.
2. Contract Documents (GCC Clause 2)
GCC 2 “There are no Special Conditions of Contract applicable to GCC Clause
2.”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 137/368
Section V. Special Conditions of Contract (SCC) 5
3. Interpretation (GCC Clause 3)
GCC 3.1.1 The Contract's governing language is English.
4. Notices (GCC Clause 4)
GCC 4.3 Address of the Project Manager: Project Manager, O/o Special Relief
Commissioner, Revenue and DM (Special Relief) Department, Government of
Odisha, Ground Floor, Rajiv Bhawan, Bhubaneshwar – 751001 Odisha, India
Fallback address of the Purchaser: Special Relief Commissioner, Revenue
and DM (Special Relief) Department, Government of Odisha, Ground Floor,Rajiv Bhawan, Bhubaneshwar – 751001 Odisha Tel: Tel: +91-0674-2534180/2536721FAX: +91-674-2534176
E mail: [email protected], [email protected] Site :www.odisha.gov.in
5. Governing Law (GCC Clause 5)
GCC 5.1 The Contract shall be interpreted in accordance with the laws of :
Republic of India.
6. Settlement of Disputes (GCC Clause 6)
GCC 6.1.4 The Appointing Authority for the Adjudicator is: The Institution of
Engineers (India), New Delhi shall appoint the adjudicator at the requestof Purchaser and the Bidder at appropriate time.
The proposed hourly fee and the expenses as suggested by Institution of
Engineers (India), New Delhi, shall be reimbursed to the Adjudicator at
the rate of 50% each by Purchaser and Bidder
GCC 6.2.3 If the Supplier is foreign (including a Joint Venture when at least one
partner is foreign), the Contract shall contain the following provision:
Arbitration proceedings shall be conducted in accordance with the rules
of arbitration of the International Chamber of Commerce (ICC,
Geneva). These rules, in the version in force at the time of the request
for arbitration, will be deemed to form part of this Contract.
If the Supplier is a national of the Purchaser's country, the Contract shall
contain the following provision: Any dispute between the Purchaser and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 138/368
Section V. Special Conditions of Contract (SCC) 6
a Supplier arising in connection with the present Contract shall be
referred to arbitration in accordance with Arbitration and Conciliation
Act 1996.
B. SUBJECT MATTER OF CONTRACT
7. Scope of the System (GCC Clause 7)
GCC 7.3 The Supplier’s obligations under the Contract will include the recurrent
cost items, as identified in the Recurrent Cost tables in the Supplier’s Bid
as per the Technical Requirements Section VI.
The Supplier shall procure the required Bandwidth as specified in the Bid
document for SEOC, DEOC and BEOC from OCAC (Odisha ComputerApplication Centre), Bhubaneshwar through OSWAN on payment of
charges specified by M/s OCAC towards installation and recurring
Charges.
Purchaser expects that wear and tear on Early Warning Dissemination
System (EWDS) System components will necessitate routine
replacement of such components.
The Supplier agrees to supply EWDS spare parts required for the
operation and maintenance of the System for five years from the date
successful Operational Acceptance.
The supplier shall stock sufficient nos. of critical spares to achieve the
desired SLA. The Bidder shall replace Spare equipment for the EWDS
System that has been damaged, found in operable or substituted for
defective equipment with new equipment configured, tested and labeled
within two weeks of being identified or substituted.
8. Time for Commencement and Operational Acceptance (GCC Clause 8)
GCC 8.1 The Supplier shall commence work on the EWDS System within:
fifteen days from the Effective Date of the Contract.
GCC 8.2 Operational Acceptance will occur as per the implementation schedule
in the Technical Requirement Section VI or mutually agreed Date
between Purchaser and Bidder.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 139/368
Section V. Special Conditions of Contract (SCC) 7
9. Supplier’s Responsibilities (GCC Clause 9)
GCC 9.9 In addition to Clause 9 of GCC, the Supplier shall have the following
additional responsibilities: Supplier shall be responsible for continued
operation of the system for two years from the date of successful
completion of Operational Acceptance
The Supplier assumes primary responsibility for the Operational
Acceptance Test(s) for the System, in accordance with GCC Clause 27.2,
and shall be responsible for the continued operation of the System after
Operational Acceptance
The Supplier is responsible for performing and safely storing timely and
regular backups of its data and Software in accordance with accepted
data management principles, except where such responsibility is clearly
assigned to the Supplier elsewhere in the Contract. The Backup data shall be handed over to Purchaser every three months.
All costs and expenses involved in the performance of the obligations
under this GCC Clause 9 shall be the responsibility of the Supplier, save
those to be incurred by the Supplier with respect to the performance of
the Operational Acceptance Test(s), in accordance with GCC Clause
27.2
All the Costs towards Licensing fee to be borne by Supplier.
10. Purchaser’s Responsibilities (GCC Clause 10)
GCC 10.12 The Purchaser shall have the following additional responsibilities: As
per GCC Clause 10
In Clause 10.9 of GCC, the Purchaser to be read as Supplier.
C. PAYMENT
11. Contract Price (GCC Clause 11)
GCC 11.2 (b) Adjustments to the Contract Price shall be as follows: “none”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 140/368
Section V. Special Conditions of Contract (SCC) 8
12. Terms of Payment (GCC Clause 12)
GCC 12.1 Subject to the provisions of GCC Clause 12 (Terms of Payment), the
Purchaser shall pay the Contract Price to the Supplier according to the
categories and in the manner specified below. Only the categories
Advance Payment and Complete System Integration relate to the entireContract Price. In other payment categories, the term "total Contract
Price" means the total cost of goods or services under the specific
payment category. Within each such category, the Contract
Implementation Schedule may trigger pro-rata payments for the portion
of the total Contract Price for the category corresponding to the goods or
services actually Delivered, Installed, or Operationally Accepted, at unit
prices and in the currencies specified in the Price Schedules of the
Contract Agreement.
(a) Advance Payment
Ten percent (10%) of the entire Contract Price, exclusive of all
Recurrent Costs, shall be paid against receipt of a claim
accompanied by the Advance Payment Security specified in
GCC Clause 13.2. 10% Advance Payment Security in the form
of BG shall be retained upto the Project period.
The advance payment security in form of BG shall be endorsed
by Nationalized/Scheduled Bank located in India.
The 10% advance payment shall not be recovered and will beadjusted against balance payment.
(b) All Materials, and other Goods, along with the Custom
Software and Custom Materials:
Fifty percent (50%) of the total Contract Price for this category
against Delivery of receipt of Ordered materials in Good
condition at Destination
Ten percent (10%) of the same price against Installation
Ten percent (10%) of the same price against Operational
Acceptance.
(c) Training
90 % of the Contract Price for training services performed will
be paid on successful completion of Training on submission and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 141/368
Section V. Special Conditions of Contract (SCC) 9
approval of appropriate invoices.
c) AMC Charges
After 2 years of completion of Warranty:
AMC charges for 3rd to 5th year: One hundred percent (100%) of
the price of the services actually delivered will be paid quarterly
in four equal installments on submission and Purchaser’s
approval of invoices.
(f) Post Complete System Integration and Commissioning
20% of the entire Contract Price, payable towards complete
System Integration and commissioning, exclusive of all recurrent
Costs as a final payment against operational acceptance of the
EWDS System , shall be payable on quarterly basis in eightequal installments.
(g) Recurrent Costs (OPEX)
One hundred percent (100%) of the price of the services actually
delivered will be paid quarterly in arrears, on submission and
Purchaser’s approval of invoices.
GCC 12.3 The Purchaser shall pay to the Supplier interest on the delayed payments
at a rate of: 8% per annum on delayed portion of payment claimed
GCC 12.4 For Goods and Services supplied locally, the Purchaser will pay the
Supplier in currency of payment INR
GCC 12.5 Payments for Goods supplied from outside the Purchaser’s Country shall
be in form of an irrevocable Letter of Credit.
13. Securities (GCC Clause 13)
GCC 13.2.1 The Supplier shall provide within twenty-eight (28) days of the
notification of Contract award an Advance Payment Security in the
amount and currency of the Advance Payment specified in SCC for
GCC Clause 12.1 above.
GCC 13.2.2 The reduction in value and expiration of the Advance Payment Security
are calculated as follows: Not Applicable
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 142/368
Section V. Special Conditions of Contract (SCC) 10
GCC 13.3.1 The Performance Security shall be denominated in INR for an amount
equal to 10percent of the Contract Price, excluding any Recurrent Costs.
GCC 13.3.4 Not Applicable
14. Taxes and Duties (GCC Clause 14)
GCC 14 Necessary and appropriate clauses as applicable to GCC Clause 14and the
Price Bid shall include all the Statutory Taxes, levies, Octroi charges etc
as applicable
D. INTELLECTUAL PROPERTY
15. Copyright (GCC Clause 15)
GCC 15.3 The Purchaser may assign, license, or otherwise voluntarily transfer its
contractual rights to use the Standard Software or elements of the
Standard Software, without the Supplier’s prior written consent,
GCC 15.4 The Purchaser’s and Supplier’s rights and obligations with respect to
Custom Software or elements of the Custom Software are as follows.
Purchaser Rights:
(i)
duplicating and using the software on different equipment, such
as back-ups, additional computers, replacements, upgraded
units, etc.;
(ii) transferring the license or sublicensing the software for other
entities to use by the purchaser
(iii)Purchaser shall do with the CASE files, Source Code, and
executable code of the Custom Software; (ii) sharing,
reselling, and otherwise providing access to the software,
designs and related information
Supplier Rights:
i. Be limited to use in order to support the Purchaser;
GCC 15.5 “No software escrow contract is required for the execution of the
Contract;”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 143/368
Section V. Special Conditions of Contract (SCC) 11
16. Software License Agreements (GCC Clause 16)
GCC 16.1 (a)
(iii)
The Standard Software license shall be valid “throughout the territory of
the Purchaser’s Country;”
GCC 16.1 (a) (iv) Use of the software shall be subject to the following additional
restrictions “none”
GCC 16.1 (b) (ii) The Software license shall permit the Software to be used or copied for
use or transferred to a replacement computer “provided the replacement
computer falls within approximately the same class of machine and
maintains approximately the same number of users, if a multi-user
machine;”
GCC 16.1 (b)
(vi)
The Software license shall permit the Software to be disclosed to and
reproduced for use (including a valid sublicense) by“support service
suppliers or their subcontractors, exclusively for such suppliers orsubcontractors in the performance of their support service
contracts;”subject to the same restrictions set forth in this Contract.
GCC 16.1 (b)
(vii)
In addition to the persons specified in GCC Clause 16.1 (b) (vi), the
Software may be disclosed to, and reproduced for use by, Purchaser
subject to the same restrictions as are set forth in this Contract.
GCC 16.2 The Supplier’s right to audit the Standard Software will be subject to the
following terms:
Not Applicable
17. Confidential Information (GCC Clause 17)
GCC 17.1 “There are no modifications to the confidentiality terms expressed in
GCC Clause 17.1;”
GCC 17.7 The provisions of this GCC Clause 17 shall survive the termination, for
whatever reason, of the Contract for “the period specified in the GCC”
:2 years
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 144/368
Section V. Special Conditions of Contract (SCC) 12
E. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND
ACCEPTANCE OF THE SYSTEM
18. Representatives (GCC Clause 18)
GCC 18.1 The Purchaser’s Project Manager shall have the following additional
powers and / or limitations to his or her authority to represent the
Purchaser in matters relating to the Contract:“no additional powers or
limitations.”
GCC 18.2.2 The Supplier’s Representative shall have the following additional
powers and / or limitations to his or her authority to represent the
Supplier in matters relating to the Contract:“no additional powers or
limitations.”
19. Project Plan (GCC Clause 19)
GCC 19.1 Chapters in the Project Plan shall address the following subject:
including Task, Time and resource scheduling.
(a) Project Organization and Management Plan;
(b) Delivery and Installation Plan including Task time and
resource scheduling
(c) Training Plan
(d) Pre-commissioning and Operational Acceptance Testing
Plan
(e) Maintenance Plan
GCC 19.2 Within ,thirty (30) days from the Effective Date of the Contract, the
Supplier shall present a Project Plan to the Purchaser. The Purchaser
shall, within fourteen (14)days of receipt of the Project Plan, notify the
Supplier of any respects in which it considers that the Project Plan doesnot adequately ensure that the proposed program of work, proposed
methods, and/or proposed Information Technologies will satisfy the
Technical Requirements and/or the SCC (in this Clause 19.2 called “non-
conformities” below). The Supplier shall, within for example, ten
(10)days of receipt of such notification, correct the Project Plan and
resubmit to the Purchaser. The Purchaser shall, within ten (10) days of
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 145/368
Section V. Special Conditions of Contract (SCC) 13
resubmission of the Project Plan, notify the Supplier of any remaining
non-conformities. This procedure shall be repeated as necessary until the
Project Plan is free from non-conformities. When the Project Plan is free
from non-conformities, the Purchaser shall provide confirmation in
writing to the Supplier. This approved Project Plan (“the Agreed and
Finalized Project Plan”) shall be contractually binding on the Purchaser
and the Supplier.
GCC 19.5 The Supplier shall submit to the Purchaser the following reports:
(a) Monthly progress reports, summarizing:
(i) results accomplished during the prior period;
(ii) cumulative deviations to date from schedule of
progress milestones as specified in the Agreed and
Finalized Project Plan;
(iii) corrective actions to be taken to return to planned
schedule of progress; proposed revisions to planned
schedule;
(iv) other issues and outstanding problems; proposed
actions to be taken;
(v) resources that the Supplier expects to be provided by
the Purchaser and/or actions to be taken by the
Purchaser in the next reporting period;
(vi) other issues or potential problems the Supplier
foresees that could impact on project progress and/or
effectiveness.
(b) inspection and quality assurance reports;
(c) training participants test results; and
(d) Monthly log of service calls and problems resolutions
throughout the contract period including warranty and AMC
period.
20. Subcontracting (GCC Clause 20)
GCC 20 Necessary and appropriate clauses, as per GCC 20.1, 20.2 & 20.3 Clause
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 146/368
Section V. Special Conditions of Contract (SCC) 14
of Contract applicable to GCC Clause 20.”
21. Design and Engineering (GCC Clause 21)
GCC 21.2 The Contract shall be executed in accordance with the edition or therevised version of all referenced codes and standards current at the date
“as specified in the GCC,”
GCC 21.3.1 The Supplier shall prepare and furnish to the Project Manager the
following documents for which the Supplier must obtain the Project
Manager’s approval before proceeding with work on the System or any
Subsystem covered by the documents.
Site layout,
Network Design
Addition/Deletion of Quantity
Detailed site surveys
Final Subsystem configurations
22. Procurement, Delivery, and Transport (GCC Clause 22)
GCC 22.4.3 The Supplier “shall” be free to use transportation through carriers
registered in any eligible country “shall” obtain insurance from any
eligible source country.
GCC 22.5 The Supplier shall provide the Purchaser with shipping and other
documents “as specified in the GCC,” along with the following
documents
1) Original Invoice Custom, 2) Packing Slip, 3) Country of Origin
Certificate from Concerned Chamber of Commerce, 4) Airway Bill, 5)
Insurance Certificate, 6) Bill of Lading, 7) Factory Inspection Report, 8)
Letter of Waiver if any by the purchaser
GCC 22.6 The Bidder delivers the goods cleared for import to the Buyer at
destination. The Bidder bears all costs and risks of moving the goods to
destination, including the payment of Customs duties, Insurance, Taxes
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 147/368
Section V. Special Conditions of Contract (SCC) 15
and Octroi etc.
Purchaser shall only facilitate the bidder to arrange authorization/ request
letters etc.
23. Product Upgrades (GCC Clause 23)
GCC 23.4 The Supplier shall provide the Purchaser “with all new versions, releases,
and updates to all Standard Software during the Warranty Period, for free, as
specified in the GCC,”
24. Implementation, Installation, and Other Services (GCC Clause 24)
GCC 24 Implementation: Bidder is required to complete the installation andcommissioning of the entire system within 9 months from the date of the
award of work order. However, the bidder is required to specify the
milestones with target date of completion in the implementation schedule
given in Section VI.
The Bidder shall demonstrate a pilot project comprising of connecting
SEOC, one DEOC, one BEOC and one FLC with respect to the
technologies offered.
Operational maintenance for two years from the date of Operational
Acceptance.
The bidder has to quote the AMC charges for the 3nd
year, 4th year and 5
th
year.
25. Inspections and Tests (GCC Clause 25)
GCC 25 Purchaser or its representatives has the right to inspect and certify the
Goods prior to the shipment.
26. Installation of the System (GCC Clause 26)
GCC 26 “There are no Special Conditions of Contract applicable to GCC Clause
26.”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 148/368
Section V. Special Conditions of Contract (SCC) 16
27. Commissioning and Operational Acceptance (GCC Clause 27)
GCC 27.2.1 Operational Acceptance Testing shall be conducted in accordance with
the Technical requirements mentioned in section VI. However,
successful, bidder is required to submit detailed Acceptance Test
Procedure which was agreed and finalized by Purchaser to meet theTechnical/ functional requirements of the system
GCC 27.2.2 If the Operational Acceptance Test of the System, or Subsystem(s),
cannot be successfully completed within 90 days from the date of
Installation or any other period agreed upon by the Purchaser and the
Supplier, then GCC Clause 27.3.5 (a) or (b) shall apply, as the
circumstances may dictate.
F. GUARANTEES AND LIABILITIES
28. Operational Acceptance Time Guarantee (GCC Clause 28)
GCC 28.2 Liquidated damages shall be assessed at 0.5 percent per weekor part
thereof. The maximum liquidated damages are 10percent of the Contract
Price, or relevant part of the Contract Price if the liquidated damages
apply to a Subsystem.
GCC 28.3 Liquidated damages shall be assessed as per the following in addition to
achieving Operational Acceptance;”
If the Supplier fails to deliver any or all the goods or perform services
within the time period specified in the contract, the purchaser shall,
without prejudice to its other remedies under the contract deduct from
the contract price, as liquidated damages, a sum equivalent to 0.5% of
the delivered price of the delayed goods or unperformed services for a
week or part of a week actual delivery or performance, up to a maximum
deduction of 10% of the contract price. Once the maximum is reached,
the purchaser may consider termination of the contract, and claim
compensation for actual/whole damages.
29. Defect Liability (GCC Clause 29)
GCC 29.1 The successful bidder shall debug and fix the operational problems and
perform error handling while running the application. The successful
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 149/368
Section V. Special Conditions of Contract (SCC) 17
bidder shall remove the bugs that will be identified during the contract
period.
GCC 29.3 (iii) The Supplier warrants that the following items have been released to the
market for the following specific minimum time periods: No specific
minimum time requirements are established for this Contract
GCC 29.4 The Warranty Period (N) shall begin from the date of Operational
Acceptance of the System or Subsystem forTwo years.
GCC 29.10 During the Warranty Period, the Supplier must commence the work
necessary to remedy defects or damage within 24 hours of notification.
30. Functional Guarantees (GCC Clause 30)
GCC 30 “There are no Special Conditions of Contract applicable to GCC Clause
30.”
31. Intellectual Property Rights Warranty (GCC Clause 31)
GCC 31 “There are no Special Conditions of Contract applicable to GCC Clause
31.”
32. Intellectual Property Rights Indemnity (GCC Clause 32)
GCC 32 “There are no Special Conditions of Contract applicable to GCC Clause
32.”
33. Limitation of Liability (GCC Clause 33)
GCC 33 “There are no Special Conditions of Contract applicable to GCC Clause
33.”
G. RISK DISTRIBUTION
34. Transfer of Ownership (GCC Clause 34)
GCC 34 “There are no Special Conditions of Contract applicable to GCC Clause
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 150/368
Section V. Special Conditions of Contract (SCC) 18
34.”
35. Care of the System (GCC Clause 35)
GCC 35 “There are no Special Conditions of Contract applicable to GCC Clause
35.”
36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification
(GCC Clause 36)
GCC 36 “There are no Special Conditions of Contract applicable to GCC Clause
36.”
37. Insurances (GCC Clause 37)
GCC 37 Note: The word “Information Technologies” can be read as EWDS
equipments for the clauses under Insurance clause 37 in GCC
GCC 37.1 (c) The Supplier shall obtain Third-Party Liability Insurance in the amount
of Contract Value with deductible limits of no more than Contract
Value. The Insurance shall cover the period from beginning date,
relative to the Effective Date of the Contract until expiration date,
relative to the Effective Date of the Contract or its completion.
The bidder shall obtain Third Party Liability insurance covering bodilyinjury or death suffered by bidder’s personnel and loss of or damage to
the systems supplied by the bidder and any subsystems that have been
accepted by the purchaser occurring in connection with the supply and
installation of the EWDS system.
GCC 37.1 (e) “There are no Special Conditions of Contract applicable to GCC Clause
37.1 (e)”.
38. Force Majeure (GCC Clause 38)
GCC 38 “There are no Special Conditions of Contract applicable to GCC Clause
38.”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 151/368
Section V. Special Conditions of Contract (SCC) 19
H. CHANGE IN CONTRACT ELEMENTS
39. Changes to the System (GCC Clause 39)
GCC 39 “There are no Special Conditions of Contract applicable to GCC Clause39.”
40. Extension of Time for Achieving Operational Acceptance (GCC Clause 40)
GCC 40 “There are no Special Conditions of Contract applicable to GCC Clause
40.”
41. Termination (GCC Clause 41)GCC 41 “There are no Special Conditions of Contract applicable to GCC Clause
41.”
42. Assignment (GCC Clause 42)
GCC 42 “There are no Special Conditions of Contract applicable to GCC Clause
42.”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 152/368
Section VI. Technical Requirements 1
SECTION VI. TECHNICAL REQUIREMENTS (INCLUDING
IMPLEMENTATION SCHEDULE)
Table of Contents: Technical Requirements
A. BACKGROUND ............................................................................................................ 3
0.1 The Purchaser ......................................................................................................... 3
0.2 Business Objectives of The Purchaser ..................................................................... 3
0.3 Demographic Details-Odisha .................................................................................. 3
0.4 Demographic Map of Odisha in India ..................................................................... 4 0.5 Acronyms Used In Technical Requirements ........................................................... 6
B. BUSINESS FUNCTION AND PERFORMANCE REQUIREMENTS ....................... 8
1.1 Business Requirements To Be Met By The System ................................................. 8
1.2 Functional Performance Requirements Of The System ............................................ 9
1.3 Related Information Technology Issues And Initiatives......................................... 12
C. TECHNICAL SPECIFICATIONS ............................................................................. 13
2.0 General Technical Requirements ........................................................................... 13
2.1 Digital Mobile Radio ............................................................................................ 15
2.2 Bandwidth and Internet Requirement .................................................................... 31 2.3 Satellite Based Mobile Voice Data Terminal: ........................................................ 36
2.4 Mass Messaging ................................................................................................... 40
2.5 Universal Communication Interface ...................................................................... 48
2.6 Alert Tower Siren System .................................................................................... 53
2.7 Towers 15/30 Mtr ................................................................................................ 61
2.8 Earthing ............................................................................................................... 67
2.9 Networking Equipments:...................................................................................... 68
2.10 Office Automation: ............................................................................................. 72
2.10.1 Multimedia PC with 19” LCD Monitor ............................................................... 72
2.10.2 LED TV 42 Inch (Wall mountable) .................................................................... 72
2.10.3 All in One Printer ............................................................................................... 73 2.10.4 42 U RACK ...................................................................................................... 74
2.10.5 FAX Machine: ................................................................................................... 75
2.10.6 SET TOP BOX .................................................................................................. 75
2.10.7 Fire Extinguisher ................................................................................................ 75
2.10.8 Furniture & Air Conditioning ............................................................................ 76
2.11 LAN Structured Cabling: .................................................................................. 76
2.11.1 General Specifications For Passive Cabling & Components Details ................... 76
2.11.2 Face Plate: ......................................................................................................... 77
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 153/368
Section VI. Technical Requirements 2
2.12 Power Requirements UPS (5 KVA and 10 KVA) ................................ ................. 80
2.13 Power Requirements DG Set (5 KVA/ 15 KVA/50KVA) ................................ ..... 82
2.14 Manpower Requirements ...................................................................................... 84
2.15 Training Requirement ............................................................................................ 84
2.16 Documentation Requirements ................................................................................ 86 2.17 Spares................................................................................................................... 87
2.18 SLA Agreement ................................................................................................... 87
2.19 Insurance .............................................................................................................. 87
2.20 Miscellaneous ....................................................................................................... 89
D. TESTING AND QUALITY ASSURANCE REQUIREMENTS ............................... 90
3.1 Inspections ........................................................................................................... 90
3.2 Pre-commissioning Tests : .................................................................................... 92
3.3 Operational Acceptance Tests ............................................................................... 92
3.4 Third Party Audit ................................................................................................. 92
E. IMPLEMENTATION SCHEDULE ........................................................................... 94
4.1 Implementation Schedule Table............................................................................... 94
4.2 EWDS Equipments Inventory Table (This is indicative Bidder to prepare) ........... 103
F.REQUIRED FORMAT OF TECHNICAL BIDS ....................................................... 118
5.1 Description of Information Technologies, Materials, Other Goods, andServices .. 118
5.2 Item-by-Item Commentary on the Technical Requirements ................................ 118
5.3 Preliminary Project Plan ..................................................................................... 118
5.4 Confirmation of Responsibility for Integration and Interoperability of Information
Technologies ...................................................................................................... 119
G. TECHNICAL RESPONSIVENESS CHECKLIST ................................................. 119
H. ATTACHMENTS ..................................................................................................... 122
Attachment 1. Indicative SEOC,DEOC,BEOCSite Layout ................................ ......... 122
Attachment 2. Licensing Requirements ...................................................................... 125
Attachment 3. Table of Holidays and Other Non-Working Days in year 2015 ............ 127
Attachment 4. List of SEOC , DEOC,BEOC and FLC ................................ ................ 129
Attachment 5. List of FLC .......................................................................................... 131
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 154/368
Section VI. Technical Requirements 3
Technical Requirements
A. BACKGROUND
0.1 The Purchaser
The Special Relief Commissioner, Revenue and DM (Special Relief) Department,
Government of Odisha, Ground Floor, Rajiv Bhawan, Bhubaneshwar – 751001 Odisha
0.1.1 PMU NCRMP, NDMA, New Delhi and Government of Odisha
NDMA, as the apex body, is mandated to lay down the policies, plans and guidelines for
Disaster Management to ensure timely and effective response to disasters. For
Implementation of the NCRMP Project a Project Management Unit (PMU) has been set
up at NDMA headed by Project Director supported by expert and specialist with relevant
experience and administrative staff.
The Department of Revenue (Disaster Management) is the administrative department for
management of disasters.
At the district level, Collector is the District Relief Officer and Disaster Manager. Block
is the lowest unit of relief administration. Block Revenue Officer monitors the relief
administration at the lowest level.
0.2 Business Objectives of The Purchaser
The objective is to implement Last Mile Connectivity components under NCRMP in the
Phase I state of Odisha. The Project is to be rolled out in the 6 coastal districts of Odisha
with 22 Coastal Blocks. The EWDS system comprising latest Communication
Technologies shall be covering all Coastal Blocks for Mass notification especially up to
10 Kms Sea Coastal Belt. However, the Block Head Quarters could fall beyond 10 kms
from Sea Coast Line
To reduce the vulnerability of coastal communities by addressing the existing gap in
dissemination of warning to the communities in Coastal Districts of Odisha.
Installation and operation of EWDS (Early Warning Dissemination System) allowing the
state and/or district control centre to send communication directly to the villagers and
fisherman in sea.
To provide, reliable, responsive and dedicated Communication at Sate, District and
Block.
0.3 Demographic Details-Odisha
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 155/368
Section VI. Technical Requirements 4
Odisha is one of the 29 states of India, located in the east of India. It is surrounded by
the states of West Bengal to the north-east, Jharkhand to the north, Chhattisgarh to the
west and north-west, Telangana to the south-west and Odisha to the south. Odisha has
485 kilometres (301 mi) of coastline along the Bay of Bengal on its east, from
Balasore to Ganjam. It is the 9th largest state by area, and the 11th largest by
population.
The Total area of Odisha is 155,820square km. The Population of the state as per Census
(2011) is 419.47 lakhs making it the eleventh largest state by population. The population
density of Odisha is 270 per square km.
0.4 Demographic Map of Odisha in India
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 156/368
Section VI. Technical Requirements 5
The following figure depicts the Coastal Districts of Odisha on the map
List of Coastal Districts in Odisha:
S.
No.DISTRICT
Coastal
Blocks
(on the
sea
coast)
1 PURI DISTRIC 6
2 BHADRAK
DISTRICT2
3 AGATSINGHPUR
DISTRICT3
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 157/368
Section VI. Technical Requirements 6
4 BALESHWAR
DISTRICT5
5 KENDRAPARA
DISTRICT
2
6 GANJAM
DISTRICT4
TOTAL 22
The Early Warning Dissemination System is to be rolled out in the geographical spread
of 6 coastal districts of Odisha with 22 coastal Blocks.
0.5 Acronyms Used In Technical Requirements
Term Explanation
OSWAN Odisha State Wide Area Network
Block State is divided into districts and districts are divided in to Block
BEOC Block Emergency Operation Center
CAP Common Alerting Protocol
CDMA Code Division Multiple Access
CS Cyclone Shelter
CPE Customer Premises Equipment
DMR Digital Mobile Radio
DEOC District Emergency Operation Center
EOC Emergency Operation Center
ETSI European Telecommunications Standards Institute
EWDS Early Warning Dissemination System
FLC Fish Landing Centers
GSM Global system for Mobiles
GPRS General Packet Radio Switching
GIS Geographic Information system
HTTP Hyper Text Transfer Protocol
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 158/368
Section VI. Technical Requirements 7
Term Explanation
HF High Frequency
IEEE Institute of Electrical and Electronics Engineers
IP Internet Protocol
INMARSAT International Maritime Satellite Organization
IT Information Technology
ICT Information and Communication Technologies
IMD Indian Meteorological Department
INSAT Indian National Satellite
KVA Kilovolt ampere
LAN Local area network
LCD Liquid Crystal Display
LMC Last Mile Connectivity
MPLS Multi Protocol Label Switching
NCRMP National Cyclone Risk Mitigation Project
NDMA National Disaster Management Authority
NDCN National Disaster Communication Network
NIC Network interface card
PSTN Public Switched Telephone Network
PMR Professional Mobile Radio
PMU Project Monitoring Unit
RF Radio Frequency
RTU Remote Terminal Unit
SBMDVT Satellite Based Mobile Data Voice Terminal
SIM subscriber Identity Module
SMS Short Message Service
SEOC State Emergency Operation Center
SWAN State Wide Area Network
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 159/368
Section VI. Technical Requirements 8
Term Explanation
TCP/IP Transmission Control Protocol / Internet Protocol
TSP Telecom Service Provider
UCI Universal Communication Interface
UHF Ultra High Frequency
UMTS Universal Mobile Telecommunication System
VHF Very High Frequency
VSAT Very Small Aperture Radio Terminal
WMO World Meteorological Organization
OCAC Odisha Computer Application Centre
B. BUSINESS FUNCTION AND PERFORMANCE REQUIREMENTS
1.1 Business Requirements To Be Met By The System
1.1.1 Component A of the NCRMP project addresses a key part in relation to the Early
Warning Dissemination to Coastal Communities. The benefits from the National
Network would be realized only if it leads to action on the field in the Last Mile. Theability to reach Citizens would enable dissemination of warnings and information that
would enable minimizing the loss from Cyclones.
The Last Mile Connectivity aims at information dissemination from the state, District and
Block Levels to Communities and Vice versa, ensuring that the Last Man living nearest
to the sea is well informed of actions to take in case of an upcoming Cyclone.
It is envisaged that Last Mile Connectivity will be achieved by equipping different
Technologies viz. Digital Mobile Radio (DMR), satellite Based Mobile Data voice
Terminal (SBMDV), Mass Messaging, Alert Tower Siren Systems and Universal
communication Interface etc at SEOC, DEOC and BEOC and Fish Landing Centers
(FLC’s) such that the warnings about the upcoming cyclones can be disseminated to
Coastal Communities of Odisha in an effective manner. The DMR can be interfaced with
the existing VHF systems available at Fish Landing Centre/Shore Centers.
Satellite Based Mobile Data/Voice terminal (SBMDV) shall be able to establish a
broadband connection from a remote site to establish instant access to State and District
level officials through Voice, Data and Video.
Universal Communication Interface (UCI) is proposed to establish inter technology
communication between the available technologies which were not damaged by Cyclone.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 160/368
Section VI. Technical Requirements 9
The Alert Sirens which are to be installed at cyclone Shelters, Govt. buildings, FLC’s and
Tourist Sea Beaches shall be activated from the State Emergency Operation center
(SEOC).
1.2 Functional Performance Requirements Of The System
The communication strategy of this NCRMP project aims to cover the early warning
dissemination applicable to cyclone and other hydro metrological disasters. An attempt
has been made to save the lives and minimize the damages by the mitigation process of
early warning dissemination system involving the main stake holders. An integrated
technical approach has been considered for early warning dissemination system. All the
modern communication technologies have been utilized and integrated. The selected
technologies are robust, redundant and can be used for different applications and Groups.
1.2.1 DMR Technology:
The DMR standard shall provide Two Slot Time Division Multiple Access (TDMA)
operation, 4 level FSK Modulation and State of the art Forward Error Correction
To procure light weight walkie talkie (digital radio handhelds) with built in GPS, having
battery life of minimum 8 hours as per the Bill of Quantity mentioned in RFP.
The system /hand held should enable user to not only communicate securely but also
enable the user to select the listener either as one to one basis or for select group of users
or broadcast. The user should be able to configure his own group as per the requirement.
The same handheld should be capable of being used for GPS based Tracking as well as
be able to send up to 50 pre defined messages, which are likely to be revised time to time.
