Bidding Documents - Punjab, Pakistan · documents at the office of Project Director (PIU), Punjab...

46
Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods PROCUREMENT OF INSTRUMENTS FOR HYDRAULIC STRUCTURE INSPECTIONS (Lot # 01 to Lot # 06) PART TWO (PROCUREMENT SPECIFIC PROVISIONS) Invitation for Bids (IFB) Bid Data Sheet (BDS) Special Conditions of Contract (SCC) Schedule of Requirements Technical Specifications Sample Form Eligibility 2020

Transcript of Bidding Documents - Punjab, Pakistan · documents at the office of Project Director (PIU), Punjab...

Bidding Documents

For

National Competitive Bidding

Pakistan

Procurement of Goods

PROCUREMENT OF INSTRUMENTS FOR HYDRAULIC STRUCTURE INSPECTIONS (Lot # 01 to Lot # 06)

PART TWO (PROCUREMENT SPECIFIC PROVISIONS)

Invitation for Bids (IFB) Bid Data Sheet (BDS) Special Conditions of Contract (SCC) Schedule of Requirements Technical Specifications Sample Form Eligibility

2020

3 Part Two - Section I. Invitation for Bids

Invitation for Bids Date: 16-01-2020 Loan No: 5686-PAK 1. The Islamic Republic of Pakistan has received financing from World Bank toward the cost of Disaster and Climate Resilience Improvement Project (DCRIP). It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for ―PROCUREMENT OF INSTRUMENTS FOR HYDRAULIC STRUCTURE INSPECTIONS (Lot # 01 to Lot # 06)‖ 2. The Project Implementation Unit (PIU) Punjab Irrigation Department now invites lot wise sealed bids from eligible bidders for the supply of the following equipment as detail of lots given below.

Sr. # Contract No./Reference No. Contract

Title Bid Security (PKR)

Bid Opening Time

1 DCRIP /GOODS/NCB/15 Lot # 01 1,513,000

01:00 PM

2 DCRIP /GOODS/NCB/16 Lot # 02 363,000

3 DCRIP /GOODS/NCB/17 Lot # 03 534,000

4 DCRIP /GOODS/NCB/18 Lot # 04 118,000

5 DCRIP /GOODS/NCB/19 Lot # 05 184,000

6 DCRIP /GOODS/NCB/20 Lot # 06 54,000

Lot # 01

i. Ground Penetration Radar (vehicle dragging) ii. Ground Penetration Radar (Hand Move/carry)

Lot # 02 i. Rebound Hammer

ii. Bar Locator iii. PUNDIT (Portable Ultrasonic Non Destructive Digital Indicating

Tester) iv. Bore log Equipment v. Triaxial Test System

vi. Sieve Analysis test Equipment vii. Soil Consistency Test Equipment

viii. Standard Penetration Test (SPT) Equipment ix. Equipment for Sand Replacement Method & Moisture Meter x. Standard and modified proctor Test Equipment

Lot # 03 i. Automatic Levels with staff rod

ii. Total Stations with prism and Targets iii. Differential GPS iv. Binocular

4 Part Two - Section I. Invitation for Bids

v. Measuring Tapes Lot # 04

i. Digital Water Velocity Meter ii. Digital Paint Coating Thickness meter

iii. Material (metal) Thickness meter iv. Digital Insulator Tester (Megger) v. Clamp Meter

vi. Digital Battery Tester Lot # 05

i. Laptops ii. A3 Colour Printer

iii. A4 Colour Printer iv. A4 Printer (black & white) v. PVC card Printer

vi. Multimedia Projector vii. Photo Copier Machine

viii. LED TV Lot # 06

i. Hovering Movie Camera ii. DSLR Camera

3. Interested eligible bidders may obtain further information and inspect the bidding documents at the office of Project Director (PIU), Punjab Irrigation Department, House No. 337-B, Canal View Housing Society near Thokar Niaz Baig, Lahore, Pakistan. Tel: +92-42-35294373 Fax: +92-42-35294371. 4. A complete set of bidding documents for lots may be purchased by interested bidders on the submission of a written application to the addressed below and upon payment of a nonrefundable fee of PKR 3,000 (Pak. Rupees Three Thousand Only). The method of payment will be through cash deposit. 5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents: Procurement of Goods for National Competitive Bidding, Pakistan, Part One. 6. The bidder should provide only one quotation for each/any lot individually and the bidder must apply/quote for entire lot, and cannot pick and choose any particulars item/items within a lot. The bidder can also submit quotations for more than one lot. 7. The deadline for receipt of bid(s) by the bidders is before/upto 12:30 PM on February 25, 2020 and must be accompanied by a bid security as pointed out in afore mentioned table. 8. Bids will be opened, in the presence of bidders’ representatives who choose to attend bid opening event, as per their respective time schedule mentioned in afore referred table at 01:00 PM on February 25, 2020 in the office of Project Director, Project Implementation

5 Part Two - Section I. Invitation for Bids

Unit addressed House No. 337 B, Canal View Housing Society near Thokar Niaz Baig Lahore. 9. The bidders are requested to give their best and final prices as no negotiations are expected. 10. All the bids must be accompanied by a Bid Security of above mentioned lots, which are not exceeding Five percent of the estimated price as per the rule 27 of Punjab Procurement Rule 2014. Project Director (PIU), Punjab Irrigation Department, House No. 337-B, Canal View Housing Society near Thokar Niaz Baig, Lahore, Pakistan. Tel: +92-42-35294373 Fax: +92-42-35294371 Web site: irrigation.punjab.gov.pk

Part Two - Section II. Bid Data Sheet 7

Bid Data Sheet The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Islamic Republic of Pakistan [Name of Borrower]. ITB 1.1 Loan number: 5686-PAK ITB 1.1 Name of Project: Disaster and Climate Resilience Improvement

Project (DCRIP). ITB 1.1 Name of Contract: PROCUREMENT OF INSTRUMENTS FOR

HYDRAULIC STRUCTURE INSPECTIONS (Lot # 01 To Lot # 06).

ITB 4.1 Name of Purchaser: i. For Procurement and payments: Punjab Irrigation

Department through Project Director, Project Implementation Unit (PIU)

ii. For technical, inspection on delivery, testing, acceptance and handing over/tacking over through Director (Structures), Hydraulic Structures Safety Evaluation Unit (HSSEU), D&F Zone, Irrigation Department, Lahore

ITB 6.1 Purchaser’s address, telephone, telex, and facsimile numbers: Project Director PIU (Irrigation) Project Implementation Unit (PIU), Punjab Irrigation Department, House No. 337-B, Canal View Housing Society, near Thokar Niaz Beg, Lahore, Pakistan. Telephone:+92-42-35294372 Facsimile number: +92-42-35294371 Electronic mail address: [email protected]

ITB 8.1 Language of the bid: English

Bid Price and Currency ITB 11.2 The price quoted shall be delivered duty paid (DDP) price. ITB 11.5 The price shall be fixed.

8 Part Two - Section II. Bid Data Sheet

ITB 13.3 (d) Preparation and Submission of Bids

*Bidders are required to provide mandatory authentic documentary evidence along with tender document against each requirement. If the bidder fail to submit the mandatory documents, its bid will be rejected.

Sr.# Requirement Lot

Eligibility Criteria* Lot # 1 Lot # 2 Lot # 3 Lot # 4 Lot # 5 Lot # 6 1 Copy of income Tax

Registration Certificates

2 Copy of Sales Tax Registration Certificates

3 Affidavit regarding non blacklisting of firm on Stamp Paper.

4 Copy of valid & verified Authorized distribution Certificates.

5 Make, Model Sub-model (if any) along detailed specification Brochure(s) by the original Manufacturer

6 Bid Security as per ITB clause 15.3

Evaluation Criteria-I (Financial Soundness)* Amount in PKR Million

Sr.# Requirement Lot # 1 Lot # 2 Lot # 3 Lot # 4 Lot # 5 Lot # 6

1 Annual turnover for the last 03 years (in PKR Million)

90.8 (M)

21.8 (M)

32.1 (M)

7.1 (M)

11.1 (M)

3.3 (M)

ITB 14.3 (b) Spare parts required for [number] of years of operation. N/A ITB 15.1 Amount of bid security:

Sr. # Contract Title Bid Security (PKR)

1 Lot # 01 1,513,000 2 Lot # 02 363,000 3 Lot # 03 534,000 4 Lot # 04 118,000 5 Lot # 05 184,000 6 Lot # 06 54,000

ITB 16.1 Bid validity period: 120 days ITB 17.1 Number of copies: Three (03) (01 original & 02 complete set of

copies)

Part Two - Section II. Bid Data Sheet 9

Bid Evaluation ITB 25.3 Criteria for bid evaluation: Evaluation will be purely on the basis of

price (Delivery duty paid price inclusive of all prevailing government duties and taxes).

ITB 25.4 (a)

One option only. N/A.

ITB 25.4 (c) (ii) Deviation in payment schedule. N/A.

ITB 25.4 (d) Cost of spare parts. N/A.

ITB 25.4 (e) Spare parts and after sales service facilities in the Purchaser’s

country. N/A.

ITB 18.2 (a) Address for bid submission: Project Director PIU (Irrigation) Project Implementation Unit (PIU), Punjab Irrigation Department, House No. 337-B, Canal View Housing Society, near Thokar Niaz Baig, Lahore, Pakistan. Telephone:+92-42-35294373

ITB 18.2 (b) IFB title and number: PROCUREMENT OF INSTRUMENTS FOR HYDRAULIC STRUCTURE INSPECTIONS (Lot # 01 To Lot # 06)

Sr. # Contract Title Contract No/ Reference Code 1 Lot # 01 DCRIP /GOODS/NCB/15 2 Lot # 02 DCRIP /GOODS/NCB/16 3 Lot # 03 DCRIP /GOODS/NCB/17 4 Lot # 04 DCRIP /GOODS/NCB/18 5 Lot # 05 DCRIP /GOODS/NCB/19 6 Lot # 06 DCRIP /GOODS/NCB/20

ITB 19.1 Deadline for bid submission for all lots: February 25, 2020 (12:30

PM) ITB 22.1 Time, date, and place for bid opening:

Date: February 25, 2020 Time: 01:00 PM (Lot #01 To Lot #06) Office Address:

Project Implementation Unit (PIU), Punjab Irrigation Department, House No.337-B, Canal View housing society, Near Thokar Niaz Beg, Lahore, Pakistan.

*Bidders shall not have an option of electronic submission of their bids.

10 Part Two - Section II. Bid Data Sheet

ITB 25.4 (f) Operating and maintenance costs. N/A.

ITB 25.4 (g) Performance and productivity of equipment. N/A.

ITB 25.4 (h) Details on the evaluation method or reference to the Technical Specifications. N/A.

ITB 25.4 Alternative

Specify the evaluation factors. Contract will be awarded lot wise to lowest evaluated responsive bidder.

Contract Award ITB 29.1 Percentage for quantity increase or decrease: Fifteen (15) percent of

the contract cost.

Part Two - Section III. Special Conditions of Contract 13

Special Conditions of Contract The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses. 1. Definitions (GCC Clause 1)

GCC 1.1 (g)—The Purchaser is: i) For Procurement and payments: Punjab Irrigation Department

through Project Director, Project Implementation Unit (PIU) ii) For technical, inspection on delivery, testing, acceptance and

handing over/tacking over through Director (Structures), Hydraulic Structures Safety Evaluation Unit (HSSEU), D&F Zone, Irrigation Department, Lahore

GCC 1.1 (h)—The Purchaser’s country is: Pakistan GCC 1.1 (i)—The Supplier is: Lot wise Technical responsive and lowest evaluated

bidder. GCC 1.1 (k)—The Project Site is: N/A

2. Country of Origin (GCC Clause 3)

All countries and territories as indicated in Part Two Section VI of the bidding documents, ―Eligibility for the Provisions of Goods, Works, and Services in

Bank-Financed Procurement‖.