The proposed system should be able to send messages/images along with the position and
time stamp of the network that cannot be altered.
As functionality (and not as a design) the proposed system should be able to store the
position data along with messages at a predefined interval and transmit the same when
data channel is free. This enables better utilization of RF channel
The Dispatch Solution shall perform for calltaking, Radio Dispatch Console functionality
and advanced performance tracking and reporting capabilities for all active call takers
and dispatchers.
Integrate the existing VHF which are presently used at Shore Stations to communicate
with Fisherman at sea.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 161/368
Section VI. Technical Requirements 10
1.2.2 Bandwidth & Internet
The required Bandwidth at SEOC, DEOC and BEOC’s Shall be taken from OSWAN
network at State, District and Block levels. The Bidder is required to do the necessary
cabling from the nearest OSWAN Point of presence. The Bandwidth is required tohave backhaul connectivity for the DMR network from the Last mile (Block level) to
State Head Quarters. The details of Bandwidth requirements are tabulated under
Bandwidth requirement section below.
INTERNET: 5 Mbps of seamless Internet shall be provided at SEOC from any
Service provider.
1.2.3 SBMDVT (SATELLITE BASED MOBILE DATA VOICE TERMINAL):
SBMDVT (Satellite Based Mobile Data Voice Terminals):
SBMDV terminals shall be compact and lightweight. They can be carried as easily as a
laptop.
SBMDV shall deliver voice and broadband data connectivity to users wherever they
are on the planet. SBMDV services shall be delivered via the Inmarsat-4 network.
A single SBMDV terminal shall provide simultaneous voice and broadband data up to
464 kbps or higher, enabling you to access the internet or send email, and talk on the
phone at the same time.
SBMDV supports the latest IP services, as well as traditional circuit-switched voiceand data.
Integrating seamlessly with your corporate network, it supports legacy applications
while providing a smooth upgrade path to IP
The service is accessed via SBMDV Launch Pad, software. Interface, which is
standard across all SBMDV terminals
The License requirements/ approvals required are attached in Attachment.
1.2.4 Mass Messaging:
The Mass messaging system shall be a Web based solution and shall be provided asManaged Services Model.
All components of the package shall be accessible through standard Web browser without
any need of extra Client software.
The web based application Software shall be hosted centrally on a cloud and shall be
accessed through a secured Web Interface from SEOC or any other location for sending
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 162/368
Section VI. Technical Requirements 11
Group based and Location based alerts messages. In addition, a native mobile app must
be made available for IOS and Android platform.
The bidder needs to tie up with Telecom Service providers and to study the feasibility
requirements for dissemination of Location based alert messages.
Group Based Alerts: The system shall be GUI based and able to send SMS and Voice
messages to the predefined Mobile/ PSTN Nos. Such messages will go the Media
Broadcast Stations even which will broadcast the said warnings on the AM/FM Radios,
TV, /alert Towers etc. Such a System will encompass Alerting / Notifying known
individuals, simply by sending to a group database.
Location Based Alert System:
The System shall allow geographically localized SMS broadcasts, including those that
may be time-critical in nature, to be sent to mobile numbers in a particular vulnerablearea that need not be pre-registered in the System, but are “polled” from the Telco’s
network based on their last known location
A single user-friendly Graphical User Interface (“GUI”) shall be implemented to enable a
User to perform all the required functions as mentioned in Technical requirements (E.g.
to select one or more geographical areas via a digital map, to compose and send
messages, and to generate/view statistics reports, etc)
The System shall present to the User, a graphical user-interface that would allow the
User to conveniently draw (using circles) on a digital map (1:50,000 resolution) of
Odisha to select one or more geographical areas of interest (the “Demarcated Area(s)”)
to send the alert messages to that demarcated areas only.
The System shall allow the User to broadcast composed text messages via SMS to
recipients inside the Demarcated Area(s) at a specified activation date/time (herein
referred to as the “Activation Time” and it can be immediate).The System shall be able
to organize and store Data and to maintain the Logs. The system shall be able to
generate various reports. The System shall provide various security features.
1.2.5 Universal Communication Interface:
The UCI shall enable for communication between different technologies like
Analog/VHF/HF/TETRA/HAM Radios/DMR /Sat phones/Mobile Phone MobileCellular -CDMA/Landline PSTN Telephone / VoIP Telephone
The UCI shall ensure interoperability and Voice conferencing among the above
mentioned devices.
1.2.6 Alert Siren System:
The Alert Sirens which will be installed at Cyclone shelters, Govt. buildings, Fish
Landing centers and at Tourist Sea beaches shall be activated from SEOC.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 163/368
Section VI. Technical Requirements 12
The Alert sirens shall also be activated from Block HQ (BEOC) as a redundancy path
if State to Block back bone fails.
The alert Sirens shall have interface for GSM/ DMR/ VHF/ Mass messaging etc., for
activation from SEOC through GSM/ VHF and Mass Messaging etc.
1.3 Related Information Technology Issues And Initiatives
Under this proposal of NCRMP, different technologies are proposed for Early
Warning Dissemination with redundancies. There are Satellite-based Mobile
Data/Voice terminals (SBMDV) (Satellite Technology), Web based Mass Messaging
(Mobile Cellular Technology), IP Internet Technology and Digital Mobile Radio
(Radio Technology) for Early Warning Dissemination having Central Command
Terminals at SEOC which can be easily integrated with NDCN Network at SEOC.
The EWDS Network Architecture is depicted as below:
OSWAN
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 164/368
Section VI. Technical Requirements 13
C. TECHNICAL SPECIFICATIONS
2.0 General Technical Requirements
The Products/equipment must be brand new, industry-grade of state-of-the art technology
and the service should guard against technology obsolescence for at least 5 yrs after the
complete contract period. The Products /equipment supplied under this contract shall
conform to the Technical Specifications given in this tender
2.0.1 Electrical Power:
All active (powered) equipment must operate on, e.g., 220v +/- 20v, 50Hz +/- 2Hz ]. All
active equipment must include power plugs standard in India.
2.0.2 Environmental:
Specifications for Environmental Conditions
The purpose of this section is to describe the minimum general equipment characteristics
and specifications for environmental conditions, source power conditioning and backup,
equipment construction, and installation. The section also highlights the Electro Magnetic
Compatibility (EMC) guidelines for equipment that will be operated under the Electro
Magnetic Interference (EMI) and Electro Static Discharge (ESD) conditions expected in
an High Voltage (EHV) power system environment.Environmental Conditions
Equipment and their components provided under this specification shall operate reliably
under the following environmental conditions.
Temperature and Humidity
Most of the equipment will not be installed in environmentally controlled shelters.
Therefore, equipment shall operate in accordance with the limits shown below:
Temperature Range:
To Specification
Operation without damage
Shipping/storage
(Un Controlled Environment)
0 to +45 ° C
-10 to +55 °C
-40 to +60 ° C
Relative Humidity, non-condensing Upto 95%
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 165/368
Section VI. Technical Requirements 14
Elevation:
Operating
Non-operating
to 3,500 m
to 10,000 m
For each location, the Contractor is required to assess the environmental conditions for
the equipment to be installed under this specification. The Contractor is responsible for
all necessary enclosure, rack or equipment upgrades to ensure the proper operation of the
installed equipment.
EMI and Electrostatic Interference
At each location, the Contractor shall assess the need for shielding against radiated
emissions and shall provide recommended solutions for any EMI problem found at each
location.
Tropicalization
Communications equipment will often be stored and operated in uncontrolled
environment areas and will be subject to mould, growth of fungus, corrosion and
oxidation. The equipment and components shall be suitably tropicalized during
manufacture through commissioning, as necessary.
Contaminants
Communications equipment may be located in areas of poor air quality with the main
contaminant being dust. Cabinets shall be tight fitting utilizing filtered ventilationopenings only
2.0.3 Safety:
Safety Precautions:
All personnel needs to be issued necessary PPE (Personnel Protection Equipment) and
suppose to wear all times on site. Special PPE is proposed to be issued to personnel in the
field as necessary in hazardous locations following site instructions.
It is proposed that all staff in the field area must wear following safety equipments at the
minimum in field area-
Safety helmet
Eye protection
Protective clothing
Safety shoes
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 166/368
Section VI. Technical Requirements 15
It is proposed that all personnel will be made aware of the client’s site safety rules
regarding safety, accident reporting, and site emergency procedures. These safety
precautions need to be followed in strict compliance by personnel in the field area.
Warning and restricted area notices (e.g. - “Deep Excavation,” “Exit”, “Restricted area”
etc.) will be positioned at all the working points in the field. All routes will be designated
for the entry and exit points and emergency exits will be clearly shown.
Unless otherwise specified, all equipment must operate at noise levels no greater than 55
decibels.
2.0.4 All electronic equipment that emits electromagnetic energy must be certified as meeting
EN 55022 and EN 50082-1 or equivalent, emission standards.
2.1 Digital Mobile Radio
2.1.1 Introduction:
The Odisha state Govt. desires to implement ETSI standard DMR network at beyond
Block level covering Cyclone Shelters, Fish Landing centers through Repeaters/ Base
stations which shall have backbone IP connectivity from Block Emergency Operation
Center (BEOC) to District Emergency Operation Center (DEOC) and to State Emergency
Operation center (SEOC).
The SEOC, DEOC shall be equipped with Dispatcher terminals, GIS Software etc. to
allow radio dispatchers to monitor and participate in activities of the subscriber radio
units under their operation. Repeaters/ Base stations will be installed at all 22 Blocks
Emergency Operation Center (BEOC) and approx 12 nos Fish Landing Centre (FLC) for
the entire DMR Coverage of the coastal Blocks. The bidder is required to carry out RF
field survey to finalize the number of FLC where Repeaters/ Base stations shall be
installed. The Repeaters/ Base stations antenna to be installed on a 30 meter angular
tower/ Spun concrete monopole Tower. FLC shall have Microwave Link 2MBPS E1
connectivity and GSM media gateway for communication with the Repeaters/ Base
stations from BEOC having back haul IP connectivity with DEOC &SEOC.
2.1.2 Scope of Work:
Design, Supply, Installation, testing, commissioning and maintenance (2 years under
warranty and 3 years under AMC from the date of Successful Operational Acceptance)of
mission critical Digital Mobile Radio system which includes Integrated Dispatch Solution
for call taking and Radio Dispatch Console functionality, Repeaters, handheld sets, GPS
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 167/368
Section VI. Technical Requirements 16
based Tracking system and application software system for integrated network
management, tracking performance statistics and generating management reports.
Successes full bidder is expected to set-up a state of the art disaster response facility for
quick and efficient response in cases of disaster situations. The DMR infrastructureshould be based on multiple communication technology and tools necessary for a highly
reliable network.
An integrated Network Monitoring and Control System (“NMS”) with a user friendly
Graphical User Interface (“GUI”) based operation shall be provided to monitor and
manage various nodes / elements / components that can be integrated into the NDMA
network.
The successful bidder is required to carry out the adequate field and field/ RF survey and
GIS mapping at District, Village level and at Fish Landing Centers, Cyclone Shelters
including Shore Stations in order to acquire adequate coverage through the installation ofthe Repeater stations
BEOC locations are mandatory but the location of the Fish Landing centers shown in the
tender are indicative. Bidder will have to is required to carry out the RF survey for
DMR coverage of entire coastal mandals covering the land between coastal MEOC
and Sea Coast. The DMR system shall be used at disaster sites when the management
staff with handheld DMR terminal will move to the site .
The DMR network shall also be integrated with existing VHF network used by
Fisherman at sea.
The far end repeaters beyond Block shall be connected through 2 Mbps Microwave Link
and GSM Media Gateway with the respective Block Emergency Centers to have back
haul IP connectivity for the repeater stations.
Bidder is required to liaison with DOT and other Wireless Agencies for acquiring the
License and other approvals.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 168/368
Section VI. Technical Requirements 17
2.1.3 Network Architecture
DMR Architecture
2.1.4 Detailed Technical Specifications: DMR
2.1.4.1 DIGITAL VHF HANDHELD RADIO (WALKIETALKIE VHF) (DMR
Technology, Tier –II)
S/NO PARAMETER SPECIFICATION
1 General
i) Frequency Range 136 to174 MHz (full band)
ii) TDMA 2– Slot
BEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 169/368
Section VI. Technical Requirements 18
iii) Channel Capacity 255 or more(for display)
16 Channels (non-display)
iv) Channel spacing 12.5KHz
v) Operating Battery
capacity &Voltage
2000 mAh or more capacity &7.4V(rated)
with Lithium –rechargeable battery
vi) Average battery life
for5/5/90 duty
cycles
Battery Capacity 2000 mAH or more.
Average battery life for 5/5/90 duty cycles
Digital: 16 hrs or more & Analog: 10 hrs or
more
vii) Frequency stability + 0.5PPM or better
viii) Antenna Impedance 50 Ω
ix) Weight Less than 400 gm with battery
x) Single Unit Charger and adopter to be provided with all radio
xi) One Li-Ion spare battery of 2000 mAh or more capacity to be provided
with all radio
2 Transmitter
i) RF Power output 1 to 5 Watts (programmable)
ii) Modulation 11KOF3E
iii) Digital Modulation 4 FSK
iv) Modulation Limiting +2.5KHzv) FM Hum Noise -40 db or better
vi) Adjacent Channel
Power
-60 db or better
vii) Audio Response +1, -3db
viii) Digital Vocoder AMBE+2
3 Receiver
i) Sensitivity (Analog) 0.30 µV (12 db SINAD) or better
ii) Sensitivity(digital) 0.30 µV at 5% BER or better
iii) Adjacent Channel
Selectivity
60dborbetter
iv) Inter-modulation 70dborbetter
v) Audio output Minimum500 mW
vi) Audio Distortion 3% or better
4 ENVIRONMENTAL SPECIFICATION
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 170/368
Section VI. Technical Requirements 19
i) Operating
Temperature
-30°Cto+55°C
ii) Storage Temperature -30°Cto+60°C
iii) Humidity 95% non-condensing (30 to 60 deg C)iv) Vibration MIL-STD-810F/G
v) Shock MIL-STD-810F/G
vii) Dust MIL-STD-810F/G
viii) Water intrusion IP 57
ix) Salt MIL-STD-810F/G
x) Rain MIL-STD-810F/G
Feature wise Configuration:
1. Simple press to talk2. Low battery alert.
3. Continuous Tone Coded Squelch System (CTCSS)
4. Operation – analog and digital capability
5. DTMF signaling.
6. Busy Channel Lockout.
7. Selective call Decode.
8. Capable to kill/ un-kill.
9. Capable of VOX hand free operation.
10. PTTID Encode.
11. Chanel Scanning with call quieting facility.
12. Emergency SOS/SIREN
13. Talk around Mode
14. Automatic Number Identification (ANI)
15. Text messages and predefined message
16. Should have built-in GPS feature with following specifications:
i. Time to First Fix (TTFF) cold start : <2minutes
ii. Time to First Fix (TTFF) hot start :<20 seconds
iii. Horizontally accuracy :<10 meters
17. Programming through inbuilt Bluetooth as no provision for programming cables18. IP 57 or better for water submersiablity protection
2.1.4.2. DIGITAL REPEATER (AUTO REPEATER VHF)
DMR TECHNOLOGY TIER II
S/NO PARAMETER SPECIFICATION
1 General
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 171/368
Section VI. Technical Requirements 20
i) Frequency Range 136to174 MHz (full band)
ii) TDMA 2–Slot simultaneous communication
iii) Operating Mode Dual standard(digital analog)
iv) Operating Selection Fully automatic for analog &digital
v) Channel Capacity 16 or more
vi) Channel spacing 12.5KHz
vii) Operating Voltage 12VDC (10.8to15.6V DC)230 VAC+10 %,50+1%
Hz with float charger. Automatic switch over from
AC to DC durin mains failure.viii) Frequency stability +0.5PPM or better
ix) Interface Ethernet port for IP connectivity
x) Antenna Impedance 50 Ω
xi) Duty Cycle 100%
xii) Weight Less than15Kg
xiii) Display Indicator for Transmit & Receive for each slot
xiv) VSWR Better than 1.5
xv) Protection Reverse polarity
2 Transmitter
i) RF Power output 25 to 45Watts (programmable)
ii) FM Modulation 11KOF3E
iii) Modulation
Sensitivity
1 to10 mVat 1KHzatmic input for+1.5KHz
standard deviationiv) Digital Modulation 4FSK
v) Modulation Limiting +2.5KHz
vi) FM Hum &Noise -40 db or better
vii) Adjacent Channel
Power
-60 db or better
viii) Audio Response +1, -3db
ix) Digital Vocoder AMBE+2
3 Receiver
i) Sensitivity (Analog) 0.30 µV (12 db SINAD) or better
ii) Sensitivity (digital) 0.30 µV at 5% BER or better
iii) Image Rejection 65dborbetter
iv) Adjacent Chanel
Selectivity
60dborbetter
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 172/368
Section VI. Technical Requirements 21
v) Inter-modulation 70dborbetter
4 ENVIRONMENTAL SPECIFICATION
i) Operating
Temperature
-30° C to +55° C
ii) Storage Temperature -30 ° C to +60 °C
iii) Humidity 95 % non-condensing (30 to 60 deg C)
Others :
1. Low Loss RF Cable (RG217/ LMR400/ 1/2" Copper Corrugated
etc) - 50 Mtrs (fifty)
2..High Gain 0/3/6 dBi Antenna - highly durable Omni directional antenna to cater to cyclone
and adverse conditions at sea shore3.Other installation Accessories (Weather Proofing Kit, jumper cables, connectors, etc)
4..Power Supply cum Battery Charger Unit i.e. 220VAC to 12 VDC convertor.
5. Duplexer Unit (optional)
2.1.4.3 Digital VHF Mobile Radio (Base Station 25 W) – DMR Technology, Tier– II
S/NO PARAMETER SPECIFICATION
1 General
i) Frequency Range 136to174 MHz (full band)
ii) TDMA 2–Slot
iii) Channel Capacity 255 or higher
iv) Channel spacing 12.5KHz
v) Operating Voltage 10.8to15.6V DC
vi)Frequency stability +0.5PPMorbetter
vii) Antenna Impedance 50 Ω
viii) Communication
interface
Ethernet/USB
ix) Weight Less than2kg
x) Display Alphanumeric
xi) VSWR Better than 1.5
xii) Protection Reverse polarity and High VSWR
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 173/368
Section VI. Technical Requirements 22
2 Transmitter
i) RF Power output 5 to25 Watts (programmable)
ii) Modulation 11KOF3E
iii) Digital Modulation 4FSKiv) Modulation Limiting +2.5KHz
v)FM Hum & Noise -40 db or better
vi) Adjacent Channel
Power
-60 db or better
vii) Audio Response +1,-3db
viii) DigitalVocoder AMBE+2
3 Receiver
i) Sensitivity (Analog) 0.30 µV (12 db SINAD) or better
ii) Sensitivity (digital) 0.30 µV at 5% BER or better
iii) Adjacent Chanel
Selectivity
60dborbetter
iv) Inter-modulation 70db or better
v) Audio output Minimum 3 Watts
vi) Audio Distortion 3% or better
4 ENVIRONMENTAL SPECIFICATION
i) OperatingTemperature
-30° C to +55° C
ii) Storage Temperature -30 ° C to +60 °C
iii) Humidity 95% non-condensing (30 to 60 deg C)
iv) Shock MIL-STD-810F/G
v) Vibration MIL-STD-810F/G
vi) Dust MIL-STD-810F/G
vii) Water intrusion IP 54
viii) Salt MIL-STD-810F/G
ix) Rain MIL-STD-810F/G
1. Simple press to talk.
2. Continuous Tone Coded Squelch System (CTCSS)
3. Timeout Timer (TOT)
4. All features of configuration VHF
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 174/368
Section VI. Technical Requirements 23
5. DTMF signaling.
6. Busy Channel Lock out.
7. Selective call decode.
8. Capable to kill/ un-killed.9. Chanel Scanning with call quieting facility.
10. Emergency SOS/SIREN
11. Automatic Number Identification (ANI)
12. Talk around Mode
13. Should have built-in GPS feature with following specifications:
i. Time to First Fix (TTFF) cold start: <2minutes
ii. Time to First Fix (TTFF) hot start: <20 seconds
iii. Horizontally accuracy:<10 meters
14. Modem for Data Communication.
15. Programming through inbuilt Bluetooth as no provision for programming
cables
16. IP 54 or better for water submersibility protection
17. Low Loss RF Cable (RG217/ LMR400/ 1/2" Copper Corrugatedetc) - 50 Mtrs (fifty)
18..High Gain 0/3 dBi Antenna - highly durable Omni directional antenna to cater tocyclone and adverse conditions at sea shore
19..Other installation Accessories (Weather Proofing Kit, jumper cables, connectors,
etc)
20..Power Supply cum Battery Charger Unit i.e. 220VAC to 12 VDC convertor.
2.1.4.4 Dispatcher Architecture And Specifications
Radio Server ArchitectureClient-Server Multiple dispatch consoles to connect multiple Radio servers via IP.
Dispatcher can be located on any distance from Radio server. Radio
server should have provision for installing redundant server working in
passive mode and tracking primary server presence through the IP
connection. If the primary server accidentally goes down, redundant
server becomes active and all the dispatch consoles are automatically
switched to the redundant server.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 175/368
Section VI. Technical Requirements 24
Dispatch console to connect multiple Radio servers simultaneously.
System must store events and voice logs at both Server and Dispatcher
computers.
Single Radio server should able to handle multiple different radio
networks simultaneously. Dispatcher should have provision for offline
operation mode (when Server is not available) to analyze events and
voice logs, GPS tracks.
Direct IP
connection to
Repeaters
Direct IP interface to Repeater for all functionality including voice calls
from Dispatcher.
2-way direct IP connection for interlinking Repeaters through IP
Network
1-way direct IP connection for Multi Repeaters system or stand-alone
repeaters.
ControlStations
Should have provision to connect at least 6 Control Stations per Radioserver.
To provide voice functionality through the control stations.
Analog Mode Analog channels support for:
Analog Remote radio Patch with Digital Radio Network
Open channel voice calls
MDC signaling
Digital
Intercom
Patch
Should have provision for direct SIP connection to PBX
SMS
Gateway
Should have provision to connect SMS-gateway to send test message to
GSM-systems
Web client Web client subscriber for control and monitoring over DMR Radio
system from a browser. Should support voice calls with radio
subscribers from the browser, GPS tracking, text message.
Event
Logging
Voice and event logging at both Dispatcher Consoles and Radio servers
Telemetry
Service
Telemetry Command control - minimum 3 remote I/O control to control
remote Digital subscriber GPIO contacts for NO/NC operation.
Dispatcher FunctionalityRadio
Dispatch
All type of calls (Private, Group and All call)
Calling Subscriber Identification
Remote Monitoring
Emergency Calls
Voice Calls between dispatchers (Intercom)
Voice Recording for all channels in connected network
Radio Check
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 176/368
Section VI. Technical Requirements 25
Call Alert
Radio Kill and Unkill
Flexible sound control - should have provision to select output audio
channels for any slot, group, subscriber or dispatcher.
Customizable Subscriber Call windows
Subscriber categorization & Profiling with provision of adding photo
and other detail
Configurable profiles to manage access of dispatchers to base radios,
groups, services, Digital Radio IP Site time slots
Black list for Automatic Blocking of unauthorized radios in the Digital
Radio network
Restriction of monitoring of private calls between subscribers
Custom dispatch consoles. Visual designer to draw a console specific to
the customer needs. Different level access control profile e.g. Admin,Supervisor, Operator.
Voice announcements: Voice Notifications functionality to allow for
recurrent pre-recorded voice announcements over selected channels in
case any emergency evacuation.
Conference calls (Dispatcher can patch different groups, subscribers).
It’s possible to set the conference calls between several dispatchers,
subscribers, telephone subscribers.
Muting of talk groups. Tune sound level for each connected base radio,
mute base radio, Assign only one base radio to have sound turned on.
Hot keys for quick SMS, private and group calls
Deferred voice calls and messages - it should be possible to send text
and audio messages to radio subscribers even if they are offline or out of
network coverage, the deferred message is put on queue and waits until
the radio subscriber becomes available.
GPS
Tracking,
AVL
Real-time subscriber location monitoring
Should support different types of maps like open vector maps, raster
maps, Online Google Maps, INGIT and MapPoint.
Subscriber location logging
Track animation for specified period of time
Subscriber track details
Geo-fencing
Route control
Subscriber stop control
Subscriber’s movement start control
Display on map all subscribers in selected category
Automatic location request
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 177/368
Section VI. Technical Requirements 26
Location request by event
Manual location request
Integration with Google Earth and Google Maps (export locations to
KML)
Different speed formats
Color formatting for subscribers with actual location
PBX
Interconnect
Intercom calls from the dispatcher console
Intercom and radio subscribers interconnect
3 types of calls (initiated by PBX subscriber, initiated by radio
subscriber, initiated by Dispatcher Console)
Private and group calls
Possibility to limit list of authorized radio subscribers
Voice calls recording in MP3 format
Data
Transmission,
Data and
Voice
Logging
Text Messaging Service
Subscriber Status
Dispatcher Console should have provision to control minimum 3 remote
Digital subscriber GPIO contacts for NO/NC operation( required for
future use).
Event Logging of ALL activity in radio network
Voice Recording of ALL calls in radio network (even private calls
between radio subscribers)
Additional Information about the repeater used for the subscriber
activity (calls, text messages, etc)Subscriber Custom Properties
Rules and Alerts for events
GPS Rules
Lone Worker Rules
Report Wizard
Subscriber Activity Report
Database back-up and restore
Voice and event logging at both Dispatcher Consoles and Radio servers
Real Time
Monitoring
Graphical representation of voice, data activity received from Digital
repeaters allows watching over the system in real time. Online RSSI
level monitoring.
Graphical representation of radio network scheme
Information about current state of connected repeaters
Remote repeater administration and diagnostics in Multi Repeater
systems (channel change, power level settings, turning off & on and
alarms for over temperature, PA Failure, High VSWR, FAN etc.)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 178/368
Section VI. Technical Requirements 27
System infrastructure (UPS, Switches, Routers) monitoring via SNMP
Hardware failures logging
Coverage map reproduction based on RSSI level of the received signals
from GPS-enabled Digital Radios
Graphical representation of the collected monitoring data
Monitoring should work as a stand alone application and as a service of
Dispatch Software. Working as the service, monitoring shouldn’t utilize
any additional network bandwidth sharing the connection used for
dispatch operations.
Detailed reports based on collected monitoring data and filtered by
number of criteria
Radio
Network
Bridging forIP Site
connected
Repeaters,
Multi
Repeaters,
Digital and
Conventional
channels
Should have provision to Route all calls from one network to another
Should have provision to Route group calls for specified talk groups
Should have provision to Route private calls for specified subscribersShould have provision for Dynamic intelligent routing of private and
group calls based on the information about the subscriber registration in
the network
Cross Radio server bridging to route voice calls between geographically
distributed sites.
DMR Dispatch System Hardware Specifications
Dispatcher
Console
minimal
configuration
CPU i5, RAM 4GB, HDD 500Gb, embedded or external sound card,
Speaker & mic, Windows 7/8 Prof.
Radio server
minimal
configuration
CPU i5, RAM 4GB, HDD 500GB, Windows 7 / 8 Prof.
or Windows Server 2003 or 2008
FXO Gateway Specification
WAN 10/100M Ethernet uplink port
LAN 10/100M Ethernet downlink portPhone Min. 1 FXO
VOIP control
protocol
H.323/SIP, easy to switch
Voice codec G.711A, G.711U, G.729, G.723, G.722
Analogue
telephone
feature
Echo cancellation ,VAD, CNG, DTMF detection and generation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 179/368
Section VI. Technical Requirements 28
Configuration Through WEB browser, TELNET
SMS Gateway Specification
Freq. Band GSM 900/1800/1900MHz with class 10 GPRS
Output Power Class 4 (2W for GSM 900), Class 1 (1W for GSM 1800)SMS Supports Text and PDU mode, Point to Point & Cell Broadcast
Data
Data circuit Asynchronous and non transparent up to 12.4 kbps
Auto baud rate (2400, 4800, 9600. 19200, 38400, 57600 bps)
fixed baud rate (300, 600, 1200, 9600, 115200 bps)
AT
Commands
Interface
GSM 07.05 and 07.07
ConnectorsRS-232 Serial, DC Power socket, SMA Antenna connector, SIM Card
Holder
Antenna SMA Rubber /WHIP Antenna
2.1.4.5 Specification of Point-To-Point Microwave Radio (Unlicensed Band)
Features Description
R a d i o
FrequencyMust operate in Unlicensed band (5.825 to 5.875 GHz
Band)
nLOS, NLOS Operation Must support nLOS deployment
Modulation 2x2 MIMO-OFDM, BPSK, QPSK, 16QAM, 64QAMAdaptive Modulation Should support adaptive modulation
Channel Resolution 5 MHz
Channel Bandwidth Should support 5/10/20/40 MHz user configurable
Channel Accuracy ± 50 PPM
Duplex Technology TDD
Asymmetrical TDD Should support Asymmetrical Bandwidth
Split Configuration Separate Indoor Unit and Outdoor Unit
Spectral Efficiency Better than or equal to 5 bits / Hz
Service Ethernet
Channel Selection Automatic channel selection must be supported
Transmit PowerTransmit Power Control - within allowable EIRP, Max
25 dBm
Antenna Alignment
ToolAudible Buzzer
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 180/368
Section VI. Technical Requirements 29
Built-in Spectrum
Scanner / Spectrum
Analyzer
Link-oriented Spectrum Analyzer: should show the
results of both sites
Error Correction
Method FEC 1/2,2/3,3/4and 5/6
IDU to ODU Interface Outdoor CAT5e STP Cable
E t h e r n e t
Latency <3 Msec. typical
Ethernet Port Should support minimum 2 Ports
Max Net Data
Throughputup to 25 Mbps Aggregate
Ethernet Throughput
ControlCIR, Configurable in the Radio
LAN Interface10/100/1000 BaseT interface with Auto negotiation
(IEEE802.3)
Maximum Frame Size 2048 bytes
Framing/Coding IEEE802.3/U
Bridging Self-learning up to 2047 MAC addresses IEEE 802.1Q
Ring ProtectionShould support for redundancy without using External
switch
Association of LAN
ports
Association amongst LAN1, LAN2 and SFP port –
should be Software configurable
M a n a g e m e n t
Management
a) SNMP based single management application for
entire link consisting ODU and IDU
b) Installation, Configuration, Fault management
through EMS (Local and Remote)
Software Upgrade Should have facility to Software Upgrade over the air
Supported protocols SNMPv1, Telnet, HTTP web based
Upgrade Capabilitiesa) Support Software backup and restore through EMS
b) Multiple sites upgrades through EMS
Compatibility Alarm Alarm indication for Software incompatibility
Performance Monitoring PM logs, event logs and provision for monitor logs must be available through EMS
Management VLAN should support for Management
L 2
QoS including 802.1p,
TOS/Diff ServeShould support QoS with at least 4 level queues
VLANs (Tagged,
Untagged), 802.1q
VLAN transparent; Separate VLANs for service traffic
and Management traffic; Should support Double tagging
u r i t
Encryption AES-128
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 181/368
Section VI. Technical Requirements 30
MAC Authentication MAC Address locking between two radios
P o w e r Power Source Redundant DC -20 to -60VDC
Power consumption < 35 W (IDU + ODU)
E n v i r o n m e n t ODU enclosure IP67
Operating Temperature .-35 o C to 60 o C
Lightning EN 61000-4-5, Class 3 (2kV)
Humidity 95 % non-condensing
B A N D
Supported Bands 4.390 -5.010 GHz
S a f e t y
FCC/IC (cTUVus)UL 60950-1, UL 60950-22, CAN/CSA C22.2 60950-1,
CAN/CSA C22.2 60950-22
E M C / E M I FCC CFR47 Class B, Part15, Subpart B
ETSI EN 300 386, EN 301 489-1, EN 301 489-4
CAN/CSA-CEI/IEC CISPR 22-04 Class B
AS/NZS CISPR 22-2004 Class B
Microwave radio shall support 4-6 GHz multi band capability, primarily it shalloperate in 5.825 – 5.875 Ghz (Un Licensed Band), and shall also operate in nearby
Licensed Band (if reqd.)
Project should not suffer for some remote site interferences in un licensed band.
Multi Band supported equipments are available in the industry NOTE TO THE BIDDER
01 The Bidder shall indicate the make/model in their offer.
02 The Bidder shall furnish the clause by clause compliance statement. In case there is
any Deviation the same should be clearly brought out in the offer.
03 If above equipments/machine requires specific training for operating them, the Bidder
should Ensure that proper training on operations and its maintenance is provided to
each consignees.
04 The confirmation that the stores are meeting the specification should be supported by documents/literature etc.
05 These documents of all stores offered be numbered and attached after all appendices
and the Numbering may be in continuation.
06 All bidders are directed to submit the required certificate i.e. BIS/ISI Mark to check
the standard of items.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 182/368
Section VI. Technical Requirements 31
07 The Repeaters/ Base stations antenna to be installed on a 30 meter angular tower/spun
concrete tower at specified locations of BEOC and FLC
08 Bidder to obtain all necessary WPC /SACFA Clearances. Purchaser shall facilitate with
only a authorization letter09 Bidder is to submit Lab Test Certificate on the parameter mentioned in technical
specifications, from the NABL /ILAC approved Lab. The Certificate must be enclosed
with technical bid. In case offer is received without Lab Certificate same will be
rejected
10 Offered product OEM should have own registered office presence in India to ensure
prompt service warranty support after sales.