3. Performance Security (GCC Clause 7)

GCC 7.1—The amount of performance security, as a percentage of the Contract Price, shall be: 10%. Performance Security shall be valid until a date twenty eight (28) days beyond the expiry of warranty period.

GCC 7.4—After delivery and acceptance of the Goods, the performance security shall

be reduced to five (5) percent of the Contract Price to cover the Supplier’s

warranty obligations in accordance with Clause GCC 15.2.

4. Inspections and Tests (GCC Clause 8) GCC 8.1—Prior to shipment of Goods and at final acceptance, International/

Standards Certificates are required.

14 Part Two - Section III. Special Conditions of Contract

GCC 8.2—Inspections and tests will be conducted at the point of delivery by the committee notified by Director (Structures), Hydraulic Structures Safety Evaluation Unit (HSSEU), D&F Zone, Irrigation Department, Lahore.

5. Packing (GCC Clause 9)

GCC 9.3—The following SCC shall supplement GCC Clause 9.2: No additional requirement.

6. Delivery and Documents (GCC Clause 10)

GCC 10.3—Upon shipment/delivery, the Supplier shall notify the Purchaser the full details, including Contract number, description of Goods, quantity and usual transport document. The Supplier shall provide/mail the following documents to the Purchaser at time of delivery or before delivery.

(i) copies of the Supplier’s invoice showing Goods’ description, quantity, unit price,

and total amount; (ii) original and two copies of the usual transport document (for example, a negotiable

bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods;

(iii) copies of the packing list identifying contents of each package; (iv) insurance certificate; (v) Manufacturer’s or Supplier’s warranty certificate; (vi) inspection certificate, issued by the nominated inspection agency, and the

Supplier’s factory inspection report; and (vii) Certificate of origin.

7. Insurance (GCC Clause 11)

GCC 11.1— The Goods supplied under the Contract shall be delivered duty paid (DDP) under which risk is transferred to the buyer after having been delivered, hence insurance coverage is seller’s responsibility. Since the Insurance is seller’s responsibility they may arrange appropriate company with ―AA+‖

rating. 8. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are: The Supplier is required to provide all the services as indicated in GCC 13.1 (a) to (e) without any additional cost.

Part Two - Section III. Special Conditions of Contract 15

GCC 13.1(d)—performance or supervision or maintenance and/or repair of the supplied Goods, along with spare parts at no extra cost for a period of time started from acceptance of Goods to end of warranty date, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract.

GCC 13.2—Incidental services as mentioned in 13.1 (a) to (e) should be included into unit rate. No separate payment will be made.

9. Spare Parts (GCC Clause 14)

GCC 14.1—Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods. Other spare parts and components shall be supplied as promptly as possible, but in any case within one (1) months of placing the order.

10. Warranty (GCC Clause 15)

GCC 15.2—In partial modification of the provisions, the warranty period shall be 12 months from date of acceptance of the Goods. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:

(a) make such changes, modifications, and/or additions to the Goods or any

part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC 4,

or (b) pay liquidated damages to the Purchaser with respect to the failure to meet

the contractual guarantees. The rate of these liquidated damages shall be Ten (10) percent. The rate of that liquidated damages should be 0.5% per week.

GCC 15.4 & 15.5—The period for correction of defects in the warranty period is:

Fifteen (15) days. 11. Payment (GCC Clause 16)

GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

Payment for Goods supplied:

16 Part Two - Section III. Special Conditions of Contract

Payment shall be made in Pak. Rupees in the following manner: (i) On Delivery: Eighty (80) percent of the Contract Price of the Goods shall be paid

in favor of the Supplier, upon delivery of equipment, general inspection and submission of documents specified in GCC Clause 10 duly verified by the Director (Structures), Hydraulic Structures Safety Evaluation Unit (HSSEU), D&F Zone, Irrigation Department, Lahore.

(ii) On Acceptance: Twenty (20) percent of the Contract Price of Goods received

shall be paid within thirty (30) days of receipt of the Goods upon submission of claim supported by the acceptance certificate issued by the Purchaser i.e. Director (Structures), Hydraulic Structures Safety Evaluation Unit (HSSEU), D&F Zone, Irrigation Department, Lahore.

Payment shall be made in PKR within thirty (30) days of presentation of claim supported by a certificate from the Purchaser declaring that the Goods have been delivered and that all other contracted Services have been performed.

12. Prices (GCC Clause 17)

GCC 17.1—Prices shall be adjusted in accordance with provisions in the Attachment to SCC. N/A.

13. Liquidated Damages (GCC Clause 23)

GCC 23.1—Applicable rate: 0.5% per week. Maximum deduction: Ten (10) percent of the Contract Price

14. Resolution of Disputes (GCC Clause 28)

GCC 28.3—The dispute resolution mechanism to be applied pursuant to GCC Clause 28.2 shall be as follows:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to adjudication or arbitration in accordance with the laws of the Purchaser’s

country.

15. Governing Language (GCC Clause 29)

GCC 29.1—The Governing Language shall be: English.

16. Applicable Law (GCC Clause 30)

Part Two - Section III. Special Conditions of Contract 17

GCC 30.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan:

17. Notices (GCC Clause 31) GCC 31.1—Purchaser’s address for notice purposes: Project Director PIU (Irrigation)

Project Implementation Unit (PIU), Punjab Irrigation Department, House No. 337-B, Canal View Housing Society, near Thokar Niaz Baig, Lahore, Pakistan.

—Supplier’s address for notice purposes:

Part Two - Section IV. Schedule of Requirements 19

Schedule of Requirements (Lot No. 01) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

01

1 Ground Penetration Radar (Vehicle dragging)

03 Within 90 days from signing

of contract / letter of commencement.

2 Ground Penetration Radar (Hand move / carry)

01 -do-

Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

20 Part Two - Section IV. Schedule of Requirements

Schedule of Requirements (Lot No. 02) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

1 Rebound Hammer 03 Within 90 days from signing

of contract / letter of commencement.