2.2 Bandwidth and Internet Requirement
2.2.1 Introduction:
In order to have back bone IP connectivity for SEOC, DEOC and BEOC , the followingBandwidth requirements are proposed at State, District and Block levels, which shall be
riding on existing OSWAN. The bidder needs to procure the bandwidth by using OSWANthrough OCAC (Odisha Computer Application Center). IP addressing scheme shall be
provided by OCAC for all locations.
Bidder shall provide a separate 5 Mbps Internet at SEOC from any Telecom Service
Provider
Bandwidth requirement:
Odisha
S. No Location Number ofLocations
IP Bandwidth requirement
1 SEOC 1 Dedicated 10 Mbps expandable to20 mbps
2 DEOC 6 Dedicated 2 Mbps expandable to 4mbps
3 BEOC 22 Dedicated 1 Mbps expandable to 2mbps
2.2.2 Scope of Work:
2.2.2.1Supply, Installation, testing, commissioning and maintenance from the date of Successful
Operational Acceptance of Bandwidth required at State Level, District Level and at
Block Level.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 183/368
Section VI. Technical Requirements 32
2.2.2.2 An Internet Bandwidth of 5 Mbps has to be provided at SEOC in addition to other
Bandwidth requirement. Internet shall be used to interface with DMR and Mass
Messaging System as well as to send Email to Officers, People, Media Channels TV/
Radio.
2.2.2.3 The bidder shall provide a NMS tool to allow monitoring of status of all the links. The
firewall and IPS shall be required only at SEOC. The bidder is required to connect with
the nearest OSWAN Point of Presence (POP) at State HQ, District HQ and Block HQ.
2.2.2.4 The bidder shall provide the complete details about the last mile connectivity being
offered for the identified above locations
2.2.2.5 The bidder shall propose fully resilient and self-healing network architecture for all the
above mentioned links including last mile connectivity.
2.2.2.6 The price quoted shall include all the necessary equipments viz., routers, switches,
firewall, modems MUX , NMS and any other equipment for successful operation of the
network and to achieve the desired SLA parameters (Network Service availability of
99.9% or agreed mutually)
2.2.2.7 The bidder shall give the list of items with their configurations and specifications, make
and model No. along with qty that are being proposed in the network.
The Modem bank, Router and other network elements shall be securely installed in a
Standard 19” rack.
2.2.2.8 Any item not specified in the BoQ but essential for successful operation of the network
indicated in the scope of work shall be supplied by the bidder
2.2.2.9 Network Management System (NMS) :
The Service Provider shall do proactive monitoring and fault management of the network
on an End–to-End basis remotely from its own Network Operations Center (NOC) and
provide the following link wise report on monthly basis:
Link downtime / Uptime analysis report.
Traffic monitoring, bandwidth utilization report with committed information rate for
all links and all ports.
Network availability reports as per Service Level Parameters defined.
Throughput, Latency, Jitter for all the locations
The Service Provider shall allocate to NDMA, one User-id & Password for web
access to monitor in real time all network statistics and reports as mentioned above.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 184/368
Section VI. Technical Requirements 33
2.2.2.10 Security on Network
The network should be fully secured and should fulfill the security requirements as
per the IT-Act applicable at the time of implementation
The Network should have safeguards and security against unauthorized access,
tapping and sniffing of data on the WAN.
The operation & configuration of routers, last mile equipment etc will be
responsibility of service provider at all locations.
2.2.3 NETWORK ARCHITECTURE
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 185/368
Section VI. Technical Requirements 34
2.2.4 DETAILED TECHNICAL SPECIFICATIONS
Sl.No Specification
1 Bandwidth shall be provided from OSWAN. .Bidder to lay optical
fiber/LAN cable with protection connecting from OSWAN port to DEOC
within the same premises or BEOC within the same building.
2 Connectivity and Internetworking requirements: Broadband-Internet
Connectivity at State, District and Block Emergency Operation Centre-IP
3 Connectivity will further be interfaced with the Digital Radio
Communication with the help of IP repeaters.
4 9U Wall Mountable Rack : 19 inch 9 U rack, with FAN, Power distribution
channel, front glass door with lock and key, Cable Management Channel ofrenowned brand.
19” 42 U Racks: Specifications mentioned at 2.10.4 under Technical
requirements -section VI
5 Power Strip : 5-way, 230 V
6 Supply, Installation, Configuration, Commissioning and Maintenance of last
5 MBPS INTERNET
OSWAN NETWORK
2~4MBPS
10~20
MBPS
1~2
MBPS
Block HQ
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 186/368
Section VI. Technical Requirements 35
mile, modems, last mile equipments etc. during contract period
7 Provisioning of Last Mile from the EOC location to the OSWAN nearest PoP.
8 The network should be fully secured and should fulfill the securityrequirement as IT – ACT applicable during contract period.
9 Configuration Management: Service Provider shall take regular backup of
configuration of all the CPE devices. Proper configuration management should be implemented. Any configuration change shall be undertaken after advance
intimation to and consultation with NDMA and after analyzing the impact ofthe change.
10 IPv6 Compliance: The network should be fully IPV4/ Ipv6 compliant. So thatif required in future NDMA will procure IPV6 addresses on the Internet lines
which they will be hiring it from the successful bidder. It should be possible torun both Ipv4 & Ipv6 concurrently on the network. Internet IP Addresses for
both IPV4 & IPV6 are to be provided (if required)
11 The proposed network should support voice over IP/ Video Conferencingapplications.
For better scalability, flexibility & inter-operability, the service provider shallrun Dynamic routing protocol in the network.
12 The network should offer Quality of Service (QoS) for various applicationsrunning in the network. It should also be possible to prioritize certain traffic on
these links. The QoS required by NDMA will be communicated at the time ofimplementation as per their application.
13 The Service Provider should provide facility of single toll free no. acrosscountry for logging complaints/service requests.
14 The solution should be scalable to meet future requirement of State
Government as and when required and other features pertinent to minimizingoverall system obsolescence during contract period.
15 State Govt. will provide space & AC power supply points at a common placefor end equipments like router, modem, DLC, RF equipment, etc, at all
locations.
NOTE TO THE BIDDER
01 Bidder to provide the Power Cable up to the nearest AC Power Supply Point.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 187/368
Section VI. Technical Requirements 36
2.3 Satellite Based Mobile Voice Data Terminal:
2.3.1 INTRODUCTION:
Satellite Based Mobile Voice Data Terminal (SBMDV) terminals are compact and
lightweight. They can be carried as easily as a laptop, with the smallest weighing less than
1.5 kilogram. SBMDV shall be accessible worldwide. It delivers voice and broadband data
connectivity to users wherever they are on the planet. SBMDV services shall be delivered
via the Inmarsat-4 network. The service is accessed via SBMDV Launch Pad, a software
interface, which is standard across all SBMDV terminals. SBMDV is accessible via a range
of small, lightweight satellite terminals, which provide performance options to suit
different operational needs. They can be used both indoors and outdoors, being robustenough to withstand challenging environments and extremes of temperature.
Integrating seamlessly with your corporate network, it supports legacy applications while
providing a smooth upgrade path to IP.
Inmarsat has vast experience in providing secure communications to military and
government customers. SBMDV meets these exacting requirements and supports all major
VPN products and encryption standards.
Satellite Based Mobile Voice Data Terminal (SBMDV) terminals which can be used in predisaster and in particular Post disaster scenario when all the existing Communication
Networks fail.
2.3.2 SCOPE OF WORK:
Supply, installation, integration, testing and commissioning of SBMDV Terminals with
necessary accessories and maintenance (2 years under warranty and 3 years under AMC
from the date of Successful Operational Acceptance).
The bidder shall carry out the liaisoning activities with DOT/ Wireless agencies and assist
State govt. in getting the appropriate Approvals/ Licenses from DOT/ Wireless bodies.
The Bidder to ensure the availability of Gate way from any Service provider in India for
procuring the services through INMARSAT for Satellite Data Voice Terminals
The bidder shall liaison with the Gateway Service provider to work out for the annual
subscription plans.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 188/368
Section VI. Technical Requirements 37
2.3.3 DETAILED TECHNICAL SPECIFICATIONS
Sl.No Particulars Specification
1 Simultaneous voice and data A single SBMDV terminal provides simultaneous
voice and broadband data up to 464 kbps, enabling
you to access the internet or send email, and talk
on the phone at the same time.
2 Global coverage SBMDV is available across the globe, with the
exception of the extreme polar regions, providing
connectivity wherever your business or operations
take you.
3 Reliable network SBMDV services shall be delivered via the
Inmarsat network, with 99.9 per cent satellite and
ground network availability.
4 Reliable L-band service SBMDV Link’s connection is maintained even
during extreme environmental conditions. Its L-
band radio technology gives it a high degree of
pointing tolerance even during strong winds or
seismic activity.
5 Secure SBMDV meets military and government
requirements for security and supports all major
VPN products and encryption standards.
6 Totally flexible Supporting the latest IP services, as well as
traditional circuit-switched voice and data,
SBMDV integrates seamlessly with corporate
networks and legacy applications.
8 Full channel streaming rate SBMDV will provide a minimum throughput of
464 kbps or more with its full channel option,
10 Cellular failover SBMDV shall also be used as a dependable back-
up solution to cellular bonding
11 Easy to use No technical expertise or training is needed to set
up and use SBMDV. The terminal is plug and
play, so you can establish a connection within
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 189/368
Section VI. Technical Requirements 38
minutes.
12 INTERFACES Ethernet, USB host interface
SBMDV SIM Card Slot
WLAN 802.11b/g/n13 Applications Telephone and SMS
Broadband Internet and intranet access
Email and file transfer
Video conferencing
Live video / audio, broadcasting
Secure VPN
Encryption
WAN
VoIP and remote GSM FTP
WAN
Time Critical Data Transfer
Store and Forward Video
14 Other features
App for IOS and Android The App shall include a SIP Softphone convertingyour SmartDevice into a satellite phone, Terminal
Access to control your SBMDV and Pointing
Assistance.LTE Modem for USB With the LTE Modem one can connect local
cellular networks and use the SBMDV as wirelessrouter for all the devices Viz Laptop, Printer
Smartphone etc
15 Other parameters
Dimensions Size: (H x W x D) 202 / 202 / 51.8 mm
7.8 / 7.8 / 1.6 inches
Data capabilities Standard IP: Up to 464 kbpsStreaming IP: 32, 64, 128 kbps
Voice capabilities Standard voice: 4 kbpsPremium voice: 3.1 kHz audio, 64 kbps
Text capabilities 160 characters
Weight Less than 1.5 kg (incl. battery)
Global Services Voice: 4 kbps
Premium voice: 3.1 kHz audio, 64 kbps
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 190/368
Section VI. Technical Requirements 39
Standard IP: Up to 464 kbps
Streaming IP: 32, 64, 128 kbps
SMS: Supported
Operating range
Storage range -40°C to +80°C
-40°F to +176°F
Temperature Operational (ambient):-25°C to +55°C / -13°F to
+131°F
Storage (excl. battery): -40°C to +80°C / -40°F to
+176°F
Power Supply DC input range: 10-32VDC
AC/DC power supply:
Input: 100-240VAC, 47-63Hz, 65W
Output: 19VDC
Connector type: 2.5 / 5.5 mm power jack
Humidity Tolerance 95% non-condensing
at +40°C/+104°F
Battery Battery: Lithium ion, rechargeableStand-by time: 36 hours
Transmit time, max.: 2h30m @ 128 kbps
(25°C / 77°F)
Receive time, max.: 3h30m @ 128 kbps
Recharge time: Less than 3 hours
Accessories • Polemount• 100-240VAC power supply
• Car Charger cable• 4G USB Modem
• USB to Ethernet Converter Cable
NOTE TO THE BIDDER
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 191/368
Section VI. Technical Requirements 40
01 The The bidder has to pay the Airtime in prepaid format with minimum recharge
of Rs. 10000/- (with 1 year validity per year of operation) ie for two years. The
purchaser shall reimburse for the extra Airtime utilized to the bidder after one
year prepaid/postpaid validity expires / usage whichever is earlier.
2.4 Mass Messaging
2.4.1 Introduction:
Mass Messaging is a warning and alerting system that can be used for effective
communication with different stakeholders/ Communities/ Population in an emergency or
disaster situation
Mass Messaging system aims to send the Alert messages in the form of Text SMS and
Voice SMS to the predetermined Officials of State Govt departments/ First responders
who play a role in averting or mitigating disaster effects. It also sends Communication to
alert the population and tourists in specific disaster prone areas in an efficient and timely
manner to prevent loss of lives and property taken before any disaster going to happen. It
comprises of two components
a. Group based SMS
Group Alert based Message Solution which will send messages in the form of
SMS/Voice messages to pre-determined set of phone numbers.
SMS and Voice messages will be sent in 3 languages English, Hindi and Local language
(Oriya) so that the community can understand the same. Such messages will go the
Media Broadcast Stations even which will broadcast the said warnings on the AM/FM
Radios & TV. Such a System will encompass Alerting / Notifying known individuals,
simply by sending to a group database.
In addition, a native mobile app must be made available for IOS and Android platform to
send Group alerts
b. LBAS (Location Based Alert system)
Location Based Alert System (LBAS) allows for sending text messages (SMS) to all
mobile subscribers, and covers both national subscribers and international roamers
whosoever present in the vulnerable area to be affected by Cyclone or any other Disaster.
In LBAS, the user is able to draw a polygon of a particular area through GIS map and
send alerts to all people who are present at the time inside the polygon. On the other hand
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 192/368
Section VI. Technical Requirements 41
location based method sends alert to people based on their real-time location at the time
of sending the alert.
As said earlier, SMS technology can be used to send alerts in this method. Typically,
choice of channel in this context can be determined by time to impact of the event. This
can help in saving lives in the event of a natural or man-made disasters / emergencies.
The system has been designed to ensure effective communication before, during and after
an emergency situation
2.4.2 Scope of Work:
2.4.2.1 The Bidder shall submit a complete proposal for the supply, delivery, installation,
commissioning and maintenance (2 years under warranty and 3 years under AMC
from the date of Successful Operational Acceptance) of the Mass Messaging system
on a Web based Software as a Managed Services model
2.4.2.2 The Bidder shall ensure the setting up of required IT infrastructure and integration at
bidder’s Data Center and TSP premises to work the solution on Managed Services
Model.
2.4.2.3 The Bidder shall need to submit letter of agreement from TSP specifying compliance
with the relevant functionality related to Mass Messaging Solution
2.4.2.4 As part of the Transition-Out at the end of the term of the Contract, the Bidder will
need to provide:
All system information, data and content including message templates, archivaldata and distribution lists in a format suitable and approved by State Govt.
Support for the migration of the complete managed services solution to a newenvironment, if required.
It is the Bidder’s responsibility to remove the critical messaging solutionenvironments including information, data and content from their infrastructure in
a secure way after completing the transition out process. All costs associated withactivities conducted as part of the proposed Transition-Out plans will be absorbed
by the Bidder
2.4.2.5 Requirement Study, Customization and deployment of Web based Mass MessagingApplication for sending the Group Based and Location Based Alert Messages
2.4.2.6 The bidder shall update the mobile data of government officials, villagers, fishermen,
tourist hotels etc for Group Based Text & Voice SMS in consultation with the
Purchaser on monthly basis.
2.4.2.7 For the Location Based Alert System to work, integration is necessary with minimum
of 3 Telecom Operators (eg BSNL, AIRTEL, VODAFONE, IDEA, RELIANCE etc)
in the country. There is no violation of privacy, as all information stays inside the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 193/368
Section VI. Technical Requirements 42
operators’ networks. After an area is demarcated through GIS in the application, it will
be sent to the Location Based Component (for SMS) installed at the mobile operators
site. The Location component (for SMS) calculates cells cover the area through their
BTS’s installed at that particular areas, finds the subscribers connected to the cells and
makes sure the messages are sent with the highest possible capacity without causing
network overload or congestion.
2.4.2.8 Integration with multiple channel systems: The proposed application shall have
capability to be integrated with the following:
Broadcast Radio operators in the region, DTH operators
Facebook / Twitter
CAP Compliant systems
SMS service providers
Mobile Apps
Sirens/ PA systems
Cell Broadcast of the TSP’s.
2.4.2.9 The Bidder shall also highlight the required annual recurrent costs (e.g. software
license renewal cost, connectivity cost, additional cost from Telecom Operators and
maintenance cost).
2.4.2.10 Reliability and timeliness:
The messaging Platform must support transmission of large scale messages to
multiple users in multiple mobile networks.
The messaging Platform must support acknowledgement base mobile
messaging with guaranteed message delivery information.
The messaging Platform must give commitment to service levels with
guaranteed delivery times
Secured & trusted environment:
All the above components must be delivered with redundant hardware and
software to ensure an uptime of 99.9%
2.4.2.11 Mass messaging solutions provider will be responsible for the integration with 3 TVchannels and 3 Radio channels which includes customizations/modifications to be
carried out by that 3rd party system (TV, radio, etc) for direct display/broadcast of
warning message.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 194/368
Section VI. Technical Requirements 43
2.4.3 Network Architecture
2.4.4 DETAILED SPECIFICATIONS
2.4.4.1Group Based SMS:
Sl.No Specification
1 System shall use standard HTTPS port for sending alerts. For high security service
provider must also supports SSL layer for transferring information
2 The text messages/ Voice SMS will be sent in 3 languages (Hindi, English and
Oriya), 6 times a day 3 days in advance before arrival of the cyclone. Voice SMS
means pre recorded voice message of fixed duration which the system should be
able to trigger for selected groups. System should be able to capture DTMF
responses if any by recipients, to this voice alerts. These responses will then need to
be collated and displayed in the reports.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 195/368
Section VI. Technical Requirements 44
3 The system shall have capability to save pre-defined messages in a message library.
These messages can be pulled into the alert sending screen, during the alert send
process.
4 It must be possible send an alert to one or several groups / sub-groups at the sametime.
5 It must now be possible to automatically send alerts over voice channel to mobile
phones and fixed phones.
6 The alert message for voice calls should be possible to pull from the message library
(pre-defined messages).
7 It must be possible to voice play (over the phone call) a written text message using
text to speech function.
8 If a receiver misses a voice call, he may call back the number from which the call
came. In such an event the system must playback the message meant for the user,
when the call is received by the system
9 It is vital that system has load balance and congestion control ability within the
PSTN (Public Switched Telephone Network). Congestion control system monitors
the fixed phone network to check if there are any indications of overload or
congestion during alert sending and optimize the delivery accordingly.
10 It should be possible to report all kind of technical statuses back to the user like: call
complete, line busy, call failed etc.
11 It must be possible to configure the number of retries (in case of no response) that
should be attempted for a contact for a voice call.
12 It must be possible to retrieve technical status of all SMS deliveries: delivered / not
delivered / pending / queued etc.
13 It must be possible to resent an alert to all recipients that have a particular status. For
eg. Resend an alert to all people that had the status of line busy
14 It must be possible to publish messages to pre-defined Face book pages and twitter
handles, using the web based system, without having to login to twitter or Face
book.
15 The system must have a live and simulation mode. Simulation mode must simulate
an alert send process without actually sending an alert. This could be used for
training and demo purposes
16 It must be possible to configure the time line for alert cancellation (eg. If the calls do
not get completed in one hour, terminate the process and free up the lines and
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 196/368
Section VI. Technical Requirements 45
capacity)
17 The text to speech function must support English, Hindi and local language.
Different configuration will be required for the two languages
18 The alert message is converted in to SMS and shall be stored in Database for future
usage
19 The list of recipient’s Mobile numbers shall be stored in Database on department
wise.
20 Shall be able to Send SMS to any SMS capable mobile phone on supporting
networks
21 Customize address book by adding important contacts and saving recently used
numbers .
The system should be capable of creating a group database in which unlimited
number of groups and sub-groups of personnel can be created with their contact
information.
22 Send one SMS to multiple mobile numbers or address-book contacts
23 Get delivery or failure reports for each alert message with Date and Time Stamp
24 Create, Edit, Reply, Forward, Export, Delete or Send SMS messages
25 Create, Edit, Reply, Forward, Export, Delete or Send SMS messages
26 System shall maintain a log of who received the message/ not received/ failed etc.when message was sent.
The status of log to be displayed in the TV screen on GIS platform in green /orange /
red for the SMS read/received/not read etc .
Send SMS messages to user-defined groups of individual
27 System shall be able to send SMSs on priority bases
28 The MIS will have the following features:
29 View the message text, time stamp, ‘from’ alphanumeric field and ‘destination’
number for any specific User id or time duration. All MIS reports can bedownloaded in .CSV format that can be read in MS Excel
30 Quality of Service
I Service provider will ensure a high quality of service. Servers deployed should have
In – built redundancy and failover mechanism
31 Documentation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 197/368
Section VI. Technical Requirements 46
i Service provider will provide AICTE with documentation in the form of User
Manual
ii And Installation Guide that will help install the software in local desktops and use
the same with ease.
Iii The softcopy of the updated list of Mobile data for group Based Text and Voice
SMS shall be handed over to the Purchaser on monthly basis.
32 Confidentiality
i Service Provider will undertakes that it shall not disclose, divulge or reveal any
information, including the mobile number and the text of SMS sent, that it may have
gained or otherwise acquired from NDMA/ State Govt. by virtue of or as a result of
the Implementation of the aforementioned SMS services and shall ensure that the
same is kept secret and confidential at all times
33 Technical Support
i Service provider would provide technical support on all working days over the
phone and email. For the same, bidder/ Service provider would be provided with a
contact number and a contact mail id at which the contact person can get in touch in
case of any problems with regard to the service of sending/receiving SMS
ii The service provider shall forward all SMS in the same form as is received by it
from NDMA. Further, NDMA takes responsibility for content of all SMS sent and
shall not send any unlawful or unsolicited SMS contents from any of the user
accounts. However, the service provider on its part will ensure that all requisite
certifications and processes are in place which ensures that data integrity ismaintained at all the times at its premises. In case of any breach, the Service
Provider will intimate NDMA of such a breach along with the actions taken and
extent of data compromised
2.4.4.2 LBAS (Location Based Alert system):
1 The System shall allow geographically localized SMS broadcasts, including those
that may be time-critical in nature, to be sent to mobile numbers that need not be
pre-registered in the System, but are automatically “polled” from the Telco’s
network based on their last known location.
2 The Bidder shall provide the required Computer Hardware viz. Application Server,
Web Server, Database Server, for initiating the targeted broadcasts through secured
web interface on a Managed Services Model
3 The servers to be provided in redundant mode such that there is no single point(s) of
failure for the System where ever applicable
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 198/368
Section VI. Technical Requirements 47
4 The Bidder shall provide required Computer Hardware at Telecom Operators sites
for broadcasting the SMS to the targeted areas of population which are demarcated
at State emergency Operation Center (SEOC).
5 A Graphical User Interface (GUI) shall be provided to allow Users to demarcate oneor more areas on a digital map of Odisha through GIS.
The text SMS shall be sent in 3 languages (Hindi, English and Oriya),
6 The system shall further act as a gateway for terminals to securely communicate
with equipment to be installed at Telecom Operator(s) site
7 The System shall further allow users to compose both ‘live’ and canned messages.
These messages can either be saved in the System for future retrieval or sent to the
mobile users within the demarcated area(s) through the Telecom Operators
8 The system shall provide the ability to general public to register themselves toreceive alerts for a set of pre defined regions (e.g. districts) even if they are not
present in that region at the time when the alerts are sent.
9 The Bidder shall ensure with the Telecom Operators that the targeted SMS’s are to
be sent on priority bases to avoid the delay/ congestion.
10 The location data should be as real time as possible – it should reflect in the mass
messaging system as soon as the operator is able to register the location change
event of subscribers, in their network.
11 Solution should not require any configuration to be done at subscriber's handset and
must work on all types of mobile phones including non-smartphones
12 The system shall store the list of recipients of previous location based alerts
(previous 10 days) and provide the ability to send update notifications to that storedlist which shall be easily identifiable.
13 It must be possible to retrieve technical status of all SMS deliveries: delivered / not
delivered / pending / queued etc.
14 The LBA functionality must ensure that congestion is avoided in the telecom
operator’s network, by load balancing or other techniques.
15 Further, the LBA system has the capability to give an overview of the number ofsubscribers affected (located within a given area), to be able to enhance the rescue
and planning process. The system gives an indication of the number and nationality
of people in the affected area. The service provider should provide all redundant
inter-connection links between the alert software and the telecom service provider’s
network
16 Services located at the premises of the Telecom Operators, responsible for the
localized broadcast of SMS messages to one or more geographical areas within
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 199/368
Section VI. Technical Requirements 48
Odisha(i.e. location-based SMS broadcast).
Equipment installed at the Telecom operators that is dedicated for Client’s (Odisha
Govt) use to ensure that Performance and Availability Requirements are met can be
highlighted
17 The Bidder shall submit a proposal for all the requirements stated in these
requirement specifications. Any proposal to supply only parts of the requirements
shall be considered incomplete and shall be deemed invalid
18 Data Privacy: the Subscriber information shall not be allowed to go outside the
respective Telecom network at any time.
19 All other necessary equipment, software, cabling, connections, and services for the
functioning of the System for implementation are to be ensured by the Bidder
NOTE TO THE BIDDER
01 The customized Software should be handed over to the purchaser .
02 The softcopy of updated Cloud based Data Backup Storage for Logs, mobile data of
government officials, villagers , fishermen, tourist hotels etc for Group Based Text &
Voice SMS shall be handed over to the Purchaser on monthly basis.
03 Bidder shall furnish the clause by clause compliance statement. In case there is any
Deviation the same should be clearly brought out in the offer.
04 The Bidder shall integrate the System at SEOC at Bhubaneshwar, Odisha.
05 Bidder shall be paying the activation charges for the SIM card inside SEOC for GSM
Connectivity for two years after successful commissioning and acceptance of the
system. The bidder shall include the cost of sending upto 5 Lakh text SMS ( including
group and location based SMS) and one lakh Voice SMS per annum, beyond that
purchaser shall borne the actual usage charges on actual basis.
2.5 Universal Communication Interface
2.5.1 Introduction
The Universal Communication Interface system utilizes the key concepts of
interoperability, reliability, scalability and portability to ensure that personnel from
different disciplines, jurisdictions, organizations and agencies are able to communicate
with each other instantly. For example, communication between first responders such as
police, disaster rescue forces, fire brigades that use wireless communication systems
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 200/368
Section VI. Technical Requirements 49
mostly equipment operating in Very High Frequency (“VHF”) band and administrators
on Cellular network or terrestrial satellite based Very Small Aperture Terminals
(“VSAT”), should be possible with Voice over Internet Protocol (“VoIP”) based
Universal communication system.
2.5.2 Scope of Work
Supply, delivery, installation, commissioning and maintenance (2 years under warranty
and 3 years under AMC from the date of Operational Acceptance) of Universal
Communication Interface at State Emergency Operation Center (SEOC).
The system should include universal communication interface based on common (e.g.
VoIP ) switching for voice call connectivity across various technology based equipments
such as VHF radio, VSAT, VoIP calls on IP-VPN etc. The system should provide facility
to interface communication technologies mentioned above for mainly voiceintercommunication. The bidder’s system should include Interface conversion cards /
software systems to bring different systems on a single VoIP platform and VoIP gateway.
2.5.3 Network Architecture
2.5.4 DETAILED TECHNICAL SPECIFICATIONS
Sl.
No
Specifications
1 General.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 201/368
Section VI. Technical Requirements 50
The radio Inter-portability system should interface with any combination of 2-way
radios (HF, VHF and UHF), cellular/landline telephones, SATCOM, SIP/VoIP phones
and RoIP users over LAN/WAN networks while allowing multiple simultaneous two-
way conversations or conference calls between the above. The system must have 4
universal slots minimum capable of supporting different connections. The system should
support E1/PRI interface and VOIP Interface for networking with other systems.
2 Operational Requirements.
The Inter-portability system should be capable of the following :-
a Interfacing the various 2-way radios sets in HF, VHF and UHF bands in use.
b The system should be capable of interconnecting the above radio networks to achieve
Local area Interoperability at the level of a Unit/Formation HQ.
c The system should allow interfacing with remote radios over various transmission mediasuch that leased line, LANs, WANs or the internet.
d The system should be capable of deployment as a tactical reaction package, a mobile
Interoperability platform or a fixed station dispatch solution.
e The system should be capable of interconnecting with almost any type of radio through
a multitude of specially designed radio interface cables for radio sets RS STARS
V(5W & 25W, Mk-I and Mk-II), TADIRAN PRC HF SET, TADIRAN CNR VHF SET,
HHRS ,MSS(Mobile Satellite Station) etc.
f The system should support Radio over IP (RoIP) in addition to SIP-based VolP
capability to allow use of WAN of above stated radios by transporting digitized audio
along with control signals (PTT/COR/DTMF). The RoIP capability shall be optimized
for radio performance, and be capable of operating transparently over an IP network.
g The System must allow users to interface a wide array of radios of all types by selecting
appropriate cables from an interface cable cache defined during the contingency
planning portion of a site survey. The system must be designed to allow interconnection
and operation of a newly arrived radio (with appropriate cable available in the cache) in
less than fifteen (15) minutes.
h The Interoperability system should be capable of cross-connecting any or all of theinterfaced radios to public telephone network (PSTN), to private access to branch
exchanges (PABX), to SATCOM terminals, and to Cellular (GSM/CDMA) circuits.
i The system should cross-connect an encrypted radio network together seamlessly.
j The Interoperability system should be capable of interconnecting minimum 8 (8 nets
supporting 128 cross connections) communications systems in each chassis. The unit
should also support unrestricted number of conference calls involving any and all
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 202/368
Section VI. Technical Requirements 51
connected phones/ radios/ terminals/ users.
k Should be a compact ruggedized unit suitable for tactical use in both static and vehicular
role.
l The system should support 64 SIP/VoIP phones for local and remote commanders and
users. The VoIP support must reside on the CPU/controller card
m The systems must allow configuration of custom dialing plan.
n The systems must allow support for speed dialing.
o It must be possible to interconnect multiple CNR Gateway units at different zones over
IP WAN network to form a large interoperability domain made up of multiple zones. A
user from one zone should be able to call another user in the same zone and a remote
zone seamlessly.
p The Universal Communication Interface should be supplied with the following
interfaces :-
i.
ii
iii
iv
v
vi
vii
viii
2 ports for Radio connections.
2ports for FXO/FXS. The system must be able to configure any of the four ports as
FXS or FXO.
2 ports for GSM/CDMA network connectivity with one on the GSM network and one
on the CDMA network.
2 E1 PRI ports for connection to ULSB and/or PABX type equipment.
64 VOIP connections for supporting VOIP phones and connect other Universal
Communication Interface to this Universal Communication InterfaceOne Operator VOIP Console software license must be bundles with each
Universal Communication Interface unit. This Operator Console VOIP phone must
have a graphical Human Machine Interface (HMI) that supports physical switch or
Finger-on-Glass PTT methods and shows status of all connected interfaces, shows all
connections in progress and displays speed dial numbers to reach various interfaces with
minimum touches or clicks.
The Unit must support one copper 10/100 BT Ethernet port as the IP network
connectivity port.
q System Operation and Management.
i The system should perform either as an unmanned gateway or as a manned gateway
while providing Interoperability over multiple radios. The system should allow users to
form multi-party conferences in the unmanned mode as well as in the manned mode. It
should allow remote DTMF control of to add additional users / phones / radio nets /
terminals into the conversation to form an ad-hoc multi-party conference without any
operator assistance.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 203/368
Section VI. Technical Requirements 52
ii The system should have public telephone interface feature should be designed to permit
commanders to participate in problem management of an Interoperability solution when
not on scene.
iii The system should allow remote DTMF control of cross-connect over RF links, over phone circuits, over PBX circuits, over SATCOM paths and over cellular channels to
establish two-party or multi-party sessions.
(a)The system should use a software control package compatible with LINUX and
latest Windows operating system to provide a user-friendly GUI (Graphical User
Interface) depicting system operation and allowing programming of features.
(b) This Windows-based software control software package shall allow connecting
and disconnecting of an Interoperability channel with any other Interoperability
channel.
I The Interoperability system should also include an Ethernet remote control
interface allowing the required computer control software to operate from multiple
dispatch locations simultaneously.
iv The System must should be equipped with networking capability to allow control of
multiple Universal Communication Interface from multiple computers simultaneously in
a wide area Interoperability format.
v The system should allow the interconnection of multiple radios at one site with multiple
radios at another site by simultaneously networking together two or more Universal
Communication Interface units.vi The system should permit programming of all radio interface features, as well as phone
interface features and SATCOM interface features. This software should keep an
historic log of all Interoperability transactions referenced to time of day, shall permit
password protection of all critical features, and shall allow priority access and rejection
relative to individual passwords.
vii The system should support Built In Test Equipment (BITE) facility.
r Power Supply.
Equipment should operate on mains 230V AC / 50 Hz Power input but can be suppliedto support either 12 VDC and 24 VDC supply input .
s The system must be protected against reverse voltage.
t EMI/EMC Compliance
u Should perform in noisy EMI/EMC environment and be designed to comply with JSS
55555 Table L2B environmental test parameters.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 204/368
Section VI. Technical Requirements 53
v Features.
The system should have controller software to provide full system status and control
from a PC, locally or remotely over an Ethernet network.
w Radio Interface Cables.
(i) 4 radio interface cables for customer specified radios with the length of 5m must be
provided with each unit.
NOTE TO THE BIDDER
01 The customized Software should be handed over to the purchaser .
02 The Bidder shall integrate the System at SEOC at Bhubaneshwar, Odisha.
03 Bidder shall furnish the clause by clause compliance statement. In case there is any
Deviation the same should be clearly brought out in the offer.
2.6 Alert Tower Siren System
2.6.1 Introduction
The proposed system is a three tiered system. Tier 1 is the State Emergency Operations
Center- SEOC. It is the main command and control center located at an area of the state
with least probability of an occurrence of a cyclone. There is only one SEOC in the state.Tier 2 is the Block Emergency Operations Center – BEOC. One BEOC is situated in each
Block. Tier 3 is the Remote Terminal Unit (RTU) with Horn Speaker at Cyclone
Shelter/Tourist Locations.
The endpoints in the system are the Alert Siren with Remote Terminal Unit (RTU)
situated in areas vulnerable to cyclones. Presently these are proposed at the Tourist
Location/Sea Beach and the Cyclone Shelters (CS). The speaker Horn of Remote
Terminal Unit (RTU) to be installed on minimum 5 meters pole with outer diameter of
4.5 inch on rooftop of Cyclone Shelters (CS) building or 2 storied buildings supported by
guy wires. Otherwise, 15 meter Angular Tower/Spun Concrete Tower is to be erected
on ground where single storied building is available. The speaker system of Remote
Terminal Unit (RTU) should be of 600 watts or more.
An alert can be in the form of:
1. A siren sound
2. A prerecorded announcement
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 205/368
Section VI. Technical Requirements 54
3. A live announcement
The SEOC controls all the BEOCs and all the RTUs. The BEOC controls all the Remote
Terminal Unit (RTU) in the same Block.
The SEOC shall be connected to all the BEOCs via an IP backbone and to all the RTUs
via the public cellular network. The BEOCs shall be connected to the RTU via a VHF
link and also via the public cellular network.
The SEOC can initiate an alert on an individual RTU of the state , all RTU in Block or all
the RTUs of the state. To initiate an alert the SEOC can send the alert signal directly to
the RTUs over the pubic cellular network and over the VHF network via the BEOCs.
The BEOC can initiate an alert on an individual RTU, a group of RTU in Block or all theRTUs of the Block. To initiate an alert the BEOC can send the alert signal to the RTUs
over the pubic cellular network and over the VHF network.
The SEOC controls all the BEOCs and all the RTUs. The SEOC shall be connected to all
the BEOCs via an IP backbone and to all the RTUs via the public cellular network.
The SEOC can initiate an alert on an individual, all RTUs in Block or all the RTUs of the
state. To initiate an alert the SEOC can send the alert signal directly to the RTUs over the
pubic cellular network or over the VHF network via the BEOCs.
The range of the VHF coverage from the RTUs is about 10-25 kms depending on site
conditions. Due to this distance limitation the SEOC cannot send the warning signals
directly to the RTUs over the VHF network. In case the cellular coverage is not present at
the RTUs the SEOC can send the warning signal using the VHF network via the base
stations installed at the BEOCs. To reach the BEOCs the SEOC utilizes the IP backbone
that connects the SEOC and the BEOCs.
IP based WAN connectivity to connect to the SEOC. The bandwidth requirements at
BEOC shall be Downlink – 512 Kbps Uplink – 512Kbps.
The operator can send alert and warning signals to the desired locations using a GIS
based GUI software. At SEOC the software system is installed in hot-standby so that in
the event of one computer being non-operational the other computer can be used.
The BEOC controls all the RTUs in the same Block only. The BEOCs are connected to
the RTUs via a VHF link and also via the public cellular network. The BEOC can initiate
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 206/368
Section VI. Technical Requirements 55
an alert on an individual or all the RTUs of the Block. To initiate an alert the BEOC can
send the alert signal to the RTUs over the pubic cellular network and over the VHF
network.
2.6.2 Control Station
The Control Station provides a centralized location for activating, controlling, and
monitoring all system equipment. The Control Station should have the ability to
broadcast live public address, pre-recorded messages and siren tones. The Control Station
shall be placed at SEOC and BEOC. The Control station should have window based
software user friendly, graphical user based interface for overall control ,monitoring and
to display the map & colour coded icons for status of RTU/AWT locations/sirens. It
should also support the ability to display an unlimited number of different map views.The operator from Control Station should be able to alert/annunciate any RTU within the
state by using GUI. The Control station software should have graphical representation of
entire RTUs of the state. The software should have complete storage of all RTU status
and alarm data. The software system is installed in hot-standby mode at SEOC so that in
the event of one computer being non-operational , the other computer can be used.
Computer with 19 inch monitor shall be provided for ease of operation by the Controller.
The controller must support the ability to initiate concurrent or sequential activations
including the ability to simultaneously send activations to different targets. The software
should br password protected or adequate security to avoid any unauthorized access to
the system. The operator can send alert and warning signals to the desired locations using
a GIS based GUI software. Microphone, , SIM Card, and associated hardware etc as
needed which are integral part of the system ,shall be provided. The CS software must be
capable reconfiguring alarm records of the Sirens remotely over available communication
path with out requiring onsite visit. It must support the ability to report faults or trouble
alarms via email and SMS text to maintenance personnel.
The Cost of the Control station software shall be paid one time which shall include the
user license usage for all BEOC without any additional cost of software. Purchaser shall
pay only the additional hardware cost at BEOC.
The facility to record the live voice messages and to broad cast the recorded voice
messages as well as to broad cast real time voice messages shall be available at SEOC
and BEOC.
The SEOC controls all the BEOCs and all the RTUs. The SEOC is connected to all the
BEOCs via an IP backbone and to all the RTU via the public cellular network.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 207/368
Section VI. Technical Requirements 56
The SEOC can initiate an alert on an individual siren automatically or override the
automatic activation in the event malfunctions occur or cancel an activated message to all
the RTUs in a 56Block or all the RTUs of the state. To initiate an alert the SEOC can
send the alert signal directly to the RTUs over the pubic cellular network or over the VHF
network via the BEOCs. Remote testing the sirens totally or silent test feature shall be
available.
Hot Standby mode for BEOC Control Station is not required and can be taken care by
only one Computer with 19 inch monitor or dedicated specialized hardware with inbuilt
display. But other systems should be installed in BEOC.
The BEOC controls individual RTU or all the RTU in the same Block. The BEOCs are
connected to the RTU via a VHF link and also via the public cellular network. TheBEOC can initiate an alert on an individual or all the RTU of the Block. To initiate an
alert the BEOC can send the alert signal to the RTU over the pubic cellular network or
over the VHF network. BEOC should have 30 meter self supporting Tower, earthing pit,
RF cable with surge protection, Omni directional VHF antenna, 25W VHF base radio etc
for setting up VHF link with RTU. VHF System signaling method should be FFSK and
encrypted for protection from unauthorized usage, .
Bidder shall be paying the rental, usage and activation charges for the SIM card inside
Control Station for GSM/ GPRS Connectivity. The bidder shall pay upto 20 hours per
SIM card talktime/ Data usage charges per annum, beyond that purchaser shall borne the
talktime/ Data usage charges on actual basis.
2.6.3 Remote Terminal Unit (RTU)
The RTU should receive and decode warning instructions sent from SEOC or BEOC via
the cellular Network (GSM/GPRS) or the VHF network to either directly or by activating
prerecorded message, initiate broadcast of warning messages through the audio system.
On receipt of a valid warning signal the RTU plays the alert signal over a high powered
speaker for a pre- determined duration. Siren/ Voice Announcement can be initiated
through Control Station. The RTU to Control Station medium can be Cellular Network(GSM/ GPRS) and the VHF network. When medium is Cellular Network (GSM/ GPRS)
,the Control Station can be one or more than one and also can be located anywhere eg
SEOC and BEOC.
The bidder will have to design VHF radio network at BEOC and RTU Location with
VHF radios. Each RTU Siren may work as a VHF repeater. The bidder need to carry out
survey for establishing VHF link. VHF tower installation preferred locations shall be
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 208/368
Section VI. Technical Requirements 57
BEOC and Fish Landing Centres (FLC). Obtaining VHF band allocated and establishing
VHF link shall be bidders responsibility. VHF licensing fees shall be paid by the bidder.
Bidder has to obtain the SACFA and WPC Clearances from DOT . Purchaser (Owner)
shall assist in only giving authorization letters .
The communication terminal in the RTU must be tropicalised and should be able to
operate under all kinds of weather conditions. The RTU with battery should be housed in
IP65 Stainless Steel cabinet with lock & key arrangement. The unit should send encoded
information on available communication channel (GSM/GPRS/VHF media) regarding
health of equipment at warning tower and quality of performance remotely activated
status check of the system to Main Controller at the SEOC. Health Status Check for Alert
Sirens shall be included through low volume testing at regular interval. The configurable
parameters of the encoder /decoder programming must be possible through an external
port (e.g RS –232).Each remote unit shall work off backup battery (maintenance-free) foraudio amplifier / driver system .Optional local control should be available for manual
operation of warning broadcast for local community.The Standby mode current
consumption should be below 200 mA/ 230 V.
RTU should have high powered audio amplifier compatible to work with the Speaker
Horn Array. All the electronic unit ie RTU, Communication Interface Card , RF base
radio, Hybrid Solar Inverter and Loudspeaker Audio Power Amplifier with battery should
be housed in a IP 65 Stainless Steel Outdoor Cabinet with lock & key arrangement,
Speaker
Horn Array
(Pole
Mounted
or Tower
Mounted
12 V
SolarPanel
230 V AC
Mains Antenna
for RF Base
Radio
Hybrid
Solar
Inverter
Audio Power
Amplifier
GSM Modem
RF Base Radio
12V SolarBattery Tabular
Note : RTU shall be Housed in IP 65 steel Cabinet
Remote Terminal Uni t
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 209/368
Section VI. Technical Requirements 58
which can be kept inside the Cyclone Shelter Building or should be mountable on 30
meter tower for remote locations of sea beach etc.
Bidder should be responsible for duly installations of all unit at the remote area on
Cyclone Shelter or Sea Beaches of Coastal districts as per preferred specified locations.
All cost of local transportation of goods including any charge of foreign and local
engineer of the supplier, their accommodation in the field, DSA, local transport and
fooding cost etc and any extra accessories, equipment, goods, engineering and installation
charge, labor cost, fitting charge or any other ground work/earthwork or construction
materials cost, any modification of existing power supply cables, ground earthing etc will
be borne by the bidder.
Bidder shall be paying the rental, usage and activation charges for the SIM card inside
RTU for GSM/GPRS Connectivity. The bidder shall pay upto 20 hours per SIM card
talktime/ Data usage charges per annum, beyond that purchaser shall borne the talktimeusage charges on actual basis.
2.6.4 Sound Horn 4 numbers or more
Sound Horns 4 nos or more to be pole mounted on building of 2 storey /building
Cyclone Shelter or on 15 merter tower mounted where single storey building. Mounting
Fixures to be provided by the bidder. All Speaker cable must be inside the pole or
covered by metal structure. The audio ouput power should be 300 watts RMS continuous
per amplifier (or 600 Watts per Siren) or more. Direct-Single-Horn-Replacement must be possible any time. Should be light weight, rugged, weather proof and compact. Should
be moulded in metallic aluminum for longer lasting finish. Total weight of horn assembly
should not exceed 80 kgs. Should withstand harsh and saline weather condition and
should be rustproof. Should be rectangular type and comply with low voltage directive
standard EN 60065. Degree of protection IP 65 shall be provided against foreign
particles such as dust and jets of water, ideal for outdoor use.
The Loudspeaker cable should be double insulated to connect with the speaker amplifier.
All Speaker cable must be inside the pole or covered by metal structure. The installation
must follow best practice and should be away from any potential source of interference
such as mains cable, data cable & telecom cable. The horn must also have a “netted”cover to protect against flying insects entering the horn and thereby damaging the horn/
driver.
Horn Speaker Audio Coverage-1.0 Km radius ie 2 km diameter omnidirection.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 210/368
Section VI. Technical Requirements 59
The system audio output must be sufficiently high quality audible not less than 1000meters (radius)ie two km diameter Omni directional at 60 db ambient noise. System
audio output must be at least 5 db above ambient noise
2.6.5 Specification for Mounting Pole :
The speaker horn to be mounted on GI Pole on rooftop on the pillar of the building of
Cyclone Shelters (CS) building or 2 storied govt buildings as specified preferably on
RCC Structure . Length of the pole should be minimum 5(five) meters with outer
diameter of 4.5 inch supported by guy wires to withstand wind velocity(300 Km / hour).
Where two storied building is not available, the speaker horn to be mounted on 15
meter Self-Supporting Tower or 15M Spun Concrete Monopole type tower.
The bidder shall work out detailed design of the civil foundation for 15 meter Self-Supporting Tower or 15M Spun Concrete Monopole type tower from all aspects,
keeping in view the effects of local metrological conditions like wind velocity(300 Km /
hour), seismicity, temperature etc. to ensure the safety of the pole. The civil foundation
design should be approved by a IIT (Indian Institute of Technology). Bidder shall submit
the detailed specifications along with the approved certificate by IIT.
2.6.6 Specification for Solar Panel:
The Solar Panel shall be 12V rating 150 Watt roof mountable on Building of Cyclone
Shelters and/or tower mountable on sea beaches.
The roof top mounting and tower mounting should be able to withstand the wind speed of
250 km per hour. Where ever damaged shall be responsibility of the bidder to replace at
free of cost during warranty and AMC period.
The Solar Panel should be IEC 61215 Ed.2 and IEC 61730 Safety Class II UL 1703 &
4703 complaint.
2.6.7 Specification for Solar Battery Bank:
2.6.7.1 General Requirement:
The Alert Tower Siren System shall operate from a normal 230V AC mains powerSupply or 230V AC Inverter Supply obtained with 12 V (nominal) DC 150 AH battery
supply. The storage batteries shall be sealed maintenance free Tubular GEL Vent
Regulated Lead Acid (VRLA) type suitable for solar application.
Tubular GEL VRLA Batteries shall be used.
Explosion-proof vent plug shall be provided at the upper part of the container.
The batteries shall be designed for operation in ambient temperature of –15 to
+55 deg. Celsius
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 211/368
Section VI. Technical Requirements 60
Connectors- Lead Plated Solid Copper Connectors
Capacity: 150 AH @ C10 to 1.75 v.p.c at 27° C (Ah)
Nominal DC Voltage (V) : 12 V DC
Should meet IS 15549, IEC 61227, IEC 60896- 21822, BS 6290 Part IV,IEEE – 1188/1189, Eurobat Guide 1999 – Classified as “Long Life”
Supplied in factory charged condition – ensures optimal quality and ready to
use
Suitable for frequent deep cycles.
Low rate of self discharge
No acid stratification
2.6.7.2 Performance:
Cycle Life: 1800 cycles at 80% DOD at 27 Deg.C
Self Discharge: <2% per Month at 27 Deg.C AH Efficiency: >95%
Versatile in Mounting arrangement: Both Horizontal and Vertical orientation .
The container shall be strong enough to withstand rough handling.
2.6.7.3 Other Requirements:
The batteries shall be provided with, necessary connectors, name plate, battery
transparent cover, etc.
Layout of batteries shall be such that it permits easy access and sufficient flexibility at the
time of cell unit replacement, and also easy to check the status.The detected conditions of the decrease in battery capacity shall be indicated by visual
and audible alarm indicators. These alarms shall be extended to the Network Operation
Centre (NOC) using supervisory and control system.
2.6.8 Specification for Solar Hybrid Inverter 1500VA:
The Solar Hybrid Inverter should have dual charge technology to charge the 12V 150
AH battery direct with input from 100W Solar Panel in the absence of 230 V AC mains
power supply saving electricity with inbuilt switch otherwise to charge from 230 V AC
mains power supply . Should automatic switch from mains to UPS & from UPS to mains
mode.
Capacity of Solar Hybrid Inverter: 1500VA
Normal Input Voltage Range: 180V ~ 225 V AC (wide range 100V~300 V)
Max Solar Panel Current: 30 A
Efficiency should be greater than 80%
Output Voltage on mains mode: same as input
Output Voltage on UPS mode: 220V AC 50 Hz pure sine wave
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 212/368
Section VI. Technical Requirements 61
PVC insulated flexible 3 core power cables shall be used for 230V AC power supply
wirings conforming to IS:694:1990 reaffirmed 1995 or latest and shall have sufficient
cross sectional area of 2.5 sq mm (minimum) copper conductor with insulation thickness
0.7 mm, sheath thickness of 1.0 mm and overall diameter 9 mm to withstand power load.
NOTE TO THE BIDDER
01 The customized Software should be handed over to the purchaser .
02 Bidder shall be paying the rental, usage and activation charges for the SIM card inside
RTU for GSM/ GPRS Connectivity. The bidder shall pay upto 20 hours per SIM card
talktime/ Data usage charges per annum, beyond that purchaser shall reimburse the
talktime/ Data usage charges on actual basis.
03 Bidder to pay & obtain all necessary WPC /SACFA Clearances for the VHF radio
inside the RTU . Purchaser shall facilitate with only a authorization letter
04 Offered product OEM/ Indian distributor should have own registered office presence in
India to ensure prompt service warranty support after sales.
2.7 Towers 15/30 Mtr
Technical Specifications of 15/30 meter Self-Supporting Tower or 15/30 meter Spun
Concrete Monopole type 2.7.1 Introduction
The specifications indicated herein are only to guide the bidder about the requirement of
the user. The bidder shall work out detailed design of the tower from all aspects, keeping
in view the effects of local metrological conditions like wind velocity(300 Km / hour),
seismicity, temperature etc. to ensure the safety of the tower. The design of the tower
shall be based on recognized principles of structural design conforming to standard
practices followed in the field. Full responsibility regarding soundness of the design and
the execution of the work rests with the bidder. If the bidder suggests any deviations in
the required specifications, it should be approved by a IIT (Indian Institute ofTechnology). Bidder shall submit the detailed specifications along with the approved
certificate by IIT.
2.7.2 Scope of work
Bidder is required to install 30 m towers at BEOCs and FLC’s only. Bidder is required to
install 15 m towers for mounting Horn Speakers required where Single Storey Building
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 213/368
Section VI. Technical Requirements 62
are available .
2.7.3 Specifications for Fabrication and Design of Angular Tower / Design, Casting of
Spun Concrete Tower
1) Tower members shall be of structural steel grade 'A' conforming to IS 222, IS 2062
and IS 7215 with latest amendments or Spun Concrete tower shall be casted with
minimum M-60 grade of concrete.
2) All steel used shall be galvanized conforming to relevant IS specification i.e. IS 2229
for tower members, IS 5358 for fasteners and IS 1573 for washers. Spray galvanizing is permitted whenever hot dip galvanization is not possible or or all end plates used in spun
concrete tower shall be galvanized conforming to relevant IS Standard.3) Assembly of tower members and other structures on tower shall be by means of nuts
and bolts with locking nuts. Riveting and welding may be done if the design demands and
it shall conform to relevant IS specifications. No tower member shall have thickness less
than 6 mm.
4) The quality of steel used for nuts & bolts should conform to IS No. 6639-1972 and
mechanical properties as per IS 1367/67.Dimensionally it shall conform to IS 1363,
washer should be as per IS 2016-1967. The heads being forged out of solid, truly
concentric with the shank and shall be perfectly straight. All bolts shall have hexagonal
heads and nuts. The bolts shall be treated with standard threads to take the full depth of
the nut. All nuts shall fit hand tight to the bolts. No appreciable fillet shall exist at the
point where shank of the bolt connects to the head. Lock nuts and washers shall be provided to all bolts and nuts. The bidder shall include sufficient spare bolts and nuts to
compensate for loss in the field during erection. The cost of bolts and nuts shall be
included in the cost of tower.
2.7.4 Other Factors
1) The overall force coefficients for wind load on tower shall be taken from the latest
standards prescribed by the bureau off Indian Standards for self supporting steel towers, or
spun concrete tower, loads and permissible stresses. For calculating the solidity ratio actual
obstruction area of tower shall be considered. Separate wind obstruction areas shall be
taken for ladder, cable rack and platforms etc.2) The basic dynamic wind pressure at different heights for different zones shall be taken
from the prescribed Standard. The basic wind velocity for the site is to be taken from the
latest BIS Code No. IS 875 . The permissible stresses in the various structural members of
tower shall be adopted from the relevant clauses and tables of IS 800 amended upto date
and spun concrete tower shall comply IS 875 :1987 ( part III). 3) Loading effect of seismic
forces as per IS 1893 and cyclic winds and conditions of frost etc. if any may also be taken
into consideration.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 214/368
Section VI. Technical Requirements 63
2.7.5 Foundations
1) Concrete grade for RCC shall be M15/M20 and for PCC, M10. Reinforcement steel
grade high yield deformed bar as per IS:1786 Fe 415 Gr. & stirrups as per IS:432 or IS:222.
Bending of bars shall be according IS: 2502 2) Clear cover to reinforcement bars IS 50mm.
All bolts and nuts shall be according to IS: 2502. 3) Reinforcement bars to be tied at each
junction with a binding wire of grade not exceeding 18. Where exact length of bars are not
available. Splicing shall be done as per IS: 456- 1978. 4) Form work concrete and concrete
workmanship etc. shall be as per IS: 456, 1978. 5) Maximum size of aggregates is 20mm.
Suitable chairs of 16mm.shall be provided to hold the top reinforcement at the base during
concreting as per the directions of the site Engineer.6) All grade of weld material shall be
of Fe415 and thickness not less than 6mm unless otherwise specified.7) The cement, sand
and concrete used shall be best grade and the concrete shall preferably be mixed in amechanical mixer in the standard ratio. The foundation shall be watered and cured for at
least 12 days and the erection of the tower shall be commenced only after the foundations
are thoroughly cured. 8) Left out item if any shall be covered as per relevant IS codes.
2.7.6 Verticality, Deflection & Twist
a) Under Still Air Conditions: The tower shall be vertical after erection and no straining
shall be permitted to achieve this. This erection tolerance of verticality shall be within
permissible limits.b) Under Maximum Wind Load Conditions: The average slope of the
axis of the antenna support column shall not depart from the vertical by more than 1 deg.
Under maximum wind load conditions. The successful Bidder will have to satisfy that
verticality is maintained at not more than 1 deg. At the maximum wind load conditions.
2.7.7 Protection against Lightning
The tower shall be provided with a suitable designed complete system of lightening
protection in accordance with the provision of IS-2309-1969 including necessary earthing
based on the specific resistively of the soil and sub-soil water level. Two lightning
discharge rods of height approximately 2.4 meters shall be securely fixed to the top of each
tower on diagonally opposite corners. Each rod shall consist of a steel tube with four 13mm
diameter rods of length 0.5 meter (approximately) welded to the top of the tube, disposed
equally around the tube and splayed upwards at 45 degrees.The lightening protective
system shall be got approved, before execution.
2.7.8 Painting
1) The tower shall be given two coats of paint in addition to primer coats after erection.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 215/368
Section VI. Technical Requirements 64
The tower shall be painted to have equal alternate bands of international orange and white
colors with top and bottom bands painted in orange as per civil aviation regulations.2) The
paints used in painting shall be in accordance with IS-2074/62,2932 & 2933/75. Before
applying coats of primer, the surface shall be given a coat of 'Pickling agent' so as to avoid
the flaking of painting. The Bidder should furnish the details about the pickling intended to
be applied. 3) The Bidder shall indicate the brand of the paints proposed to be used by him
for painting of the tower.
2.7.9 Earthing
All the tower legs shall be grounded properly, following the standard practice of earthing of
such structures in level ground and mountainous regions.
An earthing system, generally to the provisions of internationally accepted standard shall
be provided at each tower. All the tower legs shall be grounded properly, following thestandard practice of earthing of such structures in level ground and mountainous regions.
This shall consist of at least one radial earth strap extending from each tower leg, one loop
encircling the tower .
Particular attention shall be paid to the bonding of earthing straps to tower, runway,
gantry and building steelwork.
Earthing strap shall consist of pure copper of nominal dimensions 3mm x 2.5 mm x 60m
long.
The completed earth system shall have a resistance of less than 2 ohms, when measured
with a specific earth resistance-measuring instrument. At least two earths at adequatedistance apart bit interconnected shall be provided.
Length of 25X3mm copper strip shall be 60M per site.
For earthing of Spun Concrete tower, two earths for lightening protection and runway to be provided. Tower leg grounding shall not be applicable.
2.7.10 Facilities on Tower
a) Platform Provision of one working platform at about 1 meter below the top, extended in
all the sides about 1meter and two rest platforms for 30 meter tower (rest platform not
required for 15 meter tower) in between the tower at suitable intervals for access to the
antenna and cable at different levels to be made. 1.5 meter high handrails would be
provided at platform level with expanded metal net for additional safety. Platform flooring
will consist of checkered plate conforming to IS 3502 and shall be designed as to take
stationery and moving load of 1 person plus equipment weighing about 100Kg for 15
meter tower (for 30 meters moving load of 2 persons plus equipment weighing about
200Kg ) . At platform - "Top-plates", as a form of protection against accidental dislodging
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 216/368
Section VI. Technical Requirements 65
of small tools, are to be provided.
b) Ladders An internal ladder of width not less than 300mm starting from about 0.5 meter
level of the tower from the ground and going upto the top with openings at all the platforms
shall be provided. In case of spun concrete tower external ladder shall be applicable.
2.7.11 Aviation Obstruction Light, Power Cable & Coaxial Cable
1) Twin lamp fitting equipped with appropriate colour prismatic globes shall be provided
as per latest civil aviation regulation for marking and lighting of obstacles. The globes and
their housings shall be strong, weather proof and of approved manufacture. Each globe
shall house a 250-volt bulb of appropriate wattage to yield specified illumination. The bulb
should be of bayonet cap type and not of screw type.2) Power supply cable for the lights
and power sockets shall conform to IS-1554 (part-I) of 1976. Lighting cables and power
shall be terminated in T.P.N. switch fuse units in the control room at the site. 3)Distribution of supply to aviation obstruction light shall be through 4 way weatherproof
junction boxes. The power socket with switch shall be provided at the platform levels. 4)
The Bidder shall provide temporary aviation obstruction lights during erection of tower as
soon as the tower reaches the minimum height to be lighted as prescribed in civil aviation
regulation.5) The coaxial cable shall also be terminated in control room.
2.7.12 Cable Run-Way and Antenna Supporting Ladders:
1) The vertical cable rack for supporting RF feeder cable, power cable starting from the
base of the tower and going up to the junction box position shall be routed along the tower
face. 2) Provision for fixing the supporting pipe of suitable diameter for hoisting
microwave antenna shall be made on the tower. The fitting and fixtures along with the
antenna and the feeder cables shall be assembled by the bidder to the entire satisfaction of
the indenture.3) Horizontal feeder rack to support the cables on the ground from tower base
to the control room shall also be fabricated as per relevant IS Codes and shall be supplied
by the Bidder. The approximate length of cable rack required is 15mt/30mt respectively for
15 mt tower/ 30 mtr tower which may be included in the quote. The maximum spacing
between the vertical supports of the cable rack shall be 4.0 meter. The cable rack shall be
provided with a G.I. sheet cover so that falling object shall not damage the cable. The
height of the cable rack will be about 3.0 to 4.0 meter from ground level.
2.7.13 Loading due to Antennas, Microwave Dish & RF Feeder Cables etc
1) For designing of 15/30mt tower load of 100kg/200 kgs respectively may be kept into
considerations. In addition to above the others forces acting on the tower may be taken into
account as per latest IS Codes relevant to designing of towers.2)For the purpose of design
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 217/368
Section VI. Technical Requirements 66
and calculations, the wind speed shall be taken at 300 Km / hour 3) Soil Bearing Capacity
Soil bearing capacity at all the sites is assumed as at least 10 tons / sq.m.4) The total
number of cables to be installed on tower is as below. Wind loading due to these may also
be taken into consideration.(i) Power supply cable for AOL.(ii) Co-axial cable for M/W
Dish.
2.7.12 Trial Erection for Steel Tower/ Spun Concrete Tower
Where deemed necessary by the Contractor or indicated by the Employer, the members
fabricated shall be erected on trial basis in the factory or any nearest site at the contractor’s
cost before transportation in order to confirm accuracy and other requirements of the
fabrication.
2.7.15 Product Inspection
In-shop inspection report of finished products shall be submitted to the Purchaser for
approval. The products shall be inspected by the Purchaser after the in-shop inspection by
the manufacturer. Faulty portions shall be promptly rectified.
NOTE TO THE BIDDER
01 The bidder to install DMR Repeater/Base Station antenna at all BEOC’s and selectedFLC on 30 mtr tower as per specification mentioned above.
02 Where two storied building is not available the speaker horn to be mounted on 15 meter
Self-Supporting Tower or 15M Spun Concrete Monopole type Tower.
03 Bidder to include cost and fabrication of approx 10 meters horizontal runway from
tower to the cyclone shelter/school/FLC/MEOC.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 218/368
Section VI. Technical Requirements 67
2.8 Earthing
2.8.1 Specifications for Earth Pit
2.8.2 General
There shall be two earth pits, one pits is for Equipment earthing and one pit for Power
Plant. The earth pits has following specification; 25 mm x 3mm Copper electrode strip is
laid inside the ground to a depth of about 1.65 meters vertically down from the stiff soil
level and is brazed to the Copper Plate x 600mm600 mm x 3 mm laid horizontally at a
depth of 1.65 meters from the stiff soil level.
A+
COPPER ELECTRODE
PERFORATED G.I. PIPE FOR
WATER
EARTH PIT 1000X1000X2000
SA
CHARCOAL
CHARCO
SA
MUD
EARTHING PIT DETAILS
SOFT SOIL
TELECOM
EARTHBUS
Cu PLATE
CEMENT CONC.
FUNN
NUT& BOLT
2000
1
1
1
1
1
40
EQUIPMENT
NUT& BOLT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 219/368
Section VI. Technical Requirements 68
2.8.3 Earthing of Telecom Equipments
The earth grid is extended to the equipment room by a copper strip (25 mm x 1 mm) and
shall be terminated on a grounding copper plate bus bar by nut & bolt arrangement of
brass.
The Telecom equipment are connected to the copper plate bus bar by a ground conductor
Yellow Green 16 sq mm copper mesh wire / cable .
An earth electrode system with a maximum resistance of 2 ohms shall be installed.
The electrode strip is bolted to the copper strip at the top with brass nut and bolts. The
copper plate is laid in layers of charcoal, salt and mud. For watering these layers, a
perforated GI pipe 65 mm dia fixed with funnel at the top and bolted with copper plate of
size 250 mm x 1 mm is laid vertically as per the drawing. The dimension of the earth pit
shall be 1000 mm (length) x 1000 mm (breadth) x 2000 mm (depth).
NOTE TO THE BIDDER
01 The bidder to install Earth Bus bar at SEOC,DEOC ,BEOC and FLC where telecom
equipment ,rack earthings shall be terminated. All the cables should be concealed
in PVC Duct.
2.9 Networking Equipments:
2.9.1 24 Port L2 Switch
S. Feature Details
No.
1.Interfaces 24 Ethernet 10/100 ports and 2 fixed
Ethernet 10/100/1000 uplink ports
2.Switching Capacity Should Support upto 16 Gbps
switching fabric
3.Forwarding Rate Should support Forwarding rate upto 6
Mpps4.DRAM Should have minimum 64 MB DRAM
However, the Bidder to ensure the
completeness of
the functionality
requirements.
5.Flash Memory Should have minimum 32 MB Flash
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 220/368
Section VI. Technical Requirements 69
memory. However, the Bidder to
ensure the completeness of the
functionality requirements.
6.MAC Addresses Should be Configurable up to 8000MAC addresses
7.Power Supply The switch should have external/
internal RPS-
Deleted
8.VLAN
a. Should Support Up to 255 VLANs per
switch and more than 2000 VLAN
ID’s.
b. Capability of creating VLAN trunkson any port using standards-based
IEEE 802.1q tagging.
9. Features to be supported
a. IEEE 802.3x Flow Control
b. IGMP snooping
c. IEEE 802.1D Spanning Tree
d. Should support IEEE 802.1w Rapid
Spanning Tree Protocol
e. Should support IEEE 802.1s MultipleSpanning Tree Protocol
f. Support for Spanning Tree Route
Guard.-Deleted
g. IEEE 802.3ad Link Aggregation
h. IEEE 802.1 ab
i. Port mirroring-(one-to-one)
j. MAC Address-based filtering
k. IEEE 802.1p support
l. Number of Queues per Port-4m. CoS Based on Switch Port
n. Should provide TACACS+ / RADIUS
authentication services.
o. IPv6 management.
p. Support for Secure Shell (SSH) Protocol
q. Protection against Broadcast, multicast,
and unicast storm
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 221/368
Section VI. Technical Requirements 70
r. IEEE 802.1x Port-based Access Control
10. Network Management
a. Web based Management
b. CLIc. SNMP V1,V2 and V3 support
d. Telnet support
e. Console and Telnet support
f. 4 Groups of RMON supported
2.9.1 25 12 Port L2 Switch
1 Ports 12 10/100 Mbps ports
Managed 10/100 Mbps switch
2 Performance 8.8-Gbps switching fabric
3 Forwarding Bandwidth 2.4 Gbps maximum forwarding
bandwidth or higher
4 DRAM Minimum 16 MB DRAM
5 Flash memory Min 8 MB flash memory
6 MAC address Should support 8K MAC address
7 RPS The switch should have external/ internalRPS. In case it is not feasible to provide
such a switch, the bidder shall provide
two switches to ensure redundancy.
8 L2 Features to be supported
a The switch must support Port Mirroring, Port Trunking and 802.3ad
LACP Link
Aggregation port trunks
b IGMP snoopingc IEEE 802.1D Spanning-Tree Protocol
d IEEE 802.1w Rapid Spanning Tree
e Per-port broadcast, multicast, and unicaststorm control
f IEEE 802.1s Multiple STP
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 222/368
Section VI. Technical Requirements 71
9 VLAN Support
a Support for dynamic VLAN assignment through implementation of
VLAN Membership
b IEEE 802.1Q VLAN
c The switch must support dynamic VLAN Registration
10 Layer 2 Quality Of Service
Priority queues number :4
802.1p support
Strict Priority Scheduling
Weighted Round Robin scheduling
11 Network Access/Security management and ACL (Access Control
List)
a Port Security function
b Switch should have 802.1x features toenable user authentication for eachattempt of network access.
c 802.1x Port-based network Access Control
d 802.1x MAC-based Access Control
e RADIUS /TACACS+ Authentication
f SSH
g Switch should support MAC tablemaintenance to limit the “aging time”.