2 Bar Locator. 02 -do-

3 PUNDIT (Portable Ultrasonic Non Destructive Digital Indicating Tester)

02 -do-

4Bore log equipment 02

-do-

02 5 Triaxial Test System 01 -do-

6 Sieve Analysis test Equipment 01 -do-

7 Soil Consistency Test Equipment

01 -do-

8 Standard Penetration Test (SPT) Equipment

01 -do-

9 Equipment for Sand Replacement Method

06 -do-

9A Moisture meter 02 -do-

10 Standard and Modified proctor Test equipment

01 -do-

Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

Part Two - Section IV. Schedule of Requirements 21

Schedule of Requirements (Lot No. 03) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

03

1 Automatic Levels with staff rod

04 Within 45 days from signing

of contract / letter of commencement.

2 Total Stations with prism and Targets.

05 -do-

3 Differential GPS 02 -do-

4 Binocular 05 -do-

5 Measuring Tapes 10 -do- Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

22 Part Two - Section IV. Schedule of Requirements

Schedule of Requirements (Lot No. 04) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

04

1 Digital Water Velocity Meter 01 Within 45 days from signing

of contract / letter of commencement.

2 Digital Paint Coating Thickness meter

03 -do-

3 Material (metal) Thickness Meter

03 -do-

4 Digital Insulator Tester (Megger)

02 -do-

5 Clamp Meter 08 -do-

6 Digital Battery Tester 02 -do- Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

Part Two - Section IV. Schedule of Requirements 23

Schedule of Requirements (Lot No. 05) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

05

1 Laptops 24 Within 45 days from signing

of contract / letter of commencement.

2 A3 Colour Printer 01 -do-

3 A4 Colour Printer 02 -do-

4 A4 Printer (black & white) 04 -do-

5 PVC card Printer 01 -do-

6 Multimedia Projector 02 -do-

7 Photo Copier Machine 01 -do-

8 LED TV 03 -do-

Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

24 Part Two - Section IV. Schedule of Requirements

Schedule of Requirements (Lot No. 06) The delivery schedule expressed as weeks/months stipulates here after a delivery date which is the date of delivery required. Lot No.

Sr.No Description Quantity Delivery schedule (shipment) in days from

06

1 Hovering Movie Camera 02 Within 90 days from signing

of contract / letter of commencement.

2 DSLR Camera 03 -do-

Note: Delivery will be made at following address: Hydraulic Structures Safety Evaluation Unit (HSSEU), Drainage and Flood Zone, Government Engineering Academy, Irrigation Department, Thokar Naiz Baig, Lahore-53700 Phone: 042-99233555, 042-99233556

25

Section V. Technical Specifications

26 Part Two - Section V. Technical Specifications

Technical Specifications (Lot # 01) 01) Ground Penetration Radar (Vehicle mounted/ dragging)

Quantity 03 (Three)

Use The GPR system has to be provided for on-site underground cavities, sinkholes, soil profile, bed-rock and materials detections in embankment (River, Canals) in real time, giving the position and depth of subject accurately.

Additional GPR shall have wheel mounted and vehicle dragging system suitable for rough and unpaved roads to scanning embankments, concrete structures, spurs and earthen fill dams.

Range GPR shall have (Broad bandwidth preferred) to locate and scan 5cm target up to 50 feet depth and GPR should auto adjust its resolution and depth.

Specifications GPR must have a GPS/DGPS for accurate positioning of radar maps and targets/points and encoders for distance measurements. GPR should have a compact design with no exposed cables (expect data logger) accessories.

The required GPR shall have a user-friendly software interface, without frequent calibration and setting procedures, allowing the navigation and mapping on maps (e.g. Google maps) with and without GPS.

The acquisition software shall include tools for assisted procedure for data collection with the drawing of collection grid overlapped on maps.

All of the marked target can be exported to AutoCAD and GIS applications.

The software tool should be in English Language.

Manufacture’s

region Any brand of good reputation from European, Japanese or American region.

Antenna

Specs Suitable frequencies for target size of about 5 cm and depth up to 50 feet or more. (A broad frequency spectrum antenna will be preferred)

The antenna should be waterproof, dust and corrosion as international standard (IP-65 or higher).

Control Unit

The Control Unit shall have a Pulse Repetition Frequency/Sampling Frequency 100 KHz or higher.

The Control Unit shall have a user selectable time range of 0 n sec to 800 n sec (or broader time range).

The Control Unit shall have a Scan Rate up to 350 scans/sec or better.

Operational Software

Part Two - Section V. Technical Specifications 27

Specifications The GPR shall be supplied with operational software with user friendly interface, which allows the easy use of the equipment.

The operational software shall include:

• Automatic radar gain calibration for an easy and quick start-up • Capability to mark targets on radar map directly on site during the

acquisition • Real time positioning on a navigator • Visualization of the detected utilities, cavities and materials. • Setting of system positioning with respect to a predefined acquisition grid. • Setting of GPS parameters

The software shall allow importing cartographic maps (from files or from the web, for example from Google maps) with or without the use of a GPS system.

The software shall include tool that assists the user to define an acquisition grid, giving the possibility to overlap several cartographic maps.

The software shall include tool for automatic export of all marked targets to Auto- CAD and GIS applications.

Data (Post) Processing Software

Post processing software including the capabilities of the noise reduction, filtering, object identification, volume, size and shape and 3D visualization etc.

Easy Processing feature- automated processing wizard that recommends the best processes for cleaning up and improving and interpreting data.

Performance - multiple software threads are able to run in parallel, enabling higher levels of software performance and speed

Enhanced, easy-to-use 3D capabilities

Batch Processing - significant enhancements to speed repetitive tasks such as processing large data sets

GPS and 3D Integration - software will allow easy integration of 3D data sets that have been collected with GPS positioning information, allowing interpolation of non- parallel lines

AutoCAD Target output – seamless output of interpreted data results to AutoCAD/ GIS

Should Ideal for single- or multi-channel data processing

The software shall be Operative in System Windows latest version

Data Logger (Laptop)

Specifications A dedicated laptop for GPR post data processing.

Data logger shall have the following minimum technical features:

• Intel®Core™ i7, 8th generation Processor 2.0 GHz or higher.