12 Other features to besupported
a Should Ensures quick fail-over recovery b Switch should support STP/ RSTP to avoid loops in switched
networks.
c Switch should provide Ping Test function to detect that if the targetdevice is alive (available) or not.
d Should support TFTP
e Switch should be manageable through Console port, Telnet, SNMP,HTTP (WEB) or RMON
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 223/368
Section VI. Technical Requirements 72
2.10 Office Automation:
2.10.1Multimedia PC with 19” LCD Monitor
Component Specification
Processor Intel processor Corei5 or better
RAM 2 GB DDR3 SDRAM 1066MHz
Hard Disk 250GB HDD
Video DVD Read / write VGA
Monitor 19" wide view flat monitor
Ports1 SerialMore than 4 USB 2.0(min. 2 at
front),
Audio Microphone, Headphone, 2
Mouse PS2
Network ports1 RJ-45, 10/100/1000 Gigabit onboard
Ethernet
Operating systemPre loaded Microsoft Windows 7 with
latest updates
Restore / recovery Software CD
2.10.2LED TV 42 Inch (Wall mountable)
Sl. No Specification
1 Full HD
2 Colour System: PAL, SECAM, NTSC 3.58, NTSC 4.43
3 Video Signal: 1080/24p (HDMI only), 1080/60i, 1080/60p (HDMI /
Component), 1080/50i, 1080/50p (HDMI / Component), 480/60i,
480/60p, 576/50i, 576/50p, 720/60p, 576/50p, 1080/30p (HDMI only),
720/30p (HDMI only), 720/24p (HDMI only)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 224/368
Section VI. Technical Requirements 73
4 Black Lit Module: LED
5 Video processing: X-Reality™ PRO Picture or equivalent for the best
ever picture quality
6 One-touch mirroring to display your smartphone's screen on the TV
7 Quick & Easy Internet Access with Wi-fi Built in Feature
8 Audio: Clear audio, Dolby Digital etc
9 Speakers: 2 Channel full range
11 USB Ports :2 or more, USB PLAY with different formats
13 HDMI connections : 2 or more
12 Ethernet connection :1
15 Composite Video inputs : 2
16 Analog Audio Input(s): 2 rear
17 Digital Audio Output(s): 1 (Rear)
18 Audio Out: 1 (Side/Hybrid w/Audio Out)
19 Other standard builtin features
NOTE TO THE BIDDER
01 The bidder to install TV on the wall suitably or on stand as specified by
2.10.3 All in One Printer
GENERAL
Functions Print, copy, scan, fax
Duty cycle (monthly) Up to 15,000 pages
Print technology Laser
Print Speed Black Normal : up to 20 ppm
Printing quality Black Up to 1200 x 1200 dpi
Recommended monthly page
volume
500 to 2000
Display 3.0" touchscreen, LCD (color graphics)
Duplex printing Automatic (standard)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 225/368
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 226/368
Section VI. Technical Requirements 75
RACK 19 Inch 42U to house IT Router/Switch
Dimension 2200x800x1000 (HxWxD)
Door Glass Ip 41
Colour :Light Grey Powder Coated Cable Entry From:- Top And Bottom Of The Rack
Both Front And Rear Doors Can Be Locked.
Vented, Fan Housing Unit S35
4/6 Fan On Top
Window Moulding, 2u Cable Storage
Mounting To Floor With Nuts And Bolts
Shelf/Cable Guide
Two Power bar 230V 2 KW 12 ways with Indian Plug
2.10.5FAX Machine:
G3 Fax with Fax Modem Speed of 33.6 Kpbs/ V.34 Standard is required.
2.10.6 SET TOP BOX
Bidder shall provide four nos HD-Set Top Box from different Operators (DishTV,
Airtel, Videocon, Reliance or local operator) for News feed to be integrated with 42
inch TV at SEOC.
Specifications:
Set Top Box: HD with recording facility with Hard Disk capacity of 500 GB
NOTE TO THE BIDDER
01 The bidder to install Set Top Box suitably on the wall or on stand as specified by
Purchaser and to be integrated with the 42 inch TVs. All the power cables and TV
input cables should be concealed in PVC Duct.
2.10.7 Fire Extinguisher
Specifications for Fire Extinguisher
Dry chemical powder type Fire Extinguisher (ABC class) of 2kgs capacity, fitted with squeeze
grip type discharge control valve assembly, inside CO2 gas cartridge of 120gms as per IS: 4947
with ISI mark and DCP powder as per IS: 12209 (for ABC class) with ISI mark packed in 2 kgs
HDPE bags, with discharge hose and open nozzle and supplied complete with initial charge
overall conforming to IS: 15683 with ISI mark and wall bracket. Fire Rating 34B.
NOTE TO THE BIDDER
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 227/368
Section VI. Technical Requirements 76
01 Fire Extinguisher to be suitably mounted on the wall at common visible place in the
SEOC, DEOC, BEOC and FLC.
2.10.8 Furniture & Air Conditioning
All the Computer Tables shall be of
Size 1500mmx750 mm x 750 mm (LxWxH)
Should have Brown Color Laminated Top
Inbuilt CPU Stand with foot rest
Inbuilt space for small UPS
Should have minimum two drawer with lock & key facility
Should be fitted with Electrical Power point
Should have one revolving office Chair (with adjustable height)
Chair should have Armrests
Bidder to provide At MEOC 1 no. 2 T Split AC, at DEOC 2 nos 2 T Split AC and at
SEOC 4 nos 2T Split AC to be installed.
2.11 LAN Structured Cabling:
Bidder is required to carry out the structured cabling for the Local area network
integrating all the IT equipments.
2.11.1 General Specifications For Passive Cabling & Components Details
SpecificationSl No
1. The solution shall also define the method(s) of flexible
patching for the telecommunications services to enable simpleMoves, Adds & Changes, (MAC’s) without frequent rewiring
of locations and re-training of staff and to provide easy to
follow trouble shooting steps and procedures.
2. All Passive components except PVC Conduits, bends, Racks
shall be of same make.
3. Each equipment, panel and outgoing cable from the patch
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 228/368
Section VI. Technical Requirements 77
Panels shall be labeled. Proper labeling and numbering shall be
Provided on the outlets.
4. The supplied UTP cable and components shall have approval
and certification from third parties such as ETL, CSA, UL etc.(Provide documentary proof in this regard).
5. Conformity to Standard : The following standards are to
be complied with unless otherwise specified:
a. ISO/IEC 11801:2002: International Standard for generic
cabling for customer premises.
b. TIA/EIA 568B: Commercial Building Telecommunications
Cabling Standard (2002).
c. TIA/EIA 568B.2-1: Commercial Building Telecommunication
Cabling Standard (2002). Addendum no.1: TransmissionPerformance Specifications for 4 Pairs 100 Ω Category 6
Cabling
d. Shall meet all the requirements for the gigabit ethernet
e. UL Safety Standards
2.11.2 Face Plate:
Sl.No Specification
1. It shall have shutter to prevent dust and dirt getting into the
outlet for single port faceplate. Spring shutter with frontaccess.
2. It shall have clear and separate label for application
Identification.
3. The faceplate of appropriate dimensions. (1 port faceplate).
2.11.3 Telecommunication Outlet
Sl.No Specification
1. It shall be universal RJ45 type, accepting most of the phone
and data plugs
2. It shall meet or exceed ISO/IEC 11801:2002 class E, TIA/EIA
568-B.2.1 Category 6 Component Specifications.
3. It shall be UL and ETL Certified to meet TIA/EIA 568B.2-1
Category 6 Standard.
4. It shall be IDC (Insulation Displacement Contact) type. IDC
termination must have a 45 angular configuration when
connected to the cable conductor to reduce the effect of metal
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 229/368
Section VI. Technical Requirements 78
fatigue.
5. It shall have dust caps to prevent dirt entry.
2.11. 4 CAT 6 UTP Cable:
Sl.No Specification
1. The Cat 6, UTP cable shall be 4-pair unshielded twisted pair
(UTP) tested till 550 MHz.
2. It shall be ETL certified to meet TIA/EIA 568-B.2-1 Category
6 specifications
3. The cable shall be of 4 twisted pairs of 22 to 24 AWG solid
conductor with a PVC jacket.
4. The cable shall be run using a star topology format from theRack Room to every work area outlet. Each run of cable from
the Rack Room to every work area outlet shall be continuous
without any joints or splices except for the open office design,
when a consolidation point (CP), is proposed.
5. The cable shall have a Star fill separator to separate critical
conductor pairs.
6. Cable to be made available in Rust-Free boxes of 305 mts
ensuring continuous pull of the cable.
7. Cable markings to be printed after each and every meter length
(e.g manufactured date, sequential meter lengths).
8.
Cable performance must be certified by any one Third Party agency UL/
UTL etc.
2.11.5 Patch Panel
Sl.No Specification
1. It shall be available in 24 ports fitting on 19” Rack with cable
manager
2. It shall be a loaded Patch Panel.
3. It shall be ETL certified to meet TIA/EIA 568-B.2-1 Category
6 specifications.
4. Patch Panel must have a Rear cable manager and this shall
occupy the same area as the panel.
5. Patch Panel must be supplied with paper labels for station
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 230/368
Section VI. Technical Requirements 79
identification and ID tabs for individual port identification.
6. It shall be fitted with RJ 45 jacks.
7. RJ 45 Jacks shall have same specification as mentioned at
clause 6.6.2.8. Patch Panel must be with 45 degree silver-plated IDCs
(Insulation Displacement contacts) to provide secure, reliable
gas-tight connections
2.11.6 Cat6, UTP Patch Cord (1mtr. and 2 mtr.)
Sl.No Specification
1. The patch cord shall provide air-tight connection for cross-
connection and shall meet or exceed ISO/IEC 11801:2002
Category 6 ComponentSpecifications.
2. It shall be ETL certified to meet TIA/EIA 568-B.2-1 Category
6 specifications.
3. The patch cords shall be factory assembled plug-ended. The
patch cords shall be available in 4 pair versions with a flexible
boot to prevent harsh minimum bending radius and integrated
wire manager to maintain precision wires positions of the
patch cord RJ 45 Cat 6 plug.
4. The Patch Cord shall have factory fitted boots to maintain the
bend radius at both ends.
2.11.7 Installation Services to be provided along with the supply:
Laying of Cat 6, UTP Cable as per structured cabling standards
Fixing of RJ 45 with Faceplate
Termination of UTP Cable at Patch Panel
Termination of UTP Cable on WS side
Testing, Documentation and Certification of Each Node
Acceptance Testing
In the events of Structured Cabling System failure, the supplier shall repair or
replace the defective items at its own cost inclusive of the cost of labour to
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 231/368
Section VI. Technical Requirements 80
repair or replace any such defective product until the cabling system is set up to
support the required applications.
2.12 Power Requirements UPS (5 KVA and 10 KVA)
2.12.1Introduction
UPS system must be high frequency microprocessor based with four hours battery
backup. The online UPS should be a composite product with suitable rectifier cum
charger and inverter along with suitable circuitry for input power stability, filtering PFC
(Power factor correction), etc. to meet the detailed technical specs given below.
2.12.2Technical Specification for UPS 5 KVA / 10KVA ONLINE
Sl. No Description Specification
1 O/P Power Capacity 5000VA / 10000VA
2 Nominal Output Voltage 230V AC
3 Output Frequency 50 Hz ± 3 Hz
4 Output Wave form Sine wave
5 Output Voltage Distortion < 3 %
6 Crest Factor 3 : 1
7 Efficiency at full load ≥ 92%
8 Nominal out put should be configurable 220, 230 or 240 V (exact voltage
requirements to be intimated later)
9 Nominal Input Voltage 230 V AC per phase
10 Input voltage range 160V to 220 V
11 Input Frequency 50 Hz ± 5 Hz
12 Battery External Battery for 4 Hrs backup
13 Audible alarm should be provided for
following conditions
Alarm when on battery
Low Battery
Over load
12 LED indication Working on Battery
Over load
Bypass mode
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 232/368
Section VI. Technical Requirements 81
Battery faulty
15 Communication System should have the facility to
interface the computer through RS232
port (DB9 connector).
16 Operating Environment 0 to 50°C
17 Operating Relative Humidity 0 -95 %
18 Should confirm to following CE, EN 50091-1, EN 50091-2, EN 55022
Class A
2.12.3Battery backup for UPS:a) The Batteries should be of SMF VRLA type designed for 4 hrs backup. Battery must
be installed in two strings for the above specified power back for the equipments at 100%
load.
b) UPS should offer protection for battery from deep discharge and over charging of
the batteries. The battery bank should have the Fuse / Circuit Breaker for the protection.
High/Low Voltage Disconnector & Surge protection for power line:
The UPS system shall be adequately protected against Lightning and Surge Protection
shall be provided at the distribution panel for the UPS system. Technical specification
mentioned below
High/Low Voltage Disconnector: High/Low Voltage disconnector must be provided at
the input of UPS to protect from continuous high/low voltages to protect the UPS system.
High/Low voltage disconnector will have voltage monitoring to sense all the single /
three phases of the incoming AC mains and will disconnect the mains supply to UPS as
their will be abnormality as per below parameter using 4 pole AC Contactor.
a) High Voltage Disconnection at : 220V
b) Re-connection as voltage will resume (at higher side) : 250 V
c) Low Voltage Disconnection at : 160V
d) Re-connection as voltage will resume (at lower side): 170V
e) Disconnection time of AC contactor : 100ms
f ) Reconnection time delay :20 – 30 sec.
g) Input MCB must be provided at the input.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 233/368
Section VI. Technical Requirements 82
Note: Capacity of contactor will be calculated for at least 30% higher load than UPS
capacity.
High/Low voltage disconnector with surge protector is required of Single Phase type for
5KVAUPSand 10KVAUPS.
High/Low voltage disconnector must have manual-bypass facility in case of failure.
2.12.4Class B Lightning Protection
To be installed at the input of High/Low Voltage disconnector with 63A inductor
coil:
Line to Neutral 50KA @ 10/350 µs.
Neutral to Ground 100KA @ 10/350 µs.
Response Time: ≤25ns
Protection level at Iimp: < 1.5 KV One/ Single pole MCB must be provided along with Class B protector to trip-off in
case of failure of Class B protector.
2.12.5Class C surge protection
To be installed after AC contactor inside the High/Low Voltage disconnector:
Line to Neutral 20KA 8/20 µs.
Neutral to Ground 20KA @ 8/20 µs.
Response Time: ≤25ns
Protection level at Iimp: < 1.6 KV. Alarm: Potential free contact must be provided.
One MCB must be provided along with Class C protector to trip-off, in case of failure
of Class C protector.
2.12.6AC Distribution Panel:
An AC Distribution Panel system shall be provided to distribute the incoming Mains for
UPS Power and UPS Output to various equipment
AC Distribution Panel consists of:
MCB/MCCB for UPS
MCB for UPS Output Distribution ( 6 Nos)
The rating of the above are to be calculated as per the actual load requirements.
2.13Power Requirements DG Set (5 KVA/ 15 KVA/50KVA)
Introduction:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 234/368
Section VI. Technical Requirements 83
The DG set at SEOC will be 50 KVA capacity and should be able to start
automatically when mains power supply fails. At DEOC 15 KVA capacity and at
BEOC 5KVA Capacity to be used.
The proposed DG set should be able to support the IT/ network equipments along withAC, in absence of primary power source
Detailed Specifications:
Sl. No Specification
1 Engine shall be vertical multi cylinder 4 stroke type in accordance with IS
10002-1981 with latest amendments.
2 Type: Multi cylinder
3 Method of starting: Electric start 12 V DC
4 Type of cooling: Water cooled /Air cooled
5 Type of governor: Mechanical/Electronic
6 Type of fuel: High speed diesel
7 Rating: Continuous
8 Output: Suitable HP rated to match the alternator
9 Rated speed: 1500 RPM
10 Over load capacity: 10% overload – minimum 1 hour, 50% overload –
minimum 1 minute
11 DG set shall be compliant with the latest CPCB emission & noise norms
(less than 75db at 1meter distance).
12 Accessories
13 Flywheel to suitable diameter and fuel injection equipment
12 Air cleaner
15 Lubricating oil cooler
16 Electric motor starting equipment like motor, battery, charging generator
with voltage regulator etc.
17 Heavy duty radiator with fan
18 Residential type silencer with exhaust piping with vibration isolator
19 Fuel tank suitable for 8 Hrs of continuous running with necessary
piping and fuel gauge, drain valve, inlet and outlet connections.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 235/368
Section VI. Technical Requirements 84
20 Anti vibration mounting pads (Dunlop)
21 Speed controlling governor
22 Suitable coupling system to the Alternator
23 Tachometer
24 Lubricating oil pressure gauge
25 Silent Type DG Set
2.14 Manpower Requirements
Bidder is required to deploy the following manpower for day to day operations for a
period of two years
SEOC:
Supervisor cum Radio Expert: 1 Person (To Supervise the EWDS System) .Should be
B.Tech(ECE) with 5 yrs project Experience
Radio Engineer : 2 Persons (To handle DMR call requests through Dispatcher
Supervisor cum GIS expert : 1 no (For Mass Messaging)
Warning Control Staff : 1 Person (For Mass Messaging)
DEOC:
Supervisor cum Radio Expert: 1 person at each DEOC (To Supervise the DMR
Operations)
Radio Engineer : 1 person at each DEOC.
Bidder to provide sufficient Manpower to ensure the successful operation of the system
and to assist the State Government Officials
2.15 Training Requirement
General
The main concept of the Training Program is to impart thorough and effective training sothat the trainees shall get adequate knowledge of the EWDS Equipment & network. The
trainees will be exposed to the constructional features of different components of EWDS
equipment .
The Bidder shall provide training for installation and maintenance of the EWDS
Equipment & network at SEOC,DEOC and BEOC.
The required training materials and handbooks w.r.t. operation & maintenance of the
EWDS Equipment & network shall be supplied to each participant.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 236/368
Section VI. Technical Requirements 85
The Bidder shall specify in his bid the number of trainees, quantum of proposed training,
pre-training qualifications required of the trainees and the duration of the proposed
training required.
Training Objectives
The training shall consist of:
Class room training
On the job and /or on site training
Training Target
For the Installation, commissioning ,operation & maintenance of the EWDS Equipment
&network , training shall be imparted as per Training Manual .
The Training program shall cover the following:
Terminology
Introduction to various types of equipments being used for EWDS
Equipment & network .
The various parameters & their operating standard values e.g power
specifications required for Safe & proper functioning, visual indications,
physical specifications etc.
Integration of EWDS Equipment & network
Network maintenance at various levels.
On-The-Job and /or on site Training
This training program will be organized in conjunction with the class room training. This
will give the trainee a confidence & awareness of the actual site condition.
Assessment during Training Program
The performance of the trainees shall be assessed progressively throughout the length of
course. This shall be done by periodic tests during the training course this assessment
shall be regarded as integral part of the teaching and practical training program.
Certification
The trainees shall be trained to standards required to efficiently operate and maintain the
EWDS Equipment & network . After successful training the trainees shall be awarded the
training certificate.
The Bidder shall specify in his offer the number of trainees, quantum of proposed
training, pre-training qualifications required of the trainees and the duration of the
proposed training required.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 237/368
Section VI. Technical Requirements 86
The Bidder shall provide all training materials and documents and aids.
Conduct of training of the Purchaser’s personnel shall be at the Suppliers’ plant and/or
onsite in assembly start-up operation, maintenance and/or repair of the supplied goods.
2.16 Documentation Requirements
Documents as detailed below are to be submitted in two set hardcopy as well as two set
softcopy (CD/Pendrive) to Purchaser within 30days of commissioning / acceptance
testing of the systems and facilities:
Technical write up of the network design and functioning, System and Network
architecture diagram, Active components configuration details, Security
implementation
Manufacturer's technical documentation on all devices used in the system
including user manuals for configuring of switches, routers, etc
Site Layout Diagram
Site Connection Diagram
Site Detailed Inventory of all the equipments and systems installed with make,
model, Sl No etc. Complete cabling and electrical system layout (as Installed),
including cable routing, telecommunication closets and telecommunication outlet/
connector designations. The layout shall detail locations of all equipment and indicate
all wiring pathways
Site certification and Acceptance test reports, performance test reports of
networking components, servers and other components, scanning test report.
Original manuals of software packages supplied
Software Delivery Report
IP addressing policy and scheme
Changes in configuration, maintenance logs, patches carried out etc.Original
manuals of all hardware supplied
As built network configuration details with IP address, subnet, VLAN, port
description, etc for all active components
Detailed manual on Facility management for each and every facility (including
security, operations, monitoring, configuring, Availability and service continuity
management, capacity management, incident and problem management, SLA
management, preventive maintenance plan, corrective maintenance plan, role of each
management personnel etc)
All reports on Manpower Deployment schedules.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 238/368
Section VI. Technical Requirements 87
2.17Spares
The bidder should set up the support center with sufficient personnel and inventory and
spares within a month in case the Contract is awarded to it and the same should be
functional till the period of performance warranty/support and Facility Management ofEWDS, whichever is later. The bidder will submit an undertaking in this regard along
with the Bid.
Bidder to submit a certificate from OEM that Spares for another five years should be
made available.
2.18 SLA Agreement
Bidder has to sign a Service Level Agreement as specified in Section VII. The networkshall be operational on all days of a year and 24-hours/ day with in the uptime specified
in the Service Level Agreement (SLA) with 99.9% or mutually agreed condition. The
network is considered as operational when all centers at all tiers/ levels are working,
providing all/ specified services as mentioned in full capacity at all locations in the
network
2.19Insurance
2.19.1 Insurance during the Term of the Agreement
(i) The Bidder shall effect and maintain at its own cost, during the Implementation Phase
and the Operation and Maintenance Phase, such insurances for such maximum sums as
may be required under the Financing Agreements and the Applicable Laws, and such
insurances as may be necessary or prudent in accordance with good industry practice.
The Bidder shall also effect and maintain such insurances as may be necessary for
mitigating the risks that may devolve on the purchaser as a consequence of any act or
omission of the Bidder during the Implementation Phase or the Operation and
Maintenance Phase. The Bidder shall procure that in each insurance policy, the purchaser
shall be a co-insured and that the insurer shall pay the proceeds of insurance into a bankaccount designated as the Project Account.
(ii) Without prejudice to the provisions contained in Clause (i) above, the Bidder shall,
during the Operation and Maintenance Phase, procure and maintain insurance cover
including but not limited to the following:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 239/368
Section VI. Technical Requirements 88
(a) Loss, damage or destruction of the Assets, including assets handed over by the
purchaser to the Bidder, at replacement value;
(b) comprehensive third party liability insurance including injury to or death of personnel
of the bidder or others who may enter the Premises;
(c) the Bidder’s general liability arising out of this Agreement;
(d) liability to third parties for goods or property damage;
(e) workmen’s compensation insurance; and
(f) any other insurance that may be necessary to protect the Bidder and its employees,
including all Force Majeure Events that are insurable and not otherwise covered in items
(a) to (e) above.
2.19.2 Notice to the purchaser No later than 45 (forty five) days prior to commencement of the Implementation Phase or
the Operations and Maintenance Phase, as the case may be, the Bidder shall by notice
furnish to the purchaser, in reasonable detail, information in respect of the insurances that
it proposes to effect and maintain in accordance with this Clause Within 30 (thirty) days
of receipt of such notice, the purchaser may require the Bidder to effect and maintain
such other insurances as may be necessary pursuant hereto, and in the event of any
difference or disagreement relating to any such insurance, the provisions of GCC Clause
shall apply.
2.19.3 Evidence of Insurance Cover All insurances obtained by the Bidder in accordance with this Article shall be maintained
with insurers on terms consistent with good industry practice. Within 15 (fifteen) days of
obtaining any insurance cover, the Bidder shall furnish to the purchaser, notarised true
copies of the certificate(s) of insurance, copies of insurance policies and premia payment
receipts in respect of such insurance, and no such insurance shall be cancelled, modified,
or allowed to expire or lapse until the expiration of at least 45 (fortyfive) days after notice
of such proposed cancellation, modification or non-renewal has been delivered by the
Bidder to the purchaser.
2.19.4 Remedy for failure to insure If the Bidder shall fail to effect and keep in force all insurances for which it is responsible
pursuant hereto, the purchaser shall have the option to either keep in force any such
insurances, and pay such premia and recover the costs thereof from the Bidder, or in the
event of computation of a payment for transfer of Assets upon termination, treat an
amount equal to the insurance cover as deemed to have been received by the Bidder.
2.19.5 Waiver of subrogation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 240/368
Section VI. Technical Requirements 89
All insurance policies in respect of the insurance obtained by the Bidder pursuant to this
Clause shall include a waiver of any and all rights of subrogation or recovery of the
insurers there under against, inter alia, the purchaser, and its assigns, successors,
undertakings and their subsidiaries, affiliates, employees, insurers and underwriters, and
of any right of the insurers to any set-off or counterclaim or any other deduction, whether
by attachment or otherwise, in respect of any liability of any such person insured under
any such policy or in any way connected with any loss, liability or obligation covered by
such policies of insurance.
2.19.6 Bidder’s waiver
The Bidder hereby further releases, assigns and waives any and all rights of subrogation
or recovery against, inter alia, The Purchaser and its assigns, undertakings and their
subsidiaries, affiliates, employees, successors, insurers and underwriters, which the
Bidder may otherwise have or acquire in or from or in any way connected with any loss,
liability or obligation covered by policies of insurance maintained or required to be
maintained by the Bidder pursuant to this Agreement (other than third party liability
insurance policies) or because of deductible clauses in or inadequacy of limits of any
such policies of insurance.
2.19.7 Application of insurance proceeds
The proceeds from all insurance claims, except life and injury, shall be paid to the Bidder
by credit to the designated Project Account and it shall, notwithstanding anything to the
contrary contained herein, apply such proceeds for any necessary repair, reconstruction,
reinstatement, replacement, improvement, delivery or installation of the Assets, and the
balance remaining, if any, shall be applied in accordance with the provisions contained inthis behalf in the Financing Agreements.
2.20Miscellaneous
2.20.1Non-Disclosure Clause
(i) The successful bidder shall not, without prior written consent from the purchaser,
disclose the contract agreement, or any provision thereof, or any specification, plans,
drawings, pattern, samples or information furnished by or on behalf of Govt. in
connection therewith to any person other than the person employed by the Bidder in the performance of the related job. In case of consortium proposals, all members of the
consortium shall ensure the above. Disclosure of document/information to any such
employed person shall be made in strict confidence and shall extend only as far as may be
necessary for purposes of such performance. (ii) The successful bidder shall not without
prior written consent of the Govt., make use of any document or information made
available for the project, except for purposes of performing the Contract agreement and
the scope of work. (iii) All project related documents issued by Govt. shall remain the
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 241/368
Section VI. Technical Requirements 90
property of Govt. and originals and all copies shal l be returned to the Govt. on
completion of the successful bidder's performance, if so required by the Govt. In case of
breach, the Govt. shall take such legal action as it may be advised.
2.20.2 Handing over Clause
The bidder shall transfer all the assets, at the end of the term of this Agreement,
including, hardware and system software (excluding Proprietary Software) to the
Purchaser at the total cost of INR 1 (Re. One). For the avoidance of doubt, the
aforementioned software shall be transferred to Purchaser upon the terms and conditions
applicable to the respective licenses of such software. Further, the Operator would also
license the Proprietary Software in perpetuity to Purchaser at the time of transfer of the
assets.
2.20.3 Intellectual Property Rights
The Intellectual Property Rights in any software product or solution, held by the bidder as
on the date of the Agreement shall continue to vest with the bidder. In the event of
transfer of Assets pursuant to the Exit Management Plan to this Agreement, then the
Intellectual Property Rights in the said derivative works (HW/SW) shall stand licensed to
purchaser and purchaser shall retain the perpetual right to use all the Intellectual Property
Rights in all the derivative works (HW/SW) which forms part of the Proprietary
Information. Additionally, any software that may be acquired from third parties during
the Term and/or that which may have been developed by the Operator during the course
of the Agreement specifically for EWDS Project, shall also be considered as licensed to purchaser or its nominee for the sole purposes of the EWDS Project.
2.20.4 Right to Reject
The issue of this RFP does not imply that the purchaser is bound to select a Bidder or to
appoint the Selected Bidder, as the case may be, for the EWDS Project and the purchaser
reserves the right to reject all or any of the Bids without assigning any reasons
whatsoever.
D. TESTING AND QUALITY ASSURANCE REQUIREMENTS
3.1 Inspections
3.1.1 Factory Inspections: Factory Inspection shall be carried out by the purchaser prior to the
shipment of the major items like DMR, Alert Tower Siren System, SBMDVT’s etc to
check the specifications as per the Technical requirements of the Tender. It is made
obligatory that Factory Inspection Test reports shall be a part the documents for release of
payments
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 242/368
Section VI. Technical Requirements 91
3.1.2 Inspections following delivery: The Bidder shall carryout Post Delivery inspection of
goods at Site in consultation with the Purchaser
3.1.3 Bidder is to submit for DMR, system Lab Test Certificate on the parameter mentioned in
technical specifications, from the NABL /ILAC approved Lab. The Certificate must beenclosed with technical bid. In case offer is received without Lab Certificate same will be
rejected
3.1.4 deleted
3.1.5 The purchaser also reserves the right to carry out the lab test of the samples submitted by
the Bidder at any stage.
3.1.6 Tender Sample should have cards affixed on it duly signed and stamped by the firm
indicating the following:-
a) Name and address of the firm.
b) Tender No. with date of opening
c) Name of item, item No & size
3.1.7 Tender sample should have card affixed duly signed and stamped by concerned lab issued
the Lab Test Report of the intended tender sample otherwise the offer is liable for
rejection.
3.1.8 Samples Sent on Basis “Freight to Pay” Will not be Accepted: Samples submitted by the
bidder whose offers are not accepted may be collected by their authorized representatives
on requisition or hearing from this Date. In case samples are not collected within giventime, the samples will be disposed of.
3.1.9 Dispatch Instructions and Documentation: The seller shall intimate to the purchaser, by
Mail, telex or fax and speed post seven working days in advance, the mode of transport
and probable date of delivery of consignment.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 243/368
Section VI. Technical Requirements 92
3.2 Pre-commissioning Tests :
3.2.0 In addition to the Supplier’s standard check-out and set-up tests, the Supplier (with the
assistance of the Purchaser) must perform the following tests on the System and its
Subsystems before Installation will be deemed to have occurred and the Purchaser willissue the Installation Certificate(s) (pursuant to GCC Clause 22 and related SCC clauses).
i. Functioning of DMR network with at least two sites
ii. Functioning of Mass Messaging
iii SBMDVT Operation
iv Alert Siren activation for 2 sites from Control Center at SEOC
3.3 Operational Acceptance Tests
3.3.0 Pursuant to GCC Clause 27 and related SCC clauses, the Purchaser (with the assistance
of the Supplier) will perform the following tests on the System and its Subsystems
following Installation to determine whether the System and the Subsystems meet all the
requirements mandated for Operational Acceptance.
After installation and configuration of each and every subsystem, integrating various
systems and providing various services, tests shall be conducted for system performance
as a whole. Commissioning shall mean end-to-end commissioning of the network with
applications running to the fullest capability. Test parameters, commitments etc shall be
submitted along with the bid, which shall be acceptable to the Purchaser. In the event, thetest parameters, commitments are not submitted or not accepted explicitly in
writing/minutes by the bidder, the Test parameters, commitments etc as decided by the
bidder will be final and binding. Following is a general guideline to be followed in the
case of testing and certification.
Upon Self-testing, Commissioning and two weeks of continuous trouble-free operation,
the system shall be offered for inspection by the bidder. The successful Bidder, along
with Purchaser, shall prepare an inspection and acceptance schedule with details of each
activity.
A detailed acceptance testing as per approved acceptance testing plan (“ATP”) will becarried out before commissioning of the EWDS System. Bidder shall submit the
Acceptance Test Procedures and get it approved by Purchaser.
3.4 Third Party Audit
The Third Party Auditor shall be appointed by State Government. The Third Party
Auditor or officials as nominated by State Government shall be responsible for
acceptance testing of the EWDS System supplied, installed , commissioned and during
operation. Parameters for acceptance testing shall be prepared by bidder , finalized by
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 244/368
Section VI. Technical Requirements 93
the Consultant while taking approval of the competent authority. The Consultant before
approval will also oversee the acceptance testing procedures as prepared by the Bidder
so that there should not be in any gaps. Cost of The Third Party Auditor shall be borne
by NCRMP, NDMA.
The Bidder will provide full support to the client for the smooth execution of the Third
Party Acceptance testing. The Third Party Auditor shall scrutinize and submit the testing
reports /SLA parameters on monthly or as
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 245/368
94 Section VI. Technical Requirements
E. IMPLEMENTATION SCHEDULE
4.1 Implementation Schedule Table
The Bidder must prepare a Preliminary Project Plan and Implementation Schedule describing, among other things, the methods and
human and material resources that the Bidder proposes to employ in the design, management, coordination, and execution of all its
responsibilities, if awarded the Contract, as well as the estimated duration and completion date for each major activity.
Bidder is required to complete the installation and commissioning of the entire system within 9 months from the date of the award of work
order.