28 Part Two - Section V. Technical Specifications

• Both SSD 120 GB (or higher) and HDD 1 TB hard disk • 8GB RAM or higher • Graphic card 4GB • 15.6 inch Resolution Full HD 1920 x 1080 or higher

Data logger shall have the following minimum connection ports:

• Ethernet port 100 Mbit/sec • USB ports 3.0, 2.0 and USB type C • Wi-Fi, Bluetooth, Super Drive

The system shall have the Operating System Windows original latest version.

Training

Responsibility Instrument operation and application training to the HSSEU staff will be responsibility of supplier and at least for one-year supplier will provide operational assistance and support to Staff, when required. The training will cover all aspect of the instrument operation and application in detail including instrument setting, calibration, measurements, preventive maintenance, result interpretation, use of processing software, interfacing with AutoCAD and GIS applications etc.

Warranty Minimum One Year Manufacturer’s warranty should be provided (Both

software and hardware related) Note: The Instrument should be complete in all aspects (hardware, software and accessories wise) and supplier must provide after sale services.

Part Two - Section V. Technical Specifications 29

02) Ground Penetration Radar (Hand dragging/ carry)

Quantity 01 (One)

Use The GPR system has to be provided for on-site underground cavities, sinkholes, soil profile, bed-rock and materials detections in embankment (River, Canals) in real time, giving the position and depth of subject accurately.

Additional The hand held GPR system should be light weight, easy to carry or move for one man, used at side slop of embankment, river and dams.

Range GPR shall have (Broad bandwidth preferred) to locate and scan target GPR should auto adjust its resolution and depth.

Specifications GPR must have a GPS/DGPS for accurate positioning of radar maps and targets/points and encoders for distance measurements. GPR should have a compact design with no exposed cables (expect data logger) accessories.

The required GPR shall have a user-friendly software interface, without frequent calibration and setting procedures, allowing the navigation and mapping on maps (e.g. Google maps) with and without GPS.

The acquisition software shall include tools for assisted procedure for data collection with the drawing of collection grid overlapped on maps.

All of the marked target can be exported to AutoCAD and GIS applications.

The software tool should be in English Language.

Manufacture’s

region Any brand of good reputation from European, Japanese or American region.

Antenna

Specifications The antenna shall have wide range frequency spectrum (minimum effective bandwidth 80-950MHz) to locate and scan deep and shallow targets simultaneously and shall auto/manual adjust its resolution and depth (preferable) Or broad bandwidth suitable for depth up to 20 feet and minimum target size 2 cm, locate shallow target and shall auto adjust its resolution and depth.

The antenna has to be used in contact with the soil/road dusty surfaces etc. (―Ground Coupled Antenna‖). So, antenna should be waterproof, dust and corrosion as international standard (IP-65 or higher).

Control Unit

30 Part Two - Section V. Technical Specifications

The Control Unit shall have a Pulse Repetition Frequency/Sampling Frequency 100 KHz or higher.

The Control Unit shall have a user selectable time range of 0 n sec to 800 n sec (or broader time range).

The Control Unit shall have a Scan Rate up to 350 scans/sec or better.

Operational Software

Specifications The GPR shall be supplied with operational software with user friendly interface, which allows the easy use of the equipment.

The operational software shall include:

• Automatic radar gain calibration for an easy and quick start-up • Capability to mark targets on radar map directly on site during the

acquisition • Real time positioning on a navigator • Visualization of the detected utilities, cavities and materials. • Setting of system positioning with respect to a predefined acquisition

grid. • Setting of GPS parameters

The software shall allow importing cartographic maps (from files or from the web, for example from Google maps) with or without the use of a GPS system.

The software shall include tool that assists the user to define an acquisition grid, giving the possibility to overlap several cartographic maps.

The software shall include tool for automatic export of all marked targets to Auto- CAD and GIS applications.

Data (Post) Processing Software

Post processing software including the capabilities of the noise reduction, filtering, object identification, volume, size and shape and 3D visualization etc.

Easy Processing feature- automated processing wizard that recommends the best processes for cleaning up and improving and interpreting data.

Performance - multiple software threads are able to run in parallel, enabling higher levels of software performance and speed

Enhanced, easy-to-use 3D capabilities

Batch Processing - significant enhancements to speed repetitive tasks such as processing large data sets

GPS and 3D Integration - software will allow easy integration of 3D data sets that have been collected with GPS positioning information, allowing interpolation of non- parallel lines

Part Two - Section V. Technical Specifications 31

AutoCAD Target output – seamless output of interpreted data results to AutoCAD/ GIS

Should Ideal for single- or multi-channel data processing

The software shall be Operative in System Windows latest version

Data Logger (Laptop)

Specifications A dedicated laptop for GPR post data processing.

Data logger shall have the following minimum technical features:

• Intel®Core™ i7, 8th generation Processor 2.0 GHz or higher. • Both SSD 120 GB (or higher) and HDD 1 TB hard disk • 8GB RAM or higher • Graphic card 4GB • 15.6 inch Resolution Full HD 1920 x 1080 or higher • Data logger shall have the following minimum connection ports: • Ethernet port 100 Mbit/sec • USB ports 3.0, 2.0 and USB type C • Wi-Fi, Bluetooth, Super Drive

The system shall have the Operating System Windows original latest version.

Warranty Minimum One Year Manufacturer’s warranty should be provided (Both

software and hardware related) Note: The Instrument should be complete in all aspects (hardware, software and accessories) and supplier shall provide after sale services.