S.No. Subsystem/ Item
Configuration
Table No. Site/Site Code
Delivery
(Bidder to
specify in the
Preliminary
Project Plan)
Installation
(Bidder to
specify in the
Preliminary
Project Plan)
Acceptance
(Bidder to
specify in
the
Preliminary
Project
Plan)
A DMR
A.1
DMR Work stations for
Dispatcher (PC) SEOC,DEOC
A.2 24 Port L2 Switch SEOC, DEOC
A.3
PSTN/ VOIP Interface
Gateway SEOC,DEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 246/368
Section VI. Technical Requirements 95
A.4
Software Installation- Client
Software & GIS Software,
Radio application Software
& License SEOC,DEOC
A.5 DMR Hand Held Terminals SEOC,DEOC
Equipment Earthing
SEOC, DEOC,
BEOC, FLC6 way charger for
Handheld terminal with 10
no of 5A Power Socket
SEOC
Power Cabling
SEOC, DEOC,
BEOC, FLC
Dedicated Internet for
Work Station
SEOC, DEOC
Furniture tables+ Chairs
SEOC, DEOC,
BEOC
Professional Workstation
for DMR Radio Server
application software
including
Repeater/GIS/PSTN/
VOIP/ GSM Interface
licenses for Server DEOC
GSM SMS Gateway for
radio server DEOC
LAN Cabling
SEOC, DEOC,
BEOC, FLC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 247/368
96 Section VI. Technical Requirements
A.4
DMR Repeater with
accessories BEOC, FLC
12 Port L2 switch high end BEOC
A.6 DMR Fixed Station DEOC, BEOC, FLC
A.7
Tower 30 Mtr Self
Supporting Mast BEOC, FLC
Tower earthing BEOC, FLC
A.8
UPS 2 KVA with 4 hrs
battery backup FLC
A.9 2 Mbps E1 Microwave link FLC
A.10 3G GSM Modem FLC
A.11
Data card for GSM Modem
for FLC's FLC
B SBMDV
B.1 SBMDV Satellite terminal SEOC,DEOC
C Mass Messaging
C.1Work Stations with 19 " LCDMonitor SEOC
C.2
Web based integrated
Emergency Warning
Software SEOC
C.3
LED TV Screen 42" HDMI
cable for GIS SEOC
C.4
Location Based Integration
with 3 Telecom Service SEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 248/368
Section VI. Technical Requirements 97
Provider
C.5
Cloud based Data Backup
Storage for Logs SEOC
Power Cabling
SEOC
Furniture tables + ChairsSEOC
D Bandwidth & Internet
D.1
10 Mbps Bandwidth
(expandable to 20 Mbps)
SEOC
D.2 5 Mbps Internet Bandwidth SEOC
D.3
WAN Router with 8 FE
Port , 2 GE WAN Port and
with 2 FiberPort
10/100/1000 SEOC, DEOC
D.4 WanRouter with 4LAN
Ports and 2 WAN portsPorts BEOC
D.5 Firewall and IPS SEOC,
D.6 42 U Server Rack SEOC,DEOC,BEOC
D.7 24 port L2 switch SEOC,DEOC
D.8 12 port L2 switch BEOC
D.9
24 Port FODP (Fibre Optic
Distribution Panel) with
Pigtail and Copper Patch SEOC, DEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 249/368
98 Section VI. Technical Requirements
panel
E UNIV. COMM Interface
E.1
Universal Communication
Interface with Accessories SEOC
F POWER
F.1
DG Set 50 KVA with
Platform base SEOC,
F.2
DG Set 15 KVA with
Platform base DEOC
F.3
UPS-10 KVA at SEOC (2 in
Hot standby configuration) SEOC
F.4 DG SET-5 KVA BEOC
UPS 5 KVA DEOC, BEOC
F.5 Power Cabling
SEOC,DEOC,
BEOC
F.6
SMPS-Will provide
regulated voltage for the
Equipments FLC
F7
Battery Bank-will provide
DC Voltage FLC
G ALERT TOWER
Communication Control
station-Hardware which
SEOC, BEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 250/368
Section VI. Technical Requirements 99
control Alert Siren
functionality (1+1 hot
standby)
Advanced Communication
Board-Interface board that
allows the CCU to
communicate over digitalradios and via GSM
Two are required for each
CCU, one for the digital
radio and the second for the
GSM modem.
SEOC, BEOC
Mass Alert Software SEOC, BEOC
Computer Station with 19
inch monitor (1+1
hotstandby)
SEOC, BEOC
GSM Modem,SIM card SEOC, BEOC
Microphone ,Digitized Pre-
Recorded Voice Messages
Pre-Recorded Digital
Messages - Includes up to 15
pre-recorded
messages with an average
length of 30 seconds of
recording time per
message ,24 port
switch,audio splitter, voice
logger etc
SEOC, BEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 251/368
100 Section VI. Technical Requirements
Horn Speaker audio
Coverage-1.0 Km radius
Double /Single
Storey building
RTU Double /Single
Storey building
VHF Antenna with cable Double /Single
Storey building
Antenna Lightning StrikeProtector
Double /SingleStorey building
Solar Panel Double /SingleStorey building
Solar Hybrid Inverter ,
Power cabling
Double /SingleStorey building
Solar Battery Bank Double /SingleStorey building
ALERT TOWER
Tower 15 Mtr
Double /Single
Storey building
Tower Earthing
Double /Single
Storey building
Tower Fencing
Double /Single
Storey building
Horn Speaker audio
Coverage-1.0 Km
Double /Single
Storey building
RTU Double /Single
Storey building
VHF Antenna with cable Double /Single
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 252/368
Section VI. Technical Requirements 101
Storey building
Antenna Lightning Strike
Protector
Double /SingleStorey building
Solar Panel Double /SingleStorey building
Solar Hybrid Inverter ,
Power cabling
Double /Single
Storey building
Solar Battery Bank Double /SingleStorey building
Mounting Pole Double /SingleStorey building
H
STRENGTHNING/OFFICE
AUTOMATION
H.1 SEOC
i
Work Stations (PC) with 19 "
LCD Monitor (OS, MS
Office and Anti Virus)
SEOC, DEOC,
BEOC
ii
Portable Projector with
screen SEOC, DEOC
iii
All-in-One Printer
(Printer,Scanner,Photocopier) SEOC, DEOC
iv Fax Machine SEOC, DEOC
v
LED TV Screen 42" HDMI
cable for news feed SEOC, DEOC
vi
Set-top Box with TV-
Connection Charges SEOC, DEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 253/368
102 Section VI. Technical Requirements
vii
Modular Furniture tables +
Chairs
SEOC, DEOC,
BEOC
Site Code:
SEOC
DEOC
BEOCFLC
CS: CYCLONE SHELTER
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 254/368
Section VI. Technical Requirements 103
4.2 EWDS Equipments Inventory Table (This is indicative Bidder to prepare)
Sl.No Equipment QTY Location
1 DMR
SEOC
DMR Work Station for Dispatcher with 19" LCD Monitor and 32" LED wall mountableScreen, Mic, speakers. Professional Work station for GIS application and Radio Dispatch
application Software and Licenses(1 Professional workstation per 2 districts)
2
Client Software for Remote PC & Mobile Application 1
PSTN/VOIP Interface Gateway at SEOC for interfacing with Radio Servers installed at
respective DEOC6
24 Port L2 Switch High End 1
Equipment Earthing 1
6 way charger for Handheld terminal with 10 no of 5A Power Socket 5
DMR Hand Held Terminals (reserve) 35
Power Cabling 1
Dedicated Internet for 3 Work Station 3
Modular Furniture tables + Chairs 4
Installation Cost (One time) 1
DMR Work Station for Dispatcher with 19" LCD Monitor and 32" LED wall mountable
Screen, Mic, speakers. Professional Work station for GIS application and Radio
Dispatch application Software and Licenses (2 Professional Work Stations x 6 districts)
12 DEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 255/368
Section VI. Technical Requirements 104
Professional Workstation for DMR Radio Server application software including
Repeater/GIS/PSTN/ VOIP/ GSM Interface licenses for Server (1 Pack per District x 6
Districts)
6
Client Software for Remote PC & Mobile Application (one per district x 6 districts) 6
PSTN/VOIP Interface Gateway for Radio Server 6
GSM SMS Gateway for Radio Server 6
24 Port L2 Switch High End (one per district x 6 districts) 6
DMR Fixed Station (one per district x 6 districts) 6
Equipment Earthing (one per district x 6 districts) 6
Power Cabling 6
Structured LAN Cabling 6
Dedicated Internet for Work Station 12
Modular Furniture tables + Chairs ( 2 set per District x 6 districts 12
Installation Cost (One time) 6
12 Port L2 Switch High End (one per block x 22 blocks) 22
BEOC
DMR Repeater with accessories (one per Block x 22 blocks) 22
DMR Fixed Station (one per Block x 22 blocks) 22
Tower 30 Mtr Self Supporting Mast (one per Block ) 22
Tower Earthing (one per Block x 22 blocks) 22
Equipment Earthing (one per Block x 22 blocks) 22
Power Cabling (one per Block x 22 blocks) 22
Structured LAN Cabling (one per Block x 22 blocks) 22
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 256/368
Section VI. Technical Requirements 105
Modular Furniture tables + Chairs (one set per Block x 22blocks) 22
Installation Cost (One time) 22
FLCDMR Repeater with accessories (one per FLC x 14 ) 14
FLC
DMR Fixed Station (one per FLC x 14 ) 14
Tower 30 Mtr Self Supporting Mast (one per FLC x 14 ) 14
Tower Earthing (one per FLC x 14 ) 14
Equipment Earthing (one per FLC x 14 ) 14
UPS 2 KVA with 4 hrs battery backup (one per FLC x 14 ) 14
Power Cabling (one per FLC x 14 ) 14
Structured LAN Cabling (one per FLC x 14 ) 14
Modular Furniture tables + Chairs (one per FLC x 14 ) 14
2 Mbps Microwave link (one per FLC x 14 ) 14
3G GSM Modem (one per FLC x 14 ) 14
Data card for GSM Modem for FLC's (Prepaid SIM with 3 years validity, one time purchase cost)
14
Installation Cost (One time) 14
2 SBMDV Satellite terminal
SBMDV Satellite terminal 2 SEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 257/368
Section VI. Technical Requirements 106
SBMDV Satellite terminal (2 per each District) 12 DEOC
3 Mass messaging
Work Stations with 19 " LCD Monitor 3
SEOC
Web based integrated Emergency Warning Software
including Customization 1
LED TV Screen 42" HDMI cable for GIS 2
Location Based Integration with 3 Telecom Service
Provider 3
Cloud based Data Backup Storage for Logs 1
Installation charges 1
Modular Furniture tables + Chairs 3
Power Cabling 1
4 Bandwidth& Internet10 Mbps andwidth (expandable to 20 Mbps) 1
5 Mbps Internet Bandwidth 1
42 U 19” Server Rack 1SEOC
24 port L2 switch 1
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 258/368
Section VI. Technical Requirements 107
WAN Router with 8 FE Port , 2 GE WAN Port and with
2 Fiber Port 10/100/1000 1
Firewall and IPS 1
24 Port FODP (Fibre Optic Distribution Panel) with
Pigtail 1
42 U Server Rack (24 " width and 42" depth) - (one perdistrict x 6 districts) 7
DEOC24 port L2 switch (one per district x2) 7
WAN Router with 8 FE Port , 2 GE WAN Port and with
2 FiberPort 10/100/1000 7
9 U Wall Mountable 19” Server Rack (one per Block x 22
blocks) 22
BEOC12 port L2 switch (one per Block x 22 blocks) 22
Wan Router with 4 LAN ports and two WAN ports (one
per Block x 22blocks) 22
5
Universal Communication Interface with
Accessories 1 SEOC
6 Alert TowerCommunication Control unit-Hardware which control
Alert Siren functionality
1
SEOCAdvanced Communication Board-Interface board that
allows the CCU to communicate over digital radios and
2
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 259/368
Section VI. Technical Requirements 108
via GSM
Two are required for each CCU, one for the digital radio
and the second for the GSM modem.
Mass Alert Software LOT
Computer Station (1+ 1 Hot standby) 1
GSM Modem, SIM Card 1
Microphone, Digitized Pre-Recorded Voice Messages
Pre-Recorded Digital Messages - Includes up to 15 pre-
recorded
messages with an average length of 30 seconds of
recording time per
message
LOT
Communication Control unit-Hardware which control
Alert Siren functionality
1
BEOC
Advanced Communication Board-Interface board that
allows the CCU to communicate over digital radios and
via GSM
Two are required for each CCU, one for the digital radio
and the second for the GSM modem.
2
Mass Alert Software LOT
Computer Station 1
GSM Modem, SIM Card 1
Microphone, Digitized Pre-Recorded Voice Messages LOT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 260/368
Section VI. Technical Requirements 109
Pre-Recorded Digital Messages - Includes up to 15 pre-
recorded
messages with an average length of 30 seconds of
recording time per
message
Horn Speaker Audio Coverage-1.0 Km radius ie. 2km Dia 37
SINGLE
STOREY
BUILDING
RTU 37
VHF Antenna with Cable 37
Antenna Lightning Strike Protector 37
Solar Panel 37
Solar Hybrid Inverter and Power cabling 37
Solar Battery Bank 37
ALERT TOWER 37
Tower 15 Mtr 37
Tower Earthing
37
Tower Fencing 37
Horn Speaker Audio Coverage-1.0 Km radius ie. 2km Dia 85 CYCLONE
SHELTERS/
DOUBLE
RTU 85
VHF Antenna with Cable 85
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 261/368
Section VI. Technical Requirements 110
Antenna Lightning Strike Protector 85 STOREY
BUILDINGSolar Panel 85
Solar Hybrid Inverter and Power cabling 85
Solar Battery Bank 85
Mounting Pole 85
7 Office Automation
Work Stations with 19 " LCD Monitor (OS, MS Office and
Anti Virus)
with HeadPhone, Webcam, Microphone, Keyboard,Mouse
2
SEOCPortable Projector with screen 1
Laserjet All-in-One Printer (Printer,Scanner,Photocopier) 1
Fax Machine 1
LED TV Screen 42" HDMI cable for news feed 4
Set-top Box with TV-Connection Charges 4
Modular Furniture tables + Chairs 3
Work Stations with 19 " LCD Monitor (OS, MS Office and
Anti Virus)
with Head Phone, Webcam, Microphone, Keyboard, Mouse (2
nos per DEOC x 6)
12
DEOC
Portable Projector with screen ( I per DEOC x 6) 7
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 262/368
Section VI. Technical Requirements 111
Laser jet All-in-One Printer (Printer, Scanner, Photocopier) ( I
per DEOC x 6)
7
Fax Machine ( I per DEOC x 6) 7
LED TV Screen 42" HDMI cable for news feed ( 2 per
DEOC x 6)
12
Set-top Box with TV-Connection Charges ( 2 per DEOC x 6) 12Modular Furniture tables + Chairs (3 per DEOC x 6) 21
Work Stations with 19 " LCD Monitor (OS, MS Office and
Anti Virus)
with Head Phone, Webcam, Microphone, Keyboard, Mouse (1
nos per BEOC x 22)
22
BEOC
Modular Furniture tables + Chairs (1 per BEOC x 22) 22
8 StructuredLAN Cabling
Face Plate (Single Port) 20
SEOC
Cat 6 UTP cable (306 mtrs per Box 124 Port Patch Panel –
loaded 1
Cat 6, UTP Patch Cord -
1 mtr. 20
Cat 6, UTP Patch Cord – 2 mtr 20
Face Plate (Single Port) 15 DEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 263/368
Section VI. Technical Requirements 112
Cat 6 UTP cable (306 mtrs per Box 1
24 Port Patch Panel –
loaded 15
Cat 6, UTP Patch Cord -
1 mtr. 15
Cat 6, UTP Patch Cord –1 mtr 15Cat 6, UTP Patch Cord -
2 mtr. 15
Face Plate (Single Port) 10 BEOC
Cat 6 UTP cable (306 mtrs per Box 10
12 Port Patch Panel –
loaded 1
Cat 6, UTP Patch Cord -
1 mtr. 10
Cat 6, UTP Patch Cord –2 mtr 10
9 POWERDG Set 10 KVA with Platform base 1
SEOCUPS-10 KVA at SEOC (2 in Hotstandby configuration) 2
POWER Cabling 1
UPS 5 KVA ( 1 per District) 6
DEOCDG SET-10 KVA ( 1 per District) 6
Power Cabling ( 1 per District) 6
UPS 5 KVA (one per Block x 22 blocks) 22 BEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 264/368
Section VI. Technical Requirements 113
DG SET-5 KVA (one per Block x 22 blocks) 22
Power Cabling (one per Block x22 blocks) 22
SMPS-Will provide regulated voltage for the Equipments
(one per FLC x 14 ) 14FLC
Battery Bank-will provide DC Voltage (one per FLC x
14) 14
4.3System Inventory Table (Recurrent Cost Items)
No. Component Y1(Incl. in
Warranty)
Y2(Incl. in
Warranty)
Y3
(AMC)
Y4
(AMC)
Y5
(AMC)
1
DMR
a Yearly WPC expenses (Royalty Charges +
License fee)
b Data card for GSM Modem for FLC's (14
FLC x 12 months =168)
2
Bandwidth
SEOC
5 Mbps dedicated Internet - Charges per
Year
SEOC 10 to 20 Mbps at SEOC -Charges per Year
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 265/368
Section VI. Technical Requirements 114
DEOC 2 to 4 Mbps at DEOC- Charges per Year
BEOC 1 to 2 Mbps at BEOC - Charges per Year
3
SBMDV
WPC License & Royalty fee for SBMDV
(BGAN) Terminals
SEOC SBMDV Subscription Charges yearly (2
SEOC = 2 x 12 month =24)
SBMDV Activation charges
SBMDV Talk Time and SMS charges
DEOC WPC License & Royalty fee for SBMDV
(BGAN) Terminals
DEOC SBMDV Talk Time and SMS charges
DEOC SBMDV Subscription Charges yearly ( 6
DEOC x 2 nos x 1 months =12 )
DEOC SBMDV Activation charges
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 266/368
Section VI. Technical Requirements 115
4 Universal
Communication
Interface
SEOC
AMC for Universal Communication
Interface per year
5 POWER
SEOC Diesel Charges for DG set (3 Liter per hour)
say 2 hrs Power cut per day = 3 ltr x 2 hrs x
30 days x 1month= 180 Ltrs per year
DEOC Diesel Charges for DG set (2 Liter per hour)
say 4 hrs Power cut per day = 2 ltr x 4hrs
x30 days x 1 month= 240 Ltrs per year x
6Districts
BEOC Diesel Charges for DG set (2 Liter per hour)
say 8 hrs Power cut per day = 2 ltr x 8 hrs x
30 days x 1 month= 480 Ltrs per year x 22
blocks
6 SET TOP BOX
SEOC Yearly connection charges forNews feed (4
no)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 267/368
Section VI. Technical Requirements 116
DEOC Yearly connection charges forNews feed (2
no) x 6Districts
7 DMR Manpower
SEOCSupervisor cum Radio Expert (1 per SEOC)
SEOC Radio Engineer:2 Persons
DEOC Manpower
Supervisor cum Radio Expert (1 per each
DEOC x 6 Districts)
(Total man-month=6 x 12 =72)
DEOC 1 Radio Engineer each 1 at 9 DEOC (1 per
each DEOC x 9 Districts)
(Total man-month=7 x 12 =84)
8
Mass Messaging
(SMS/ VOICE/
EMAIL) Manpower
SEOC Supervisor cum GIS expert
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 268/368
Section VI. Technical Requirements 117
SEOC 1 Warning Control Staff 1 Person )-
Engineer-Graduate (1 x 12 months)
SEOC AMC for Web based Software
SEOC AMC for Location Based Integration
Site Table
SITE TABLE
Site
Code Site
City/Town/Region(To be
decided alongwith states
disaster management
authorities)
Primary Street Address(To be
decided alongwith states
disaster management
authorities)
Drawing Referece No.(If
any)(Bidder to specify in
the Preliminary Project
Plan)
SEOC
State Emergency Operation
Center
DEOC
District Emergency Operation
Center
BEOC
Block Emergency Operation
Center
FLC Fish Landing Station
CS Cyclone Shelter
SB Sea Beaches
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 269/368
Section VI. Technical Requirements 118
F.REQUIRED FORMAT OF TECHNICAL BIDS
5.1Description of Information Technologies, Materials, Other Goods, andServices
5.1.0 The Bidder must provide detailed descriptions, technical brochure of the essential technical, performance, or other relevant characteristics of all key Information Technologies,
Materials, other Goods, and Services offered in the bid (e.g., version, release, and model
numbers). Without providing sufficient clear detail, Bidders run the risk of their bids
being declared non-responsive.
5.1.1 To assist in the bid evaluation, the detailed descriptions should be organized and cross
referenced in the same manner as the Bidder’s item-by-item commentary on the
Technical Requirements described in Section 5.2 below. All information provided by
cross reference must, at a minimum, include clear titles and page numbers.
5.2 Item-by-Item Commentary on the Technical Requirements
5.2.0 The Bidder must provide an item-by-item commentary on the Purchaser’s Technical
Requirements, demonstrating the substantial responsiveness of the overall design of the
System and the individual Information Technologies, Goods, and Services offered to
those Requirements, see ITB Clause 16.2 (b) (ITB Clause 12.2 (b) in the two-stage SBD).
5.2.1 In demonstrating the responsiveness of its bid, the Bidder is strongly urged to use the
Technical Responsiveness Checklist provided in Section G of the Technical
Requirements. Failure to do so, increases significantly the risk that the Bidder’s
Technical Bid will be declared technically non-responsive. Among other things, the
checklist should contain explicit cross references to the relevant pages in the Bidder’s
Technical Bid.
5.3 Preliminary Project Plan
5.3.0 The Bidder must prepare a Preliminary Project Plan describing, among other things, the
methods and human and material resources that the Bidder proposes to employ in the
design, management, coordination, and execution of all its responsibilities, if awarded the
Contract, as well as the estimated duration and completion date for each major activity.
The Preliminary Project Plan must also address the topics and points of emphasis
specified in
[ state: “SCC Clause 19” including any additional items stated in the Bid Data Sheet for
ITB Clause 16.2 (c) (ITB Clause 12.2 (c) in the two-stage SBD) ]. The Preliminary
Project Plan should also state the Bidder’s assessment of the major responsibilities of the
Purchaser and any other involved third parties in System supply and installation, as well
as the Bidder’s proposed means for coordinating activities by each of the involved parties
to avoid delays or interference.
5.3.1 In addition to the topics and points of emphasis, the Preliminary Project Plan MUST
address clearly the Mile Stones.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 270/368
Section VI. Technical Requirements 119
5.4 Confirmation of Responsibility for Integration and Interoperability of Information
Technologies
5.4.0 The Bidder must submit a written confirmation that, if awarded the Contract, it shall
accept responsibility for successful integration and interoperability of all the proposed
Information Technologies included in the System, as further specified in the Bidding
Document.
G. TECHNICAL RESPONSIVENESS CHECKLIST
This section deals with the Performa for queries, Compliance statement , deviation statement.
Bidder must submit a compliance statement for each Technical Specification.
No waiver/deviation shall be permitted after award of contract. All waiver/deviations after
placement of order pertaining to design and engineering or manufacture and supply shall
be addressed to the purchaser under very special circumstances.
Queries to be submitted in Doc/x Format
Bidding No.:
Name of Project: EWDS ,Odisha.
Name of the Bidder:
Contact Tel/Mb/Email :
Address of the Bidder:
Sr.
No.
Section No, Clause No
,Page No
Description Query/Suggestion
Signature:
Name of the authorized signatory:
Company seal:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 271/368
Section VI. Technical Requirements 120
Compliance Statement
Bidding No.:
Name of Project: EWDS,Odisha
S.
No
Section
No.
RFP
Clause
No.
Specifications/
Paragraph
Complie
d/ Not
complied
Cross
Reference
page number
in Bid
submitted
Comments
Note:
1. Bidder shall not use any other words except complied or not complied. The words
like noted, seen, partially complied etc. will not be acceptable.
2. Failure to provide documentary evidence in the prescribed format may result
in rejection of bid. (As this clause is very important, bidder may clarify this clause,
if required, during the pre-bid meeting).
* Bidders to provide documentary proof/reference for each and every clause
mentioned in the tender document. All the documentary proof/reference pages
should be numbered, and only the relevant statement in the document should be
highlighted indicating the corresponding clause no. In addition, the original tender
document countersigned in all pages should be submitted along with the bid.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 272/368
Section VI. Technical Requirements 121
Deviation Statement
Bidding No.:
Name of Project: EWDS,Odisha.
A) Terms & Conditions, Special terms & Conditions
B) Technical (Schedule of Requirement )
Sr.
No.
Section No. Clause
No.
Page
No.
Deviation Remarks
Signature:
Name of the authorized signatory: Company seal:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 273/368
Section VI. Technical Requirements 122
H. ATTACHMENTS
Attachment 1. Indicative SEOC,DEOC,BEOCSite Layout
ATTACHMENT 1
INDICATIVE SEOC, DEOC AND BEOC SITE LAYOUT
INDICATIVE LAYOUT SEOC ( 15 mtrs x 12 mtrs)
12 meter
Ch
air
Earth Bus
Bar 4 TV for
News Feed
2 x LED TV for
Messaging DMR Work
Station
Mass Messaging
Work Station
Admin
Desk
All Dimensions
in mm
UPS 2
1000
500 PC
Ph
on
e
Pri
nt
500
2000
500
2000
1500
750
1500
750
1500
750
Ch
air
Ch
air
Ch
air
1500
750
1500
750 750
DM
R
He
lp
De
2000
750 750 750
1500
Ch
air
Ch
air
Ch
air
1500
750
1500
750
2 work stations for
Strengthening
Ch
air
Ch
air
1500
750
1500
750
Alert Siren Control
Station
Ch
air
Ch
air
S
p
a
c
ef
o
r
A
l
m
i
r
a
h
D
o
or
1000
IT
RACK
100
0
1000
UPS 1
1000
500
1000
1000
3000
2000
3000
15meter
4000
10
00
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 274/368
Section VI. Technical Requirements 123
Earth Bus
Bar
INDICATIVE LAYOUT DEOC ( 12x10
Meter)
2 TV For News Feed
4000
300
0
All Dimensions in
mm
D
MR
Fix
ed
Sta
tio
2000
Ch
air
750
Ch
air
750
1500 1500
Ch
air
Admin
Desk
PC
Ph
on
e
Pri
nte
500
2000
1500
750
1500
750
1500
750
2 work stations for
Strengthening
Ch
air
Ch
air
5
0
0
S
p
a
c
e
f
o
r
A
l
m
i
r
a
h
100
0
200
0
Do
or
ITRACK
100
0 100
0
UPS
1000
500
1000
1000 3000
12meter
10meter
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 275/368
Section VI. Technical Requirements 124
Earth Bus Bar
Door
Chair
1000 Chair
Admin Desk
PC
Phone
Printer
Fax
Scanner
500
2000
1500
750
DMR
Station
table
750
All Dimensions in mm
INDICATIVE LAYOUT BEOC (5x4 Meter)
4meter
5 meter
IT RACK
1000
1000
UPS 1
1000
500
500
500
500
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 276/368
Section VI. Technical Requirements 125
Attachment 2. Licensing Requirements
ATTACHMENT 2
LICENSING REQUIREMENTS
LICENSING is required to be obtained from Department of Telecommunications
(DOT) for Satellite Phones/ Satellite-based Mobile Data/Voice (SBMDV)
terminal and DMR.
Satellite Based Mobile Data/ Voice Terminal (SBMDV)
Bidder has to apply for NOC with DOT
Once NOC is issued they have to apply for WPC (Wireless Planning &
Coordination wing) for grant /operating license.
Once WPC grant license is issued then they can buy the hardware, i.e.
terminal directly or through Hardware vendor.
Hardware vendor applies for import license with WPC and imports the
equipment to India on basis of NOC & Grant license of customer.
Hardware vendor supplies the equipment & Service Provider shares the ISN /
ID with customer.
Bidder applies for Operating license on basis of ISN/ ID to WPC
WPC finally issues Operating license and on basis of this, Service provideractivates the phone.
OPERATING LICENSE:
Supported with the ‘No Objection Certificate’ from DoT, an operating license
and frequency clearance in pre specified format is required to be obtained
from Wireless Adviser to the Government of India or Dy. Wireless Advisor
(Satellite).
DMR licensing:
Bidder has to prepare Application on the prescribed form of WPC (Selected
Vendor will help customer for the same).
After preparing and getting it signed, online application is to be filled on WPC
website (http://wpc.dot.gov.in/Home.asp ) after creating User ID & Password.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 277/368
Section VI. Technical Requirements 126
Printout of Online acknowledgement along with Hardcopy of form is to be
submitted in Sanchar Bhawan, WPC wing, New Delhi.
WPC will issue payment demand note for submitting Royalty Charges &
License Fee as per the requirement.
Bidder is supposed to submit the amount.
WPC will issue Permission for supply of equipment by supplier with 6 months
validity
Bidder will submit Invoice copy of Supplier along with copy of their
(supplier) “Dealer Possession Certificate” issued by WPC.
WPC will issue Operating License which is to be renewed annually by the
bidder for two years of operation.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 278/368
Section VI. Technical Requirements 127
Attachment 3. Table of Holidays and Other Non-Working Days in year 2015
ATTACHMENT 3
Table of Holidays and other Non Working Days 2015
Month 1 2 3 4 5 6 7 8 9 1
0
1
1
1
2
1
3
1
2
1
5
1
6
1
7
1
8
1
9
2
0
21 2
2
2
3
24 25 2
2
2
7
28 29
January R R R R/
SA
H
February R R/
SA
R
March R H R/
SA
H/
SA
April H H R
/
S
U
R R
May R/
SU
H R/
SA
June
July R H/
SA
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 279/368
Section VI. Technical Requirements 128
August H/
SA
R R R/
SA
Septembe
r
H
/
S
A
R H
October H R R H H/SA R
Novembe
r
R H R R R R H
Decembe
r
H H
Note Abbreviations:
R : Restricted Holiday
H : Central Holiday
SA : Saturday Holiday
SU : Sunday Holiday
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 280/368
Section VI. Technical Requirements 129
Attachment 4. List of SEOC , DEOC,BEOC and FLC
ATTACHMENT 4
TENTATIVE LIST OF SEOC,DEOC, BEOC
SEOC:
SEOC shall be located at First Floor , Rajiv Bhawan, Bhubaneshwar, Odisha
DEOCs:
S.No. Coastal District Address
1. PURI DISTRICT District Collectorate, PURI
2. BHADRAK DISTRICT District Collectorate, BHADRAK
3. JAGATSINGHPUR
DISTRICT
District Collectorate,
JAGATSINGHPUR
4. BALASORE DISTRICT District Collectorate, BALASORE
5. KENDRAPARA
DISTRICT
District Collectorate, KENDRAPARA
6. GANJAM DISTRICT District Collectorate, GANJAM
BEOCs:
S.NO. COASTA ISTRIC Coastal Blocks Address
1.