32 Part Two - Section V. Technical Specifications

Technical Specifications (Lot # 02)

01) Rebound Hammer Quantity: 03 (Three) Specifications:

N-Type Digital Concrete Test Hammer with minimum 2MB memory Confirming to BS & ASTM standards Automatic conversion of relative units Charger and PC software Rechargeable Li-Ion battery life up 10 hours With all standard accessories and one-year warranty Brand of good repute from European, Japanese or American region Instrument should be complete in all aspects and accessories

02) Bar Locator Quantity: 02 (Two) Specifications:

Bar Tracker with search head Identifying 40 mm diameter steel bars up 180 mm depth and 8 mm

diameter steel bars up 160 mm depth or higher. Accessories (carrying case, gauge, PC transfer cable, batteries and

charger) Minimum one-year warranty Brand of good repute from European, Japanese or American region Instrument should be complete in all aspects and accessories

03) PUNDIT (Portable Ultrasonic Non Destructive Digital Indicating Tester) Quantity: 02 (Two) Specifications:

For Non-Destructive Evolution Test (NDT) of concrete Minimum 2MHz sampling rate, 12 bits resolution and digital

display/oscilloscope High energy transmitter pulse up to 2500V Confirming to BS & ASTM standards Transducer head probe for identification of minute crack, air bubbles

and cavities Accessories (carrying case, gauge, PC transfer cable, rechargeable

batteries, charger and calibration rod) Long Transmitter & Receiver Cables (up to 3m) Brand of good repute from European, Japanese or American region Minimum one-year Warranty Instrument should be complete in all aspects and accessories

Part Two - Section V. Technical Specifications 33

04) Bore Log Equipment Quantity: 02 (Two) Specifications:

Standard Bore Logging Equipment from local market including tripod stand, pipes, chain, wrench and all relevant accessories.

Depth up to 150 Feet. Instrument should be complete in all aspects and accessories

05) Triaxial Test System

Quantity: 01 (One) Specifications:

Triaxial test system for measuring strength and shear information of various kinds of soil to perform UU, CU, CD and stress path (compression/extension tests)

Complete apparatus (Triaxial control panel, Triaxial load farms, Triaxial load cell and accessories), digital indicator, compressor etc.

Maximum compression capacity of about 100KN and should meet various international standards (BS, EN, ASTM etc.)

Load frames highly adoptable to accommodate various soil test standards

Digital read out box accept input from force and pressure displacement devices used in lab for soil testing.

Data processing software, process, export and convert in presentable / readable format.

Stainless steel sample Cutter Brand of good repute from European, Japanese or American region Minimum one-year warranty Instrument should be complete in all aspects and accessories

06) Sieve Analysis test Equipment

Quantity: 01 (One) Specifications:

Complete Sieve Set suitable for comprehensive soil size distribution 12” dia stainless steel (non-magnetic) Sieve set fitted with wire stainless steel mesh Electro-mechanical triple motion sieve shaker with timer function Accessories (pan, cover, frame, receiver/ separator) and all relevant. Minimum one-year warranty Brand of good repute from European, Japanese or American region Instrument should be complete in all aspects and accessories

07) Soil Consistency Test Equipment

Quantity: 01 (One)

34 Part Two - Section V. Technical Specifications

Specifications: Casagrande Liquid Limit Device with counter and all relevant

accessories. Plastic limit set and shrinkage limit set with all relevant accessories Conforming ASTM, AASHTO, UNI, BS Standard Brand of good repute from European, Japanese or American region Minimum one-year Warranty Instrument should be complete in all aspects and accessories

08) Standard Penetration Test (SPT) Equipment

Quantity: 01 (One) Specifications:

Stainless Steel Split Sampler Hammer (with minimum 140 Lbf) Drilling Rod Lifting hook assembly Pulley Guide rod assembly Tri-pod with standard height as per ASTM Stainless Steel CPT cone Manila Rope 150ft Pipe Wrench 18” Shelby Tube & Head coupling Minimum one-year Warranty Instrument should be complete in all aspects and accessories

09) Equipment for Sand Replacement Method

Quantity: 06 (Six) Specifications:

Sand Pouring cylinder (6.5” dia) Calibration cane Density tray and standard sand bags With all standard accessories Brand of good repute from European, Japanese or American region Minimum one-year warranty Instrument should be complete in all aspects and accessories

9A) Moister Meter

Quantity: 02 (Two) Specifications:

Classic moisture meter, long bottle version, with analogue manometer and digital balance

Part Two - Section V. Technical Specifications 35

Digital balance, 25 carbide ampules, hammer, chisel, digital timer and other accessories

Sample mass/moisture range up to 20g/20% With all standard accessories Brand of good repute from European, Japanese or American region Minimum one-year warranty Instrument should be complete in all aspects and accessories

10) Standard and modified proctor Test Equipment

Quantity: 01 (One) Specifications:

Fully Automatic (universally) Proctor/ CBR Compactor Conforming EN, ASTM, AASHTO, BS, NF and other major

International standards. Included moulds and rammer kits (various standards) Weigh balance (15000 g and 0.2 g resolution) Brand of good repute from European, Japanese or American region Minimum one-year Warranty Instrument should be complete in all aspects and accessories.

Note: Instrument operation and application training to the HSSEU staff will be responsibility of supplier and supplier will provide operational assistance and support to Staff, when required during warranty period. The training will cover all aspect of the instrument operation and application in detail including instrument setting, calibration, measurements, preventive maintenance, result interpretation, use of processing software, interfacing with AutoCAD and GIS applications etc.

36 Part Two - Section V. Technical Specifications

Technical Specifications (Lot # 03) 01) Automatic Levels with staff rod

Quantity: 04 (Four) Specifications:

Magnification 28X Accuracy + 1.5 mm Aperture (30-36) mm Compensator Magnetically damped Brand/Make: Brand of good repute from European, Japanese or

American region With Standard accessories (Auto level, lens cap, plumb bob, manual,

carrying case), heavy aluminum levelling tri pod and levelling stuff double side five folded 5m/16ft

Minimum one-year Warranty Instrument should be complete in all aspects and accessories

02) Total Stations with prism and Targets

Quantity: 05 (Five) Specifications:

Magnification of Telescope (30 – 32) X Effective diameter of objective (45 – 50) mm Minimum focusing distance (Telescope) (0.5 – 1.5) m Resolving Power (Telescope) (2-3)” Distance measurement without prism 500 m or higher Distance measurement with single prism 4000 m or higher Measuring Accuracy without prism + (3 + 2 ppm) mm Measuring Accuracy with prism + (2 + 2 ppm) mm Angle Accuracy 5” Least count (Angle) 1” Measuring time / interval (0.3 – 1.0) sec Display Dual side Operating System Window CE 6 or better

version Processor Dual core or Higher Memory (4-8)GB Internal battery Li-ion rechargeable

Operating time14 hours or above

Communication ports Serial, USB Communication wireless Integrated Bluetooth Dust and water protection IP (65-67)

Part Two - Section V. Technical Specifications 37

Brand/Make: Brand of good repute from European, Japanese or American region

Minimum one-year Warranty Accessories

Single prism set (Single prism, prism holder, target plate, prism pole), batteries 2 Nos., carrying case, data cable, USB, heavy-duty aluminum tripod.