Puri
Astaranga C.D Block Block Development Office
(BDO), Astaranga2. Kakatpur C.D Block Block Development Office
(BDO), Kakatpur3. G.O.P C.D Block Block Development Office
(BDO), G.O.P4. Puri Sadar C.D. Block Block Development Office
(BDO), Puri Sadar
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 281/368
Section VI. Technical Requirements 130
5. Brahmagiri C.D Block Block Development Office
(BDO), Brahmagiri6. KrushnaPrasad C.D Block Block Development Office
(BDO), KrushnaPrasad
7. Bhadrak Chandabali C.D Block Block Development Office
(BDO), Chandabali8. Basudebpur C.D Block Block Development Office
(BDO), Basudebpur
9. Jagatsinghapur Balikuda C.D Block Block Development Office
(BDO), Balikuda10 Ersama C.D Block Block Development Office
(BDO), Ersama 11 Kujanga C.D Block Block Development Office
(BDO), Kujanga
12 Balasore Bhograi C.D Block Block Development Office
(BDO), Bhograi 13 Baliapal C.D Block Block Development Office
(BDO), Baliapal 14 Balasore Sadar C.D Block Block Development Office
(BDO), Baleshwar Sadar 15 Remuna CD Block Block Development Office
(BDO), Remuna 16 Bahanaga C.D Block Block Development Office
(BDO), Bahanaga
1 Kendrapara Mahakalapada C.D Block Block Development Office(BDO), Mahakalapada
1 Rajnagar C.D Block Block Development Office(BDO), Rajnagar
19 Ganja Ganja C.D Block Block Development Office(BDO), Ganjam 20 Chhatrapur C.D Block Block Development Office
(BDO), Chhatrapur 21 Rengeilunda C.D Block Block Development Office
(BDO), Rengeilunda 22 Chikiti C.D Block Block Development Office
(BDO), Chikiti
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 282/368
Section VI. Technical Requirements 131
Attachment 5. List of FLC
ATTACHMENT 5
TENTATIVE LIST OF FISH LANDING CENTRE (FLC)
I BALASORE DISTRICT
1 Chandipur FLC
2 Bahabalpur (Jetty)
3 Khandia FLC
4 Mahisali FLC
5 Talasari Jetty
6 Kirtania Jetty
7 Kasia FLC
8 Kankadapal FLC
9 Choumukha FLC
10 Panchubisa Jetty
11 Jamuea FLC
12 Gadeisagar FLC
II BHADRAK DISTRICT
13 Dhamara F.H
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 283/368
Section VI. Technical Requirements 132
14 Chandanipal FLC
15 Karanapali FLC
16 Koithakola FLC
17 Boincha FLC
18 Karanjamala FLC
19 Chudamani Jetty
20 Kasia FLC
21 Bideipur FLC
22 Kansabansa Jetty
III KENDRAPADA DISTRICT
23 Kajalapatia
24 Kharanasi
25 Jamboo
26 Kendrapatia
27 Tantiapal
28 Talachua Jetty
29 Gopalpur FLC
30 Barunei FLC
IV JAGATSINGHPUR DISTRICT
31 New Fishing Harbour, Paradeep
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 284/368
Section VI. Technical Requirements 133
32 Atharbanki
33 Noliasahi
34 Chaumuhani
35 Bandar
V PURI DISTRICT
36 Penthakata (Puri)
37 Sapakothi (Puri)
38 Harachandi (Bramhagiri)
39 Arakhakuda (Krushna Prasad)
40 Khirisahi
41 Sciandi- Ramlanka
42 Nuagarh
43 Kaliakona
44 Sahana
45 Toilo
46 Chandrabhaga, Konark
47 Ramchandi
VI GANJAM DISTRICT
48 Prayagi FLC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 285/368
Section VI. Technical Requirements 134
49 Kantiagada FLC
50 Rushikulya Base
51 Nolia Nuagaon FLC
52 Gokharkuda FLC
53 Sana Aryapalli FLC
54 Bada Aryapalli FLC
55 Pati Sonapur FLC
56 Sonapur FLC
57 Markandi FLC
58 Gopalpur FLC
59 Revkatur FLC
60 New Baxipalli FLC
61 New Golabandh FLC
62 Garampeta FLC
63 Rameyapatna FLC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 286/368
Section VI. Technical Requirements 135
ATTACHMENT 6
List of Villages for installation of alert siren under component -A of NCRMP
SL
No
District Block
Village
Building
Type/Storied1
Puri
Brahmagiri(2)Sipasarubali Double
2 Narasinghpurpatana Double
3
Gop(4)
Tikana Double
4 Ramachandi Single
5 Chandrabhaga Double
6 Khalakata Single
7
Astaranga(9)
Gundalaba Double
8 Daluakani Double
9 Keutajunga Double
10 Nuagarh Double11 Sahana Single
12 Gundalaba Single
13 Sribantapur Single
14 Udaykani Double
15 Natara Single
16Kakatpur(2)
Singharapal Double
17 Chotipada Double
18
Krushnaprasad(6)
Paikarapur Single
19 Nandala Single
20 Brahmandeo Single
21 Udayagiri Single
22 Balianla Single
23 Brahmapur Double
24
Puri Sadar(3)
Penthakata Double
25 Puri Hotel Seven
26 Sworgadwara Single
27
Balasore Balasore Sadar(10)
Parikhi Double
28 Kasafal Double
29 Dubalagadi Double
30 Talaborai Double
31 Kusumali Single
32 Gudu Double
33 Jayadebkasapa Double
34 Chandipur Double
35 Srikona Double
36 Bahabalpur Double
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 287/368
Section VI. Technical Requirements 136
37Remuna(2)
Talapada Double
38 Inchudi Double
39
Bahanaga(5)
Bhilla Single
40 Ataspur Double
41 Baripada Double
42 Barajadeuli Double
43 Rupakhanda Double
44
Bhogarai(5)
Bichitrapur Double
45 Bindha Padmapur Double
46 Krishnanagari Double
47 Narayan Mohanty Padia Double
48 Udaipur Double
49
Baliapal(6)
Chaumukh Double
50 Jambhirai Double
51 Jamunashul Double
52 Kakrapali Double
53 dagar Double
54 Narayanpur Double
55
Bhadrak
Basudevpur(4)
Kismat krushnapur Double
56 Badahabelisahi Double
57 Mohanpur Double
58 Kantipur Single
59
Chandabali(11)
Karanpalli Single
60 Kuamara Double61 Baincha Double
62 Dhankuta Double
63 Karanjamal Double
64 Gourprasad Single
65 Kanakprasad Single
66 Amarnagar Double
67 Balisahi Single
68 Chndinipal Double
69 Dosinga Double
70
Kendrapara Mahakalpara(9)
Barakolikhala Double71 Badatubi Double
72 Kandarapatia Single
73 Ratapanga Double
74 Sasana Double
75 Narasinghpur Single
76 Kajalpatia Double
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 288/368
Section VI. Technical Requirements 137
77 Jamboo Double
78 Suniti Double
79
Rajnagar(11)
Rajpatana Single
80 Khasmunda Double
81 Anantakeshari Single
82 Pravati Single
83 Endulapur Double
84 Kaitha Double
85 Chinchiri Double
86 Pentha Double
87 Sailendrasarai Single
88 Saundripal Double
89 Bandhapur Double
90
Jagatsingpur
Ersama(7)
Gobindpur Double
91 Shahadabedi Double
92 Dhinkia Double
93 Nuagan Single
94 Noliasahi Double
95 Polanga Double
96 Siali Single
97Kujanga(2)
Nehru Bunglow Double
98 Sandhakuda Double
99
Balikuda(3)
Bandar Double
100 Kusupur(Dandabedi) Double101 Baradia(Balijori) Double
102
Ganjam
Chikiti(5)
Patasonupur Double
103 Sonupur Single
104 Rameyapatana Double
105 Chandan Bada Double
106 Eksingh Double
107
Rangeilunda(5)
Markandi Double
108 Kirtipur Single
109 Gopalpur NAC Single
110 New Golabandha Single
111 New Boxipalli Single
112
Chatrapur(4)
Bandar Single
113 Rev Katur Single
114 Bada Aryapalli Double
115 Nolia Nuagaon Single
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 289/368
Section VI. Technical Requirements 138
116
Ganjam(7)
Ganjam NAC (
JCL area)Double
117 Purunabandh Double
118Gokharakuda Double
119 Kantiagada Double
120 Podempeta Single
121 Mayurpada Single
122 Prayagi Double
District=6 Block=22 Village=122
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 290/368
Section VII. Sample Forms 1
SECTION VII (A). S AMPLE FORMS (TECHNICAL BID)
Contents
Section VII (A). Sample Forms (Technical Bid) ......................................................... 1
1. Bid Submission Form (Single-Stage Bidding) ............................................................... 3
2. Other Bid Forms and Lists ............................................................................................. 5
2.1 Manufacturer’s Authorization ................................................................................. 6
2.2 List of Proposed Subcontractors .............................................................................. 8
2.3 Software List .......................................................................................................... 9
2.4 List of Custom Materials ....................................................................................... 10
2.5.1
General Information Form .................................................................................... 11
2.5.2 General EWDS Experience Record ....................................................................... 12
2.5.3 Consortium Summary ........................................................................................... 13
2.5.4 Particular EWDS Systems Experience Record ...................................................... 14
2.5.5 Details of Contracts of Similar Nature and Complexity ......................................... 15
2.5.6 Financial Capabilities ............................................................................................ 16
2.5.7 Personnel Capabilities ........................................................................................... 18
2.5.8 Candidate Summary .............................................................................................. 19
2.5.9 Technical Capabilities ........................................................................................... 20
2.5.10 Litigation History ................................................................................................ 20
3. Bid-Securing Declaration ............................................................................................. 21
3.1 Bid Security (Bank Guarantee) ................................................................................ 23
4. Contract Agreement ..................................................................................................... 25
Appendix 1. Supplier’s Representative ......................................................................... 29
Appendix 2. Adjudicator ............................................................................................... 30
Appendix 3. List of Approved Subcontractors .............................................................. 31
Appendix 4. Categories of Software.............................................................................. 32
Appendix 5. Custom Materials...................................................................................... 33
Appendix 6. Revised Price Schedules ........................................................................... 34
Appendix 7. Minutes of Contract Finalization Discussions and Agreed-to Contract
Amendments ......................................................................................................... 34
5. Performance and Advance Payment Security Forms ................................................. 35
5.1 Performance Security Form (Bank Guarantee) ...................................................... 36
5.2 Advance Payment Security Form (Bank Guarantee) ................................ .............. 38
6. Installation and Acceptance Certificates ..................................................................... 39
6.1 Installation Certificate ........................................................................................... 39
6.2 Operational Acceptance Certificate ....................................................................... 40
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 291/368
Section VII. Sample Forms 2
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 292/368
Section VII. Sample Forms 3
1. BID SUBMISSION FORM (SINGLE-STAGE BIDDING)
Part-I (Technical Bid)
Date: XX.XX.2015
Loan/Credit No.: NCRMP-1 / 5413-IN
IFB: ODISHA/SRC/NCRMP/EWDS/0008/2015
Contract: Procurement of Supply, Installation,Commissioning and Services for EarlyWarning Dissemination System for CoastalDistricts of ODISHA
To: The Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Ground Floor, Rajiv Bhawan,Bhubaneshwar – 751001 Odisha
Dear Sir :
Having examined the Bidding Documents, including Addenda Nos. [ insert numbers ], the receipt of which is hereby acknowledged, we, the undersigned, offerto supply, install, achieve Operational Acceptance of, and support the EWDSSystem under the above-named Contract in full conformity with the said BiddingDocuments.
The above offer is in accordance with the Part-II (Commercial/Financial Bid)or Price Schedules submitted separately and made part of this bid.
We undertake, if our bid is accepted, to commence work on the EWDSSystem and to achieve Installation and Operational Acceptance within the respectivetimes stated in the Bidding Documents.
We accept the appointment of The Institution of Engineers (India) as the Adjudicator.
We hereby certify that the Software offered in this bid and to be suppliedunder the Contract (i) either is owned by us, or (ii) if not owned by us, is covered bya valid license from the proprietor of the Software.
We hereby certify that the Hardware offered in this bid and to be suppliedunder the contract (i) either manufactured by us, or (ii) if not manufactured by us, iscovered by valid Manufacturers Authorizations.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 293/368
Section VII. Sample Forms 4
We agree to abide by this bid, which, in accordance with ITB Clauses,consists of this letter (Bid Submission Form) and the enclosures listed below, for aperiod of 180 days from the date fixed for submission of bids as stipulated in theBidding Documents, and it shall remain binding upon us and may be accepted by
you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid,together with your written acceptance of the bid and your notification of award, shallconstitute a binding contract between us. We understand that you are not bound toaccept the lowest or any bid you may receive.
Dated this [ insert: ordinal ] day of [ insert: month ],[ insert: year ].
Signed:
Date:
In the capacity of [ insert: title or position ]
Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]
ENCLOSURES:
Part-I (Technical Bid)
Bid-Securing Declaration or Bid-Security (if and as required)
Signature Authorization [plus, in the case of a Consortium Bidder, list all otherauthorizations pursuant to ITB Clause 6.2]
Attachment 1. Bidder’s Eligibility
Attachment 2. Bidder’s Qualifications (including Manufacturer’s Authorizations and Subcontractor agreements if and as required)
Attachment 3. Eligibility of Goods and Services
Attachment 4. Conformity of the EWDS System to the BiddingDocuments
Attachment 5. Proposed Subcontractors
Attachment 6. Intellectual Property (Software and Materials Lists)
[if appropriate, specify further attachments or other enclosures]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 294/368
Section VII. Sample Forms 5
2. OTHER BID FORMS AND LISTS
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 295/368
Section VII. Sample Forms 6
2.1 Manufacturer’s Authorization
Invitation for Bids Title and No.: Procurement of Supply, Installation, Commissioningand Services for Early Warning DisseminationSystem for the Coastal Districts of OdishaNo: ODISHA/SRC/NCRMP/EWDS/0008/2015
[If applicable:] Lot, Slice, Subsystem No(s).:
To: The Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar – 751001Odisha
WHEREAS _______________________________________ who are officialproducers of _______________________________________________ and havingproduction facilities at
__________________________________________________________ do herebyauthorize
__________________________________________________________________located at _____________________________________________________(hereinafter, the “Bidder”) to submit a bid and subsequently negotiate and sign aContract with you for resale of the following Products produced by us:
We hereby confirm that, in case the bidding results in a Contract between you andthe Bidder, the above-listed products will come with our full standard warranty. Weshall support the essential spares after sales of the offered product for a period of 5years from the date of operational acceptance.
Name In the capacity of
Signed
Duly authorized to sign the authorization for and on behalf of :
________________________
Dated on _______________________________ day of ______________________, ______
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 296/368
Section VII. Sample Forms 7
Note: This authorization should be written on the letterhead of the Manufacturer and besigned by a person with the proper authority to sign documents that are binding on theManufacturer.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 297/368
Section VII. Sample Forms 8
2.2 List of Proposed Subcontractors
Item Proposed Subcontractor Place of Registration &Qualifications
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 298/368
Section VII. Sample Forms 9
2.3 Software List
(select one per item) (select one per item)
Software ItemSystem
Software
General-PurposeSoftware
ApplicationSoftware
StandardSoftware
CustomSoftware
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 299/368
Section VII. Sample Forms 10
2.4 List of Custom Materials
Custom Materials
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 300/368
Section VII. Sample Forms 11
2.5.1 General Information Form
All individual firms and each partner of a Consortium that are bidding must completethe information in this form. Nationality information should be provided for all ownersor Bidders that are partnerships or individually owned firms.
Where the Bidders proposes to use named Sub Contractors for highly specializedcomponents of the EWDS system, the following information should also be suppliedfor the Sub contractor(s) together with the information in Forms 2.5.2, 2.5.3, 2.5.3a,2.5.4 and 2.5.5. Consortium must also fill out Form 2.5.2a
1. Name of firm
2. Head office address
3. Telephone Contact
4. Fax Telex
5. Place of incorporation / registration Year of incorporation / registration
Nationality of owners¹
Name Nationality
1.
2.
3.
4.
5.
¹/ To be completed by all owners of partnerships or individually owned firms.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 301/368
Section VII. Sample Forms 12
2.5.2 General EWDS Experience Record
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM AuthorizedPartner/ Distributor
All individual firms and all partners of a Consortium must complete the informationin this form with regard to the management of EWDS Systems contracts generally.The information supplied should be the annual turnover of the Bidder (or eachmember of a Consortium ), in terms of the amounts billed to clients for each year forwork in progress or completed, converted to U.S. dollars at the rate of exchange atthe end of the period reported. The annual periods should be calendar years, withpartial accounting for the year up to the date of submission of applications. Thisform may be included for Subcontractors only if the Bid Data Sheet for ITB
Clause 6.1 (a) explicitly permits experience and resources of (certain)Subcontractors to contribute to the Bidder’s qualifications.
A brief note on each contract should be appended, describing the nature of theEWDS System, duration and amount of contract, managerial arrangements,purchaser, and other relevant details.
Use a separate page for each partner of a Consortium , and number these pages.
Bidders should not enclose testimonials, certificates, and publicity material with theirapplications; they will not be taken into account in the evaluation of qualifications.
Annual turnover data (applicable activities only)
Year¹ Turnover US$ equivalent
1.
2.
3.
4.
5.
¹/ Commencing with the partial year up to the date of submission ofbids
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 302/368
Section VII. Sample Forms 13
2.5.3 Consort ium Summary
Names of all partners of a Consortium
1. Partner in charge2. Partner
3. Partner
4. Partner
5. Partner
Total value of annual turnover, in terms of EWDS System billed to clients, in US$
equivalent, converted at the rate of exchange at the end of the period reported:
Annual turnover data (applicable activities only; US$ equivalent)
Partner Form3.5.2pageno.
Year 1 Year 2 Year 3 Year 4 Year 5
1.Partnerin charge
2.Partner
3.Partner
4.Partner
5.Partner
Totals
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 303/368
Section VII. Sample Forms 14
2.5.4 Part icular EWDS Systems Experience Record
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM Authorized Partner/ Distributor
On separate pages, using the format of Form 3.5.3a, the Bidder is requested to listcontracts of a similar nature, complexity, and requiring similar information technologyand methodologies to the contract or contracts for which these Bidding Documentsare issued, and which the Bidder has undertaken during the period, and of thenumber, specified in the BDS for ITB Clause 6.1 (a). Each partner of a Consortium
should separately provide details of its own relevant contracts. The contract valueshould be based on the payment currencies of the contracts converted into U.S.dollars, at the date of substantial completion, or for ongoing contracts at the time ofaward.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 304/368
Section VII. Sample Forms 15
2.5.5 Details of Contracts of Simi lar Nature and Complexity
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM AuthorizedPartner/ Distributor
Use a separate sheet for each contract.
1. Number of contract
Name of contract
Country
2. Name of Purchaser
3. Purchaser address
4. Nature of EWDS Systems and special features relevant to the contract for which theBidding Documents are issued
5. Contract role (check one)
Prime Supplier Management Contractor Subcontractor Partnerin a Consortium
6. Amount of the total contract/subcontract/partner share (in specified currencies atcompletion, or at date of award for current contracts)
Currency Currency Currency
7. Equivalent amount US$
Total contract: $_______; Subcontract: $_______; Partner share: $_______;
8. Date of award/completion
9. Contract was completed _____ months ahead/behind original schedule (if behind,provide explanation).
10. Contract was completed US$ _________ equivalent under/over original contractamount (if over, provide explanation).
11. Special contractual/technical requirements.
12. Indicate the approximate percent of total contract value (and US$ amount) of EWDSSystem undertaken by subcontract, if any, and the nature of such EWDS System.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 305/368
Section VII. Sample Forms 16
2.5.6 Financial Capabilities
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM Authorized Partner/ Distributor
Bidders, including each partner of a Consortium, shall provide financial informationto demonstrate that they meet the requirements stated in the BDS for ITBClause 6.1 (a). Each Bidder or partner of a Consortium shall complete this form. Ifnecessary, separate sheets shall be used to provide complete banker information. Acopy of the audited balance sheets shall be attached.
Autonomous subdivisions of parent conglomerate businesses shall submit financialinformation related only to the particular activities of the subdivision.
Banker Name of banker
Address of banker
Telephone Contact name and title
Fax Telex
Summarize actual assets and liabilities in U.S. dollar equivalent (at the rates ofexchange current at the end of each year) for the previous five calendar years.Based upon known commitments, summarize projected assets and liabilities in U.S.dollar equivalent for the next two calendar years, unless the withholding of suchinformation by stock market listed public companies can be substantiated by the
Bidder.
Financialinformation inUS$ equivalent
Actual:
Previous five years
Projected:
Next two years
5 4 3 2 1 1 2
1. Total assets
2. Currentassets
3. Totalliabilities
4. Currentliabilities
5. Profitsbefore taxes
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 306/368
Section VII. Sample Forms 17
Financialinformation inUS$ equivalent
Actual:
Previous five years
Projected:
Next two years
5 4 3 2 1 1 2
6. Profits aftertaxes
Specify proposed sources of financing, such as liquid assets, unencumbered realassets, lines of credit, and other financial means, net of current commitments,available to meet the total construction cash flow demands of the subject contract orcontracts as indicated in the BDS for ITB Clause 6.1 (a).
Source of financing Amount (US$ equivalent)
1.2.
3.
4.
Attach audited financial statements—including, as a minimum, profit and lossaccount, balance sheet, and explanatory notes—for the period stated in the BDS forITB Clause 6.1 (a) (for the individual Bidder or each partner of a Consortium ).
If audits are not required by the laws of Bidders' countries of origin, partnerships andfirms owned by individuals may submit their balance sheets certified by a registeredaccountant, and supported by copies of tax returns,
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 307/368
Section VII. Sample Forms 18
2.5.7 Personnel Capabilities
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM Authorized Partner/ Distributor
For specific positions essential to contract management and implementation (and/orthose specified in the Bidding Documents, if any), Bidders should provide the namesof at least two candidates qualified to meet the specified requirements stated foreach position. The data on their experience should be supplied on separate sheetsusing one Form 3.5.6a for each candidate.
Bidders may propose alternative management and implementation arrangementsrequiring different key personnel, whose experience records should be provided.
1. Title of position
Name of prime candidate
Name of alternate candidate
2. Title of position
Name of prime candidate
Name of alternate candidate
3. Title of position
Name of prime candidateName of alternate candidate
4. Title of position
Name of prime candidate
Name of alternate candidate
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 308/368
Section VII. Sample Forms 19
2.5.8 Candidate Summary
Name of Bidder
Position Candidate
Prime Alternate
Candidateinformation
Name of candidate Date of birth
Professional qualifications
Presentemployment
Name of Employer
Address of Employer
Telephone Contact (manager / personnelofficer)
Fax Telex
Job title of candidate Years with present Employer
Summarize professional experience over the last twenty years, in reverse
chronological order. Indicate particular technical and managerial experience relevantto the project.
From To Company/Project/ Position/Relevant technical and managementexperience
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 309/368
Section VII. Sample Forms 20
2.5.9 Technical Capabilities
Name of Prime Bidder/ Consortium Partner/ Subcontractor/ OEM / OEM Authorized Partner/ Distributor
The Bidder shall provide adequate information to demonstrate clearly that it has thetechnical capability to meet the requirements for the EWDS System. With this form,the Bidder should summarize important certifications, proprietary methodologies,and/or specialized technologies which the Bidder proposes to utilize in the executionof the Contract or Contracts.
2.5.10 Litigation History
Name of Bidder or partner of a Consortium
Bidders, including each of the partners of a Consortium, shall provide information onany history of litigation or arbitration resulting from contracts executed in the last fiveyears or currently under execution. A separate sheet should be used for eachpartner of a Consortium.
Year Award FORor AGAINSTBidder
Name of client, cause of litigation, and matterin dispute
Disputed amount(current value,US$ equivalent)
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 310/368
Section VII. Sample Forms 21
3. BID-SECURING DECLARATION
IFB:Installation, Commissioning, Supply & Services for Early Warning DisseminationSystem[No. ODISHA/SRC/NCRMP/EWDS/0008/2015]
To: The Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar – 751001Odisha
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-
Securing Declaration.
We accept that we, and in the case of a Consortium all partners to it, willautomatically be suspended from being eligible for participating in bidding for anycontract with you for the period of time of three years, in case of, and starting fromthe date of, breaching our obligation(s) under the bidding conditions due to:
(a) withdrawing our bid, or any part of our bid, during the period of bid validityspecified in the Bid Submission Form or any extension of the period of bid validitywhich we subsequently agreed to; or
(b) having been notified of the acceptance of our bid by you during the period ofbid validity, (i) failing or refusing to execute the Contract Agreement, or (ii)failing or refusing to furnish the performance security, if required, inaccordance with the Instructions to Bidders.
We understand this Bid-Securing Declaration shall expire if we are not thesuccessful Bidder, upon the earlier of (i) our receipt of your notification to us of thename of the successful Bidder; or (ii) twenty-eight days after the expiration of theperiod of bid validity.
If the submission of alternative bids was permitted, and in case we did submit one or
more alternative bids, this Bid-Securing Declaration applies to these parts of our bidas well.
Signed:[insert: signature of person whose name and capacity are shownbelow]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 311/368
Section VII. Sample Forms 22
Name:[insert: name of person signing the Bid-Securing Declaration], in thecapacity of [insert: legal capacity of person signing the Bid-SecuringDeclaration ]
Duly authorized to sign the bid for and on behalf of: [insert: name of Bidder ] Dated on ____________ day of __________________, 2015
[add Corporate Seal (where appropriate)]
[Note to Bidders: Consortiums need to ensure that, their Bid-Securing Declaration meets therequirements for Consortiums as stated in the ITB Clause on "Securing the Bid".]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 312/368
Section VII. Sample Forms 23
3.1 Bid Securi ty (Bank Guarantee)
________________________________
[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhavan, Bhubaneshwar – 751001 Odisha Date:[insert: date]
BID GUARANTEE No.:[insert: Bid Guarantee Number ]
We have been informed that [insert: name of the Bidder ] (hereinafter called "theBidder") has submitted to you its bid dated [insert: bid date] (hereinafter called "theBid") for the execution of Installation, Commissioning, Supply & Services for
Early Warning Dissemination System under Invitation for Bids No. AP/SPIU/NCRMP-1/EWDS/001/2015.
Furthermore, we understand that, according to your conditions, bids must besupported by a bid guarantee, and that the bid guarantee automatically covers anyalternative bids included in the Bid, if the Bidder is permitted to offer alternatives anddoes so.
At the request of the Bidder, we [insert: name of Bank] hereby irrevocablyundertake to pay you any sum or sums not exceeding in total an amount of [insert:amount in figures] ([insert: amount in words]) upon receipt by us of your firstdemand in writing accompanied by a written statement stating that the Bidder is inbreach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn the Bid (or any parts of it) during the period of bid validityspecified by the Bidder in the Bid Submission Form or any extension of theperiod of bid validity which the Bidder subsequently agreed to; or
(b) having been notified of the acceptance of the Bid by you during the period ofbid validity, (i) failed or refused to execute the Contract Agreement, or (ii)failed or refused to furnish the performance security, if required, inaccordance with the Instructions to Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receiptof copies of the contract signed by the Bidder and the performance security issuedto you upon the instruction of the Bidder; or (b) if the Bidder is not the successfulbidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder ofthe name of the successful bidder; or (ii) twenty-eight days after the expiration of theBid's validity.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 313/368
Section VII. Sample Forms 24
Consequently, any demand for payment under this guarantee must be received byus at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
_____________________________
[Signature(s)]
[Note to Bidders: Instructions on amount and currency can be found in the ITB Clause and BDS for"Securing the Bid." Consortiums need to also ensure that their Bank Guarantee meets therequirements for Consortiums as provided in the same Clause.]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 314/368
Section VII. Sample Forms 25
4. CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT is madethe [ insert: ordinal ] day of [ insert: month ], [ insert: year ].
BETWEEN
(1) The Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar –751001 Odisha
, a [ insert: descript ion of type of legal entity, for example, an agency ofthe Ministry of . . . ] of the Government of [ India ], or corporationincorporated under the laws of [ insert: country of Purchaser ] and
having its principal place of business at [ insert: address ofPurchaser ] (hereinafter called “the Purchaser”), and
(2) [ insert: name of Suppl ier ], a corporation incorporated under the lawsof [ insert: country of Supplier ] and having its principal place ofbusiness at [ insert: address of Supplier ](hereinafter called “theSupplier”).
WHEREAS the Purchaser desires to engage the Supplier to supply, install, achieveOperational Acceptance of, and support the Installation, Commissioning, Supply& Services for Early Warning Dissemination System(“the System”), and the
Supplier has agreed to such engagement upon and subject to the terms andconditions appearing below in this Contract Agreement.
NOW IT IS HEREBY AGREED as follows:
Article 1.
ContractDocuments
1.1 Contract Documents (Reference GCC Clause 1.1 (a) (ii))
The following documents shall constitute the Contractbetween the Purchaser and the Supplier, and each shall
be read and construed as an integral part of the Contract:(a) This Contract Agreement and the Appendices
attached to the Contract Agreement
(b) Special Conditions of Contract
(c) General Conditions of Contract
(d) Technical Requirements (including Implementation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 315/368
Section VII. Sample Forms 26
Schedule)
(e) The Supplier’s bid and original Price Schedules
(f) [ Add here: any other documents ]
1.2 Order of Precedence (Reference GCC Clause 2)
In the event of any ambiguity or conflict between theContract Documents listed above, the order of precedenceshall be the order in which the Contract Documents arelisted in Article 1.1 (Contract Documents) above, providedthat Appendix 7 shall prevail over all provisions of theContract Agreement and the other Appendices attached tothe Contract Agreement and all the other ContractDocuments listed in Article 1.1 above.
1.3 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used in this Contract Agreement shall have the same meanings as are ascribedto them in the General Conditions of Contract.
Article 2.
ContractPrice andTerms ofPayment
2.1 Contract Price (Reference GCC Clause 1.1(a)(viii) andGCC Clause 11)
The Purchaser hereby agrees to pay to the Supplier theContract Price in consideration of the performance by theSupplier of its obligations under the Contract. TheContract Price shall be the aggregate of: [ insert: amountof foreign currency A in words ],[insert: amount in
figures ],plus [ insert: amount of foreign currency B inwords ],[insert: amount in figures ], plus [ insert: amount of foreign currency C in words ], [insert:amount in figures ], [ insert: amount of local currencyin words ], [ insert: amount in figures ], as specified inthe Grand Summary Price Schedule.
The Contract Price shall be understood to reflect the termsand conditions used in the specification of prices in thedetailed price schedules, including the terms andconditions of the associated Incoterms, and the taxes,
duties and related levies if and as identified. Article 3.
EffectiveDate forDeterminingTime forOperational
3.1 Effective Date (Reference GCC Clause 1.1 (e) (ix))
The time allowed for supply, installation, and achievingOperational Acceptance of the System shall be determinedfrom the date when all of the following conditions havebeen fulfilled:
(a) This Contract Agreement has been duly executed for
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 316/368
Section VII. Sample Forms 27
Acceptance and on behalf of the Purchaser and the Supplier;
(b) The Supplier has submitted to the Purchaser theperformance security and the advance paymentsecurity, in accordance with GCC Clause 13.2 andGCC Clause 13.3;
(c) The Purchaser has paid the Supplier the advancepayment, in accordance with GCC Clause 12;
(d) [ specify here: any other condit ions, for example,opening/confirmation of letter of credit ].
Each party shall use its best efforts to fulfill the aboveconditions for which it is responsible as soon aspracticable.
3.2 If the conditions listed under 3.1 are not fulfilled within two
(2) months from the date of this Contract Agreementbecause of reasons not attributable to the Supplier, theparties shall discuss and agree on an equitable adjustmentto the Contract Price and the Time for AchievingOperational Acceptance and/or other relevant conditions ofthe Contract.
Article 4.
Appendixes
4.1 The Appendixes listed below shall be deemed to form anintegral part of this Contract Agreement.
4.2 Reference in the Contract to any Appendix shall mean the
Appendixes listed below and attached to this Contract Agreement, and the Contract shall be read and construedaccordingly.
APPENDIXES
Appendix 1. Supplier’s Représentative
Appendix 2. Adjudicator [if there is no Adjudicator, state “ not applicable” ]
Appendix 3. List of Approved Subcontractors
Appendix 4. Categories of Software
Appendix 5. Custom Materials Appendix 6. Revised Price Schedules (if any)
Appendix 7. Minutes of Contract Finalization Discussions and Agreed-toContract Amendments
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 317/368
Section VII. Sample Forms 28
IN WITNESS WHEREOF the Purchaser and the Supplier have caused this Agreement to be duly executed by their duly authorized representatives the day andyear first above written.
For and on behalf of the Purchaser
Signed:
in the capacity of The Special Relief Commissioner , Government of Odisha,
in the presence of
For and on behalf of the Supplier
Signed:
in the capacity of [ insert: tit le or other appropriate designation ]
in the presence of
CONTRACT AGREEMENT
dated the [ insert: number ]day of [ insert: month ], [ insert: year ]
BETWEEN
Special Relief Commissioner , Revenue and DM (Special Relief) Department,“thePurchaser”
and
[ insert: name of Supplier ], “the Supplier”
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 318/368
Section VII. Sample Forms 29
Appendix 1. Suppl ier’s Representative
In accordance with GCC Clause 1.1 (b) (iv), the Supplier’s Representative is:
Name: [ insert: name and provide title and address further below, or state “ to be nominated within fourteen (14) days of the EffectiveDate” ]
Title: [ if appropriate, insert: title ]
In accordance with GCC Clause 4.3, the Supplier's addresses for notices under the
Contract are:
Address of the Supplier's Representative: [ as appropriate, insert: personaldelivery, postal, cable, telegraph, telex, facsimile, electronic mail, and/orEDI addresses. ]
Fallback address of the Supplier: [ as appropriate, insert: personal delivery,postal, cable, telegraph, telex, facsimile, electronic mail, and/or EDIaddresses. ]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 319/368
Section VII. Sample Forms 30
Appendix 2. Adjudicator
In accordance with GCC Clause 1.1 (b) (vi), the agreed-upon Adjudicator is:
As proposed by Institution of Engineers (India)
Name:
Title:[ insert: title ]
Address: [ insert: postal address ]
Telephone: [ insert: telephone ]
In accordance with GCC Clause 6.1.3, the agreed-upon fees and reimbursableexpenses are:
Hourly Fees:[ insert: hourly fees ]
Reimbursable Expenses:[ list:reimbursables ]
Pursuant to GCC Clause 6.1.4, if at the time of Contract signing, agreement has notbeen reached between the Purchaser and the Supplier, an Adjudicator will beappointed by the Appointing Authority named in the SCC.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 320/368
Section VII. Sample Forms 31
Appendix 3. List of Approved Subcontractors
The Purchaser has approved use of the following Subcontractors nominated by theSupplier for carrying out the item or component of the System indicated. Wheremore than one Subcontractor is listed, the Supplier is free to choose between them,but it must notify the Purchaser of its choice sufficiently in advance of the time whenthe subcontracted work needs to commence to give the Purchaser reasonable timefor review. In accordance with GCC Clause 20.1, the Supplier is free to submitproposals for Subcontractors for additional items from time to time. No subcontractsshall be placed with any such Subcontractors for additional items until theSubcontractors have been approved in writing by the Purchaser and their nameshave been added to this list of Approved Subcontractors, subject to GCCClause 20.3.
[ specify: item, approved Subcont ractors, and their place of registration thatthe Supplier proposed in the corresponding attachment to its bid and that thePurchaser approves that the Supplier engage during the performance of theContract. Add additional pages as necessary. ]
Item Approved Subcontractors Place ofRegistration
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 321/368
Section VII. Sample Forms 32
Appendix 4. Categor ies of Software
The following table assigns each item of Software supplied and installed under theContract to one of the three categories: (i) System Software, (ii) General-Purpose
Software, or (iii) Application Software; and to one of the two categories: (i) StandardSoftware or (ii) Custom Software.
(select one per item) (select one per item)
Software ItemSystem
Software
General-PurposeSoftware
ApplicationSoftware
StandardSoftware
CustomSoftware
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 322/368
Section VII. Sample Forms 33
Appendix 5. Custom Materials
The follow table specifies the Custom Materials the Supplier will provide under theContract.
Custom Materials
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 323/368
Section VII. Sample Forms 34
Appendix 6. Revised Price Schedules
The attached Revised Price Schedules (if any) shall form part of this Contract Agreement and, where differences exist, shall supersede the Price Schedulescontained in the Supplier’s Bid. These Revised Price Schedules reflect anycorrections or adjustments to the Supplier’s bid price, pursuant to the ITB Clauses18.3, 26.2, and 33.1 (ITB Clauses 30.3, 38.2, and 45.1 in the two-stage SBD).