Training should be provided by supplier to HSSEU officers regarding instrument operation and use.

Instrument should be complete in all aspects and accessories

03) Differential GPS Quantity: 02 (Two) Specifications:

Differential GPS Set of one base, one rover, one radio, one controller, one processing software.

Brand of good reputation from Japanese or western region (GPS, Radio, Controller and processing software shall be of same

brand) Specification of GPS

Number of GNSS channels: 500 or more Satellite signals tracked simultaneously: GPS, GLONASS, SBAS,

Galileo, BeiDou, QZSS, IRNSS, RTX or more

Static GNSS surveying Horizontal 3mm + 0.1ppm Vertical 3.5mm + 0.4ppm

RTK Surveying Horizontal 8mm + 1ppm Vertical 15mm + 1ppm

Centre point RTX Horizontal 2cm Vertical 5cm Internal memory 6GB or more Ports Serial, USB Communication Internal radio 2W, GSM,

Bluetooth, Wi-Fi Accessories: -

Tripod stand 1 No., Pole 1 No., Connecting cables, batteries, Charger Specification of Radio

Port RS-232 Watt 35W

Accessories: - Connecting cables, antenna, Tripod stand 1 No.

Specification of Controller

38 Part Two - Section V. Technical Specifications

Processor 64-bit quad core or more Internal Memory 8 GB RAM or more External Memory 2 TB or more Display size 7” Display type LED touch screen (sun light

readable) Audio Speaker and dual digital

microphone Communication Bluetooth, Wi-Fi Camera Rear 8 MP, Front 2 MP GNSS GPS, GLONASS, BeiDou

Accessories: - Battery 2 Nos., Battery charger,

Processing software Registered software with dongle Minimum one-year Warranty Training should be provided by supplier to HSSEU officers regarding

instrument operation and use. Instrument should be complete in all aspects and accessories

04) Binocular

Quantity: 05 (Five) Specifications:

Prism type: Porro-prism Key Features: centre focus, 6.5° actual field of

view, over 2 m – 1, dioptre adjustment, monolayer coating

Display magnification: 10 x or higher Closest focus distance: 6 m Focussing system: centre focus Apparent field of view: 65 ° Actual field of view: 6.5 ° Field of view at 1000 metres: 114 m Olympus, Nikon or equivalent Equipment should be complete in all aspects and accessories

05) Measuring Tapes

Quantity: 10 (Ten) Specifications:

100 meter Invar Tape with handle Instrument should be complete in all aspects and accessories.

Part Two - Section V. Technical Specifications 39

Note: Instrument operation and application training to the HSSEU staff will be responsibility of supplier and supplier will provide operational assistance and support to Staff, when required during warranty period. The training will cover all aspect of the instrument operation and application in detail including instrument setting, calibration, measurements, preventive maintenance, result interpretation, use of processing software, interfacing with AutoCAD and GIS applications etc.

40 Part Two - Section V. Technical Specifications

Technical Specifications (Lot # 04) 01) Digital Water Velocity Meter

Quantity: 01 (One) Specifications:

Digital display in ft/sec or m/sec Records 30 data sets or higher for later analysis Rain-proof digital computer Accuracy minimum (0.1 FPS) & easy flow monitoring Debris shedding turbo-prop Lightweight, rugged, and reliable Telescoping handle with staff gauge Staff gauge length up to 15 feet Padded carrying case for easy storage Able to measure flows in streams, rivers, canals, storm water,

wastewater, etc. Global water or any western good reputation brand Calibration test certificate and minimum one-year warranty Instrument should be complete in all aspects and accessories.

02) Digital Paint Coating Thickness meter

Quantity: 03 (Three) Specifications:

Portable and small size Measuring range (0-1500 micro meter) Easy calibration Accuracy up to 3% Digital display Capable to measure thickness of non-magnetic coating on magnetic

base and Non- conductive coating on conductive base (dual FNF integral)

(Transducer) probe Auto substrate Recognition In compliance with international standard Auto Shutdown to save the battery life Wide measuring range & high resolution (resolution 1 micro meter or

higher) Tough, impact, water & dust resistant Bluetooth to computer, Android Instruction manual Elcometer or any good reputation western brand Calibration test certificate and minimum one-year warranty Instrument should be complete in all aspects and accessories

Part Two - Section V. Technical Specifications 41

03) Material (metal) thickness meter Quantity: 03 (Three) Specifications:

Portable and small size Measuring range pulsed echo (0.63 - 500mm) Easy calibration Digital display and measuring unit mm and inches Capable to measure thickness of aluminium, steel, stainless steel,

cast iron, plexiglass, PVC, polystyrene, bronze and polyurethane etc. (Transducer dual element) probe Auto substrate recognition In compliance with international standard High resolution (resolution 0.1mm or higher) Tough, impact, water & dust resistant USB data output to PC or similar device Instruction manual Elcometer or any good reputation western brand Calibration test certificate and minimum one-year warranty Instrument should be complete in all aspects and accessories

04) Digital Insulator Tester (Megger)

Quantity: 02 (Two) Specifications:

Insulation testing up to 1000 V and 100 GΩ CAT IV 600 V rating TRMS & DC Voltage measurement Continuity testing at 200 mA or 20 mA down to 0.01 Pass/Fail limit alarms PI/DAR and Timer function Fluke or any good reputation western brand Calibration test certificate and minimum one-year warranty Instrument should be complete in all aspects and accessories

05) Clamp Meter

Quantity: 08 (Eight) Specifications:

Auto ranging digital clamp meter Minimum 400 A AC and DC current Minimum 600 V AC and DC voltage True RMS AC voltage and current for accurate measurements on non-

linear signals Resistance measurement Temperature and capacitance measurement Frequency measurement

42 Part Two - Section V. Technical Specifications

Voltage and temperature probe Conforming international standards Fluke or any good reputation western brand Calibration test certificate and minimum one-year Warranty Instrument should be complete in all aspects and accessories

06) Digital battery tester

Quantity: 02 (Two) Specifications:

Digital Battery Tester with built in printer Tests all 12V & 6V Lead-Acid batteries

Tests 12V & 24V starting/charging systems Tests the batteries directly- no need to remove the battery Working amperage range (SAE): 40/100 - 2,000 CCA Preferable (tests different battery rating systems - CCA, BCI, CA, JIS,

DIN, IEC, EN, SAE etc. and compatible with different types batteries like lead-acid, deep cycle, AGM flat plate, gel etc.)