Appendix 7. Minutes o f Contract Finalization Discussions and Agreed-to Contract Amendments
The attached Contract amendments (if any) shall form part of this Contract Agreement and, where differences exist, shall supersede the relevant clauses in theGCC, SCC, Technical Requirements, or other parts of this Contract as defined inGCC Clause 1.1 (a) (ii).
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 324/368
Section VII. Sample Forms 35
5. PERFORMANCE AND ADVANCE PAYMENT SECURITY
FORMS
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 325/368
Section VII. Sample Forms 36
5.1 Performance Security Form (Bank Guarantee)
[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhavan, Bhubaneshwar – 751001 Odisha
Date:[insert: date]
PERFORMANCE GUARANTEE No.:[insert: Performance Guarantee Number ]
We have been informed that on [insert: date of award] you awarded Contract No.[ AP/SPIU/NCRMP-1/EWDS/001/2015] for Installation, Commissioning, Supply &Services for Early Warning Dissemination System(hereinafter called "theContract") to [insert: complete name of Supplier ] (hereinafter called "the Supplier").Furthermore, we understand that, according to the conditions of the Contract, aperformance guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you anysum(s) not exceeding [insert: amount(s)1 in figures and words ] upon receipt by usof your first demand in writing declaring the Supplier to be in default under theContract, without cavil or argument, or your needing to prove or to show grounds orreasons for your demand or the sum specified therein.
On the date of your issuing, to the Supplier, the Operational Acceptance Certificatefor the System, the value of this guarantee will be reduced to any sum(s) notexceeding [insert: amount(s)1 in figures and words]. This remaining guaranteeshall expire no later than [insert: number and select: of months/of years (of theWarranty Period that needs to be covered by the remaining guarantee)] from thedate of the Operational Acceptance Certificate for the System, 2 and any demand forpayment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICCPublication No. 458, except that subparagraph (ii) of Sub-article 20 (a) is herebyexcluded.
1 The bank shall insert the amount(s) specified and denominated in the SCC for GCC Clauses13.3.1 and 13.3.4 respectively, either in the currency(ies) of the Contract or a freely convertiblecurrency acceptable to the Purchaser.
2 In this sample form, the formulation of this paragraph reflects the usual SCC provisions for GCCClause 13.3. However, if the SCC for GCC Clauses 13.3.1 and 13.3.4 varies from the usualprovisions, the paragraph, and possibly the previous paragraph, need to be adjusted to preciselyreflect the provisions specified in the SCC.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 326/368
Section VII. Sample Forms 37
_______________________[Signature(s)]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 327/368
Section VII. Sample Forms 38
5.2 Advance Payment Secur ity Form (Bank Guarantee)
________________________________[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhavan, Bhubaneshwar – 751001 Odisha
Date:[insert: date]
ADVANCE PAYMENT GUARANTEE No.: [insert: Advance Payment GuaranteeNumber ]
We have been informed that on [insert: date of award] you awarded Contract No.[ AP/SPIU/NCRMP-1/EWDS/001/2015] for Installation, Commissioning, Supply &Services for Early Warning Dissemination System(hereinafter called "theContract") to [insert: complete name of Supplier ] (hereinafter called "the Supplier").Furthermore, we understand that, according to the conditions of the Contract, anadvance payment in the sum of [insert: amount in numbers and words, for eachcurrency of the advance payment]is to be made to the Supplier against anadvance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sumor sums not exceeding in total the amount of the advance payment referred toabove, upon receipt by us of your first demand in writing declaring that the Supplieris in breach of its obligations under the Contract because the Supplier used theadvance payment for purposes other than toward the proper execution of the
Contract.It is a condition for any claim and payment to be made under this guarantee that theadvance payment referred to above must have been received by the Supplier on itsaccount [insert: number and domicile of the account].
For each payment after the advance payment, which you will make to the Supplierunder this Contract, the maximum amount of this guarantee shall be reduced by theninth part of such payment.1 At the time at which the amount guaranteed becomesnil, this guarantee shall become null and void, whether the original is returned to usor not.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
1 This sample formulation assumes an Advance Payment of 10% of the Contract Price excludingRecurrent Costs, and implementation of the main option proposed by this SBD in the SCC forGCC Clause 13.2.2 for gradually reducing the value of the Advance Payment Security. If the
Advance Payment is other than 10%, or if the reduction in amount of the security follows adifferent approach, this paragraph would need to be adjusted and edited accordingly.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 328/368
Section VII. Sample Forms 39
______________________[Signature(s)]
6. INSTALLATION AND ACCEPTANCE CERTIFICATES
6.1 Installation Certif icate
Date: [ insert: date ]
Loan/Credit Number: NCRMP-1 / 5413-IN
IFB:Installation, Commissioning, Supply & Services for Early WarningDissemination System No: ODISHA/SRC/NCRMP/EWDS/0008/2015
]
Contract: [ insert: name and number of Contract ]
To: [ insert: name and address of Supplier ]
Dear Sir or Madam:
Pursuant to GCC Clause 26 (Installation of the System) of the Contractentered into between yourselves and the The Special Relief Commissioner,Revenue and DM (Special Relief) Department, Government of Odisha, RajivBhawan, Bhubaneshwar – 751001 Odisha (hereinafter the “Purchaser”) dated[ insert: date of Contract ], relating to the Installation, Commissioning, Supply &Services for Early Warning Dissemination System, we hereby notify you that theSystem (or a Subsystem or major component thereof) was deemed to have been
correctly installed on the date specified below.1. Description of the System (or relevant Subsystem or major component:[ insert: description ]
2. Date of Installation: [ insert: date ]
Notwithstanding the above, you are required to complete the outstandingitems listed in the attachment to this certificate as soon as practicable. This lettershall not relieve you of your obligation to achieve Operational Acceptance of theSystem in accordance with the Contract nor of your obligations during the WarrantyPeriod.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: The Special Relief Commissioner, Government of Odisha
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 329/368
Section VII. Sample Forms 40
6.2 Operational Acceptance Cert ificate
Date: [ insert: date ]
Loan/Credit Number: NCRMP-1 / 5413-IN
IFB:Installation, Commissioning, Supply & Services for EarlyWarning Dissemination System[ ODISHA/SRC/NCRMP/EWDS/0008/2015]
Contract:[ insert: name of System or Subsystem and numberof Contract ]
To: [ insert: name and address of Supplier ]
Dear Sir or Madam:
Pursuant to GCC Clause 27 (Commissioning and Operational Acceptance) ofthe Contract entered into between yourselves and the Special Relief Commissioner,Government of Odisha, (hereinafter the “Purchaser”) dated [ insert: date ofContract ], relating to the Installation, Commissioning, Supply & Services forEarly Warning Dissemination System, we hereby notify you the System (or theSubsystem or major component identified below) successfully completed theOperational Acceptance Tests specified in the Contract. In accordance with the
terms of the Contract, the Purchaser hereby takes over the System (or theSubsystem or major component identified below), together with the responsibility forcare and custody and the risk of loss thereof on the date mentioned below.
1. Description of the System (or Subsystem or major component): [ insert: description ]
2. Date of Operational Acceptance: [ insert: date ]
This letter shall not relieve you of your remaining performance obligationsunder the Contract nor of your obligations during the Warranty Period.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Rajiv Bhawan, Bhubaneshwar – 751001Odisha
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 330/368
Section VII. Sample Forms 1
SECTION VII(B). S AMPLE FORMS
(COMMERCIAL/ FINANCIAL BID)
Contents
Section VII(B). Sample Forms ....................................................................................... 1
1. Bid Submission Form (Single-Stage Bidding) ............................................................... 2
Part-II (COMMERCIAL/ FINANCIAL BID) ................................................................... 2
2.1 Preamble ................................................................................................................. 5
2.2 Grand Summary Cost Table .................................................................................... 7
2.3
Supply and Installation Cost Summary Table .......................................................... 8
2.4 Recurrent Cost Summary Table .............................................................................. 9
2.5 Training ................................................................................................................ 10
2.6 AMC..................................................................................................................... 11
2.7 Supply and Installation Cost Sub-Table................................................................. 12
2.8 Recurrent Cost Sub-Table ..................................................................................... 33
2.9 Country of Origin Code Table ............................................................................... 38
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 331/368
Section VII. Sample Forms 2
1. BID SUBMISSION FORM (SINGLE-STAGE BIDDING)
PART-II (COMMERCIAL/ FINANCIAL BID)
Date: XX.XX.2015
Loan/Credit No.: NCRMP-1 / 5413-IN
IFB: ODISHA/SRC/NCRMP/EWDS/0008/2015
Contract: Procurement of Supply, Installation,Commissioning and Services for EarlyWarning Dissemination System for Coastal
Districts of ODISHA
To: The Special Relief Commissioner, Revenue and DM (Special Relief)Department, Government of Odisha, Ground Floor, Rajiv Bhawan,Bhubaneshwar – 751001 Odisha
Dear Sir :
Having examined the Bidding Documents, including Addenda Nos. [ insert numbers ], the receipt of which is hereby acknowledged, we, the undersigned, offerto supply, install, achieve Operational Acceptance of, and support the EWDS
System under the above-named Contract in full conformity with the said BiddingDocuments for the sum of:
[ insert: amount of localcurrency in words ]
([ insert: amount of localcurrency in figures fromcorresponding Grand Totalentry of the Grand SummaryCost Table ])
plus [ insert: amount of foreigncurrency A in words ]
([ insert: amount of foreigncurrency A in figures from
corresponding Grand Totalentry of the Grand SummaryCost Table ])
[ as appropriate, add the following ]
plus [ insert: amount of foreigncurrency B in words ]
([ insert: amount of foreigncurrency B in figures fromcorresponding Grand Total
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 332/368
Section VII. Sample Forms 3
entry of the Grand SummaryCost Table ])
plus [ insert: amount of foreigncurrency C in words ]
([ insert: amount of foreigncurrency C in figures fromcorresponding Grand Totalentry of the Grand SummaryCost Table ])
or such other sums as may be determined in accordance with the terms andconditions of the Contract. The above amounts are in accordance with the PriceSchedules attached herewith and made part of this bid.
We undertake, if our bid is accepted, to commence work on the EWDSSystem and to achieve Installation and Operational Acceptance within the respective
times stated in the Bidding Documents.If our bid is accepted, and if these Bidding Documents so require, we
undertake to provide an advance payment security and a performance security inthe form, in the amounts, and within the times specified in the Bidding Documents.
“We accept the appointment of The Institution of Engineers (India) as the Adjudicator.”
We hereby certify that the Software offered in this bid and to be suppliedunder the Contract (i) either is owned by us, or (ii) if not owned by us, is covered bya valid license from the proprietor of the Software.
We hereby certify that the Hardware offered in this bid and to be supplied under the
contract (i) either manufactured by us, or (ii) if not manufactured by us, is covered byvalid Manufacturers Authorizations
We agree to abide by this bid, which, in accordance with ITB Clauses,consists of this letter (Bid Submission Form) and the enclosures listed below, for aperiod of 180days from the date fixed for submission of bids as stipulated in theBidding Documents, and it shall remain binding upon us and may be accepted byyou at any time before the expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating tothis Bid, and to Contract execution if we are awarded the Contract, are listed below:
Name and Address of Agent
Amount andCurrency
Purpose ofCommission orGratuity
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 333/368
Section VII. Sample Forms 4
Etc. [if none, state: “none” ]
Until the formal final Contract is prepared and executed between us, this bid,
together with your written acceptance of the bid and your notification of award, shallconstitute a binding contract between us. We understand that you are not bound toaccept the lowest or any bid you may receive.
Dated this [ insert: ordinal ] day of [ insert: month ],[ insert: year ].
Signed:
Date:
In the capacity of [ insert: title or position ]
Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 334/368
Section VII. Sample Forms 5
2. Price Schedule FormsPart-II (Financial Bid)
2.1 Preamble
General
1. The Price Schedules are divided into separate Schedules as follows:
2.2 Grand Summary Cost Table
2.3 Supply and Installation Cost Summary Table
2.4 Recurrent Cost Summary Table
2.5 Training
2.6 AMC
2.7 Supply and Installation Cost Sub-Table(s)
2.8 Recurrent Cost Sub-Tables(s)
2.9 Country of Origin Code Table
2. The Schedules do not generally give a full description of the EWDStechnologies to be supplied, installed, and operationally accepted, or theServices to be performed under each item. However, it is assumed thatBidders shall have read the Technical Requirements and other sections ofthese Bidding Documents to ascertain the full scope of the requirements
associated with each item prior to filling in the rates and prices. The quotedrates and prices shall be deemed to cover the full scope of these TechnicalRequirements, as well as overhead and profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall seekclarification in accordance with the Instructions to Bidders in the BiddingDocuments prior to submitting their bid.
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due toerrors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet,prices shall be fixed and firm for the duration of the Contract.
5. Bid prices shall be quoted in the manner indicated and in the currenciesspecified in ITB Clauses. Prices must correspond to items of the scope andquality defined in the Technical Requirements or elsewhere in these BiddingDocuments.
6. The Bidder must exercise great care in preparing its calculations, since there isno opportunity to correct errors once the deadline for submission of bids haspassed. A single error in specifying a unit price can therefore change a
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 335/368
Section VII. Sample Forms 6
Bidder’s overall total bid price substantially, make the bid noncompetitive, orsubject the Bidder to possible loss. The Purchaser will correct any arithmeticerror in accordance with the provisions of ITB Clauses
7. Payments will be made to the Supplier in the currency or currencies indicatedunder each respective item. As specified in ITB Clause , no more than threeforeign currencies may be used. The price of an item should be uniqueregardless of installation site.
8. The items specified in the BoQ are indicative only, however, the biddermay quote and supply the items for completeness of the solution.
9. The prices quoted should be inclusive of all taxes/octroi charges as applicable.
10. All pages of the Technical and Financial Bid should be numbered.
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 336/368
Section VII. Sample Forms 7
2.2 Grand Summary Cost Table
LocalCurrency ]
INR
ForeignCurrency
$
ForeignCurrency
€
ForeignCurrency
£
Price Price Price Price
1 Supply and InstallationCosts- (from Supply andInstallation Cost SummaryTable)
2 Operating Recurrent Costs
(from Recurrent CostSummary Table)
3 Training
4 AMC (3rd, 4th& 5th Year)
Grand Totals (to BidSubmission Form)
Note: The prices are inclusive of all taxes/ Custom Duties /octroi charges etc. as
applicable.
Name of Bidder:
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 337/368
Section VII. Sample Forms 8
2.3 Supply and Installation Cost Summary Table
Supply & Installation PricesLocally
supplieditems
Items supplied from outside the Purchaser’sCountry
LineItemNo. Subsystem / Item
LocalCurrency
LocalCurrency
ForeignCurrency
$Price
ForeignCurrency
€Price
ForeignCurrency
£Price
INRPrice
INRPrice
1DMR
2
SBMDV3 Mass Messaging
4 Bandwidth &Internet
5 Universal CommInterface
6 Alert Tower Siren
7 Office automation8
Power9 Set Top Box10 Any Other item
Sub Totals
TOTAL (To GrandSummary Table)
Note: Refer to the relevant Supply and Installation Cost Sub-Table for the specificcomponents that constitute each Subsystem or line item in this summary table
Name of Bidder:
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 338/368
Section VII. Sample Forms 9
2.4 Recurrent Cost Summary Table
LocalCurrency
INR
ForeignCurrency
$
ForeignCurrency
€
ForeignCurrency
£ LineItemNo.
Subsystem / Item Price Price Price Price
1 DMR2 SBMDV3 Mass
Messaging
4 Bandwidth &Internet
5 UniversalCommunicationInterface
6 Alert TowerSiren
7Officeautomation
8 Power
9 Set Top Box10 DMR-
Manpower11 Mass
MessagingManpower
12 Any other i tem
Sub Totals (To GrandSummary Table)
Note: Refer to the relevant Recurrent Cost Sub-Tables for the specific components that constitutethe Subsystem or line item in this summary table.
Name of Bidder:
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 339/368
Section VII. Sample Forms 10
2.5 Training
LocalCurrency
INR
ForeignCurrency
$
ForeignCurrency
€
ForeignCurrency
£LineItemNo.
Details of Training Price Price Price Price
1 DMR
2 SBMDV
3 MassMessaging
4 Alert SirenSystem
5 UniversalcommunicationInterface
6 Bandwidth &Internet
7 Any other i tem
Subtotals (to Grand Summary Table)
Name of Bidder:
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 340/368
Section VII. Sample Forms 11
2.6 AMC
Bidder shall operate and maintain the EWDS system for two years after successful Acceptance Testing (AT). Cost of 1
st Year and 2
ndYear AMC shall be covered under
warranty to be borne by the Bidder. Bidder shall be paid for 3nd
year to 5th
Year AMC. The Bidder shall quote for AMC Charges from third year upto fifth year on peryear basis. All the three year AMC charges and total contract value shall beconsidered for evaluation purposes.
LocalCurrency
INR
ForeignCurrency
$
ForeignCurrency
€
ForeignCurrency
£
Line Item No. AMCCharges
Price Price Price Price
Year 3
Year 4
Year 5
Subtotals (to Grand Summary Table)
Subtotals to AMC Charges
Name of Bidder:
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 341/368
Section VII. Sample Forms 12
2.7 Supply and Installation Cost Sub-Table
The items specified in the BoQ are indicative only, however, the bidder may quote and supply the otherrequired items for completeness of the solution
Unit Prices / Rates Total Prices
SuppliedLocally
Supplied from outside thePurchaser’s Country
Supplied
Locally
Supplied f rom outsidePurchaser’s Count
Equipment
Countryof OriginCode Qty
localcurrencyINR
localcurrencyINR
foreigncurrency
$
foreigncurrency
€
foreigncurrency
£
localcurrencyINR
localcurrencyINR
foreigncurrency
$
foreigncurrency
€
DMR
SEOC
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 342/368
Section VII. Sample Forms 13
DMR Work Station forDispatcher with 19"LCD Monitor and 32"LED wall mountableScreen, Mic, speakers.Professional Workstation for GIS
application and RadioDispatch applicationSoftware andLicenses(1Professionalworkstation per 3districts)
2
Client Software forRemote PC & Mobile Application
1
PSTN/VOIP InterfaceGateway at SEOC forinterfacing with RadioServers installed at
respective DEOC
6
24 Port L2 Switch HighEnd
1
Equipment Earthing 1
6 way charger forHandheld terminal with10 no of 5A PowerSocket 5
DMR Hand HeldTerminals 35
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 343/368
Section VII. Sample Forms 14
Power Cabling 10 mtrs 1
Dedicated Internet forWork Station 2
Furniture tables+Chairs 4
Installation Cost (One
time) 12T Split Air Conditioner 4
Any other i tem
DEOC
DMR Work Station forDispatcher with 19"LCD Monitor and 32"LED wall mountableScreen, Mic, speakers.Professional Workstation for GISapplication and RadioDispatch applicationSoftware and Licenses
(2 Professional WorkStations x 6 districts)
12
ProfessionalWorkstation for DMRRadio Serverapplication softwareincludingRepeater/GIS/PSTN/VOIP/ GSM Interfacelicenses for Server (1Pack per District x 6
6
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 344/368
Section VII. Sample Forms 15
Districts)
Client Software for
Remote PC & Mobile Application (one perdistrict x 6 districts)
6
PSTN/VOIP InterfaceGateway for RadioServer
6
GSM SMS Gatewayfor Radio Server
6
24 Port L2 Switch HighEnd (one per districtx 6 districts)
6
DMR Fixed Station(one per district x 6districts)
6
Equipment Earthing(one per district x 6districts)
6
Power Cabling 10 mtrs6
LAN Cabling x 6districts)
6
Dedicated Internet forWork Station 0
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 345/368
Section VII. Sample Forms 16
Modular Furnituretables + Chairs ( 2 setper District) x 6Districts
12
Installation Cost (Onetime)
6
2T Split Air Conditioner12
Any other i tem
BEOC
12 Port L2 Switch HighEnd (one per block x22 blocks)
22
DMR Repeater withaccessories (one perBlock x 22 blocks)
22
DMR Fixed Station(one per Block x 22blocks)
22
Tower 30 Mtr (one perBlock x 22 blocks)
22
Tower Earthing (oneper Block x 22 blocks)
22
Equipment Earthing(one per Block x 22blocks)
22
Power Cabling 10 mtrs(one per Block x 22blocks)
22
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 346/368
Section VII. Sample Forms 17
LAN Cabling (one perBlock x 22 blocks)
22
Modular Furnituretables + Chairs (oneset per Block x22blocks)
22
Installation Cost (One
time)
22
2T Split Air Conditioner(one set per Block x22blocks)
22
Any other i tem
FLC
DMR Repeater withaccessories (one perFLC x 14)
14
DMR Fixed Station(one per FLC x 14 )
14
Tower 30 Mtr (one perFLC x 14 )
14
Tower Earthing (oneper FLC x 14 )
14
Equipment Earthing(one per FLC x 14 )
14
UPS 2 KVA with 4 hrsbattery backup (oneper FLC x 14 )
14
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 347/368
Section VII. Sample Forms 18
Power Cabling (oneper FLC x 14 )
14
LAN Cabling (one perFLC x 14 )
14
Modular Furnituretables + Chairs (oneper FLC x 14)
14
2 Mbps Microwave link(one pair per FLC x 14)
14
3G GSM Modem (oneper FLC x 14)
14
Data card for GSMModem for FLC's(Prepaid SIM with 3years validity, one timepurchase cost)
14
Installation Cost (Onetime)
14
Any other i tem
SBMDV SatelliteTerminal
SEOC
SBMDV Satelliteterminal 2
DEOC
SBMDV Satelliteterminal (2x 6 districts) 12
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 348/368
Section VII. Sample Forms 19
Mass Messaging
SEOC
Work Stations with 19 "LCD Monitor 3Web based integratedEmergency Warning
Software 1LED TV Screen 42"HDMI cable for GIS
2
Location BasedIntegration with 3Telecom ServiceProvider 3
Cloud based DataBackup Storage forLogs 1
Installation charges 1
Modular Furnituretables + Chairs 3
Power Cabling 1 Any other i tem
Bandwidth&INTERNET
SEOC
10 Mbps BandwidthExpandable to 20Mbps) 1
5 Mbps Internet 1
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 349/368
Section VII. Sample Forms 20
Network ManagementSystem 142 U Server Rack (19 "width) - (one perSEOC) 1
24 port L2 switch with2 FiberPort
10/100/1000 and 2 GEports (one per SEOC)and 2 GE ports 1
Firewall and IPS 1
24 Port FODP (FibreOptic DistributionPanel) with Pigtail andCopper Patch panel 1
WAN Router with 8 FEPort , 2 GE WAN Portand with 2 FiberPort10/100/1000 Fiber Optic StructuredCabling upto 2 Kms
from SWAN Port
Any other i tem
DEOC
2 Mbps expandable to4 Mbps 6
42 U Server Rack (19 "width) - (one perdistrict x 6 districts)
6
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 350/368
Section VII. Sample Forms 21
24 port L2 switch with2 FiberPort10/100/1000 (one perdistrict x 6 districts)
6
24 Port FODP (FibreOptic DistributionPanel) with Pigtail and
Copper Patch panel
6
Fiber Optic StructuredCabling upto 2 Kmsfrom SWAN Port
6
WAN Router with 8 FEPort , 2 GE WAN Portand with 2 FiberPort10/100/1000
6
Any other i tem
BEOC
1 Mbps expandable to
2 Mbps 22
9 U Wall Mountable19” Server Rack (oneper Block x 22 blocks)
22
12 port L2 switch with2 FiberPort10/100/1000 (one perBlock x 22blocks)
22
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 351/368
Section VII. Sample Forms 22
5 Way 230 V PowerStrip
22
WAN Router with 4LAN Ports and with 2WANPorts10/100/1000 22
Fiber Optic Structured
Cabling upto 2 Kmsfrom SWAN Port 10Fiber Optic LANStructured Cablingwithin 100 Meters to500 Meters fromSWAN Port 2
CAT’6’ Copper LANStructured Cablingwithin 100 Meters 10
12 Port FODP (FibreOptic Distribution
Panel) with Pigtail andCopper Patch panel 24
Any other i tem
UniversalCommunicationInterface with Accesso ries 1
Alert Tower Siren
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 352/368
Section VII. Sample Forms 23
SEOC
CommunicationControl station-Hardware whichcontrol Alert Sirenfunctionality (1+1 hotstandby)
1
AdvancedCommunication Board-
Interface board thatallows the CCU tocommunicate over
digital radios and viaGSM
Two are required foreach CCU, one for the
digital radio and thesecond for the GSM
modem.
2
Mass Alert Software(with license for SEOC
and all BEOC)
LOT
Computer Station with19 inch monitor (1+1hotstandby)
1
GSM Modem,SIM card 1
Microphone ,DigitizedPre-Recorded VoiceMessagesPre-Recorded DigitalMessages - Includes
LOT
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 353/368
Section VII. Sample Forms 24
up to 15 pre-recordedmessages with anaverage length of 30seconds of recordingtime permessage ,24 portswitch,audio splitter,
voice logger etc Any other i tem
BEOC
CommunicationControl station-Hardware whichcontrol Alert Sirenfunctionality
22
AdvancedCommunication Board-Interface board thatallows the CCU tocommunicate over
digital radios and viaGSMTwo are required foreach CCU, one for thedigital radio and thesecond for the GSMmodem.
22
Mass Alert Software LOT
Computer Station with19 inch monitor
22
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 354/368
Section VII. Sample Forms 25
GSM Modem 22
Microphone ,DigitizedPre-Recorded VoiceMessagesPre-Recorded DigitalMessages - Includesup to 15 pre-recorded
messages with anaverage length of 30seconds of recordingtime permessage ,24 portswitch,audio splitter,voice logger etc
22LOT
Any other i tem
Single StoreyBuilding
Horn Speaker audioCoverage-1.0 Kmradius eg 2 kms dia
37
RTU 37
cVHF Antenna withcable
37
Antenna LightningStrike Protector
37
Solar Panel 37
f
Solar Hybrid Inverter1500 VA, Powercabling
37
Solar Battery Bank 37
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 355/368
Section VII. Sample Forms 26
15 meters AngularTower/ Spun ConcreteTower
37
Any other i tem
CS/Double Storey(+)Building
Horn Speaker audioCoverage-1.0 Kmradius eg 2 kms dia
85
RTU 85
VHF Antenna withcable
85
Antenna LightningStrike Protector
85
Solar Panel 85
f
Solar Hybrid Inverter1500VA, Powercabling
85
Solar Battery Bank 85
Mounting Pole 5meters with guy wiresupport to be mountedon rooftop with polecivil foundation
85
Any other i tem
Office Automation
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 356/368
Section VII. Sample Forms 27
SEOC
Work Stations with 19 "LCD Monitor (OS, MSOffice and Anti Virus)with Head Phone,Webcam, Microphone,Keyboard, Mouse
2
Portable Projector withscreen
1
Laserjet All-in-OnePrinter(Printer,Scanner,Photocopier)
1
Fax Machine 1
LED TV Screen 42"HDMI cable for newsfeed 4
Set-top Box with TV-Connection Charges
4
Modular Furniture
tables + Chairs 3DEOC
Work Stations with 19 "LCD Monitor (OS, MSOffice and Anti Virus)with HeadPhone,Webcam, Microphone,Keyboard,Mouse (2nos per DEOC x 6)
12
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 357/368
Section VII. Sample Forms 28
Portable Projector withscreen ( I per DEOC x6)
6
Laserjet All-in-OnePrinter(Printer,Scanner,Photocopier) ( I per DEOC
x6)
6
Fax Machine ( I perDEOC x 6)
6
LED TV Screen 42"HDMI cable for newsfeed ( 2 per DEOC x 6)
12
Set-top Box with TV-Connection Charges (2 per DEOC x 6
12
Modular Furnituretables + Chairs (3 perDEOC x6)
18
BEOC
Work Stations with 19 "
LCD Monitor (OS, MSOffice and Anti Virus)with HeadPhone,Webcam, Microphone,Keyboard,Mouse (1nos per BEOC x 22)
22
Modular Furnituretables + Chairs (1 perBEOC x 22)
22
LAN Cabling
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 358/368
Section VII. Sample Forms 29
SEOC
Face Plate (SinglePort) 20
Cat 6 UTP cable (306mtrs per Box 1
24 Port Patch Panel –loaded 1
Cat 6, UTP Patch Cord-1 mtr. 20
Cat 6, UTP Patch Cord –2 mtr 20
DEOC
Face Plate (SinglePort) 15Cat 6 UTP cable (306mtrs per Box 1
24 Port Patch Panel –loaded 15
Cat 6, UTP Patch Cord-
1 mtr. 15Cat 6, UTP Patch Cord –1 mtr 15Cat 6, UTP Patch Cord-2 mtr. 15
BEOC
Face Plate (SinglePort) 10
Cat 6 UTP cable (306 10
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 359/368
Section VII. Sample Forms 30
mtrs per Box
12 Port Patch Panel –loaded 1
Cat 6, UTP Patch Cord-1 mtr. 10Cat 6, UTP Patch Cord –2 mtr 10
Any other i tem
POWER
SEOC
Silent DG Set 50 KVAwith Platform base,earthing and 50 meterspower cable withunderground layingfrom DG site to SEOC
1
UPS-10 KVA at SEOC
(2 in Hotstandbyconfiguration)
2
POWER Cabling 1
DEOC
UPS 5 KVA ( 1 perDistrict) 6
Silent DG SET-15 KVA( 1 per District) withPlatform base, earthingand 30 meters power 6
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 360/368
Section VII. Sample Forms 31
cable withunderground layingfrom DG site to DEOC
Power Cabling ( 1 perDistrict) 6
BEOC
UPS 5 KVA (one perBlock x 22 blocks) 22DG SET-5 KVA (oneper Block x 22 blocks)
22
Power Cabling (oneper Block x 22 blocks)
22
Any other i tem
FLC
SMPS-Will provideregulated voltage forthe Equipments (oneper FLC x 14 ) 14
Battery Bank-willprovide DC Voltage(one per FLC x 14 ) 14 Any other i tem
Name of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 361/368
Section VII. Sample Forms 32
Authorized Signature of Bidder:
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 362/368
Section VII. Sample Forms 33
2.8 Recurrent Cost Sub-Table
The items specified in the BoQ are indicative only, however, the bidder may quote and supply the items forcompleteness of the solution
Maximum all-inclusive costs (for costs in [ insert: currency ])
Component
Sub-total for[ insert:
currency ] No. Component Y1 Y2
1
DMRa Yearly WPC expenses
(Royalty Charges +License fee)
b Data card for GSMModem for FLC's (14FLC x 12 months=168)
Any otheritem
2 Bandwidth &INTERNET
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 363/368
Section VII. Sample Forms 34
SEOC
5 Mbps dedicatedInternet - Charges perYear
SEOC
10 to 20 Mbps atSEOC -Charges perYear
DEOC
2 to 4 Mbps at DEOC-Charges per Year tobe paid
BEOC1 to 2 Mbps at BEOC -Charges per Year
Any otheritem
3
SBMDV
WPC License &Royalty fee forSBMDV Terminals
SEOC SBMDV SubscriptionCharges yearly for 2
terminals (2*12months= 24)
SBMDV Activationcharges
SBMDV Talk Time andSMS charges for extrausage
DEOC WPC License &Royalty fee forSBMDV Terminals
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 364/368
Section VII. Sample Forms 35
DEOC SBMDV Talk Time andSMS charges for extrausage
DEOC SBMDV SubscriptionCharges yearly for 2terminals at eachDEOC ( 6 DEOC =
6*2 =12 x 12 months )DEOC SBMDV Activation
charges Any otheritem
5 POWER
SEOC Diesel Charges for DGset (3 Liter per hour)say 2 hrs Power cutper day = 3 ltr x 2 hrs x30 days x 1month=180 Ltrs per year
DEOC Diesel Charges for DGset (2 Liter per hour)say 4 hrs Power cutper day = 2 ltr x 4hrsx30 days x 1 month=240 Ltrs per year x 6Districts
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 365/368
Section VII. Sample Forms 36
BEOC Diesel Charges for DGset (2 Liter per hour)say 8 hrs Power cutper day = 2 ltr x 8 hrs x30 days x 1 month=480Ltrs per year x 22Blocks
Any otheritem
6 SET TOP BOXSEOC Yearly connection
charges for News feed(4 no)
DEOC Yearly connectioncharges for News feed(2 no) x 6 Districts
7 DMR Manpower
SEOC
Supervisor cum RadioExpert (1 per SEOC)per year
SEOCRadio Engineer:2Persons per year
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 366/368
Section VII. Sample Forms 37
DEOC Manpower Supervisor cum RadioExpert (1 per eachDEOC x 6 Districts)(Total man-month=6 x12 =72)
DEOC 1 Radio Engineer each1 at 6 DEOC (1 pereach DEOC x 6Districts)(Total man-month=6 x12 = 72)
8
MassMessaging(SMS/ VOICE/EMAIL) Manpower
SEOC Supervisor cum GISexpert for 12 months
SEOC 1 Warning Control
Staff 1 Person )-Engineer-Graduate (1x 12 months)
SEOC Extra 10000 Text SMSGroup based
SEOC Extra 10000 Text SMSfor Location basedSMS
SEOC Extra 10000 VoiceSMS for Group based
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 367/368
Section VII. Sample Forms 38
SEOC Any other item
Cumulative Subtotal (to [ insert: currency ] entry for [ insert: line item ] in the Recurrent Cost Summary Table)
Name of Bidder:
Authorized Signature of Bidder:
2.9 Country of Origin Code Table
Country of Origin Country Code Country of Origin Country Code Country of Origin Country Code
7/21/2019 NDMA Odisha Tender Doc
http://slidepdf.com/reader/full/ndma-odisha-tender-doc 368/368
Section VII. Sample Forms 39
Country of Origin Country Code Country of Origin Country Code Country of Origin Country Code