Calibration test certificate and minimum one-year warranty Instrument should be complete in all aspects and accessories.

Part Two - Section V. Technical Specifications 43

Technical Specifications (Lot # 05) 01) Laptops

Quantity: 24 (Twenty Four) Specifications:

Processor: 8th Generation Intel® Core™ i7 (8MB Cache, up to 4.6 GHz)

Memory: 8 GB DDR4-2400 SDRAM Standard Storage: 1 TB 5400 RPM or above + 128GB SSD Display: 15.6-inch FHD (1920x1080) Graphic: Intel UHD Graphics 620 Wireless / Network Adaptor: Integrated 10/100BASE-T Ethernet LAN;

Integrated Wireless LAN 802.11b/g Operating System: Original windows 10 professional Keyboard: Backlit, Standard full size with Numpad,

Multi-touch gesture-enabled precision touchpad with integrated scrolling

Advance Feature(s): Integrated Web CAM; MIC, Bluetooth, Fingerprint Reader.

With carrying bag and data travel USB (32GB (3.0) or higher) Minimum two years warranty Equipment should be complete in all aspects and accessories

02) A3 Colour Printer

Quantity: 01 (One) Specifications:

Print speed black / colour up to 30 ppm Media sizes supported

Tray 1: A3, A4, A5, A6, envelopes Tray 2, 3: A3, A4, A5 Optional tray 4, 5, 6: A3, A4, A5 Technology: Laser Number of print cartridges: 4 (1 each black, cyan, magenta, yellow) HP Color LaserJet Enterprise M750dn or equivalent Minimum one-year warranty Equipment should be complete in all aspects and accessories

03) A4 Colour Printer

Quantity: 02 (Two) Specifications:

Print speed black / colour up to 21 ppm Media sizes supported

Tray 1: A4, A5, A6, envelopes

44 Part Two - Section V. Technical Specifications

Tray 2, 3: A4, A5 Optional tray 4, 5: A4, A5 Technology: Laser Number of print cartridges: 4 (1 each black, cyan, magenta, yellow) HP LaserJet Pro 400 M451dn or equivalent Minimum one-year Warranty Equipment should be complete in all aspects and accessories

04) A4 Printer (black & white)

Quantity: 04 (Four) Specifications:

Print speed: (31 – 40) ppm Color output: black and white Tray 1: A4, A5, A6, envelopes Product types: Laser printers Number of print cartridges: 1 (black) HP LaserJet Pro M404n or equivalent Minimum one-year warranty Instrument should be complete in all aspects and accessories

05) PVC card Printer

Quantity: 01 (One) Specifications:

Print Mode: Single Sided Print type: Direct Dye Sublimation Print area: edge to edge Resolution 300 DPI Automatic Card feeding Dual side printing option (with flipper) Card size: ISO CR80 (54mm x 86mm / 2.12″ x 3.38″) Card thickness: 0.38mm (15mil), 0.76mm (30mil) Card type: PVC, composite PVC, PET

Print speed: Monochrome: 5sec./card (720 cards/hour) YMCKO: max. 23 sec. /card (156 cards/hour) Capacity/input hopper: 80 cards Output hopper: 25 cards Mamery 64MB Ram

Encoding Option Magnetic ISO 7811 (Track I, II, III Read/Write, HiCo/LoCo), JIS Contact ISO 7816 A/B/C Card, ISO 7816 1/2/3/4 Microprocessor Card Contactless ISO 14443 (Type A/B), MIFARE, DESFIRE, iCLASS, ISO

18092(NFC), Felica Certifications CB, CE, FCC, KC, C-tick

Part Two - Section V. Technical Specifications 45

SMART-31 Series value class ID card printer or equivalent Minimum one-year warranty Instrument should be complete in all aspects and accessories

06) Multimedia Projector

Quantity: 02 (Two) Specifications:

Power Consumption (operating) 400W Power consumption (standby) 8W Brightness 5500 Lumens Contrast 16000:1 Resolution 1280x800 Bulb life cycle, eco-mode 7,000 hours Bulb life cycle, normal 5500 hours Image size 30.00 Lens shift Yes Portable Yes Throw ratio 1.08:1 – 1.76:1 Type of lamp UHM lamp Type of projector LCD

COMMUNICATION Network connection Yes Wireless network Yes

COMPATIBILITY HD ready Yes HD ready 1080p Yes Digital Coaxial in/out Yes Display port Yes HDMI Yes Number of inputs 2 Headphone output Yes SCART in Yes USB Yes VGA in Yes

Image properties Aspect ratio 16:10 Remote control Yes Illuminated Yes Programmable Yes Built in Speakers Yes Minimum one-year warranty Brand of good repute from European, Japanese or American region Equipment should be complete in all aspects and accessories

46 Part Two - Section V. Technical Specifications

07) Photo Copier Machine Quantity: 01 (One) Specifications:

Warm-up time 20 seconds First output speed 4.3 seconds Continuous output speed 35 pages per minute Memory 2 GB HDD 320 GB Multiple copying Up to 999 copies Copying process Laser beam scanning and electro-photographic

printing Resolution 600 dpi Print resolution – Maximum 1,200 x 1,200 dpi Interface SD slot, USB Host I/F, Ethernet 10 base-T/100 base-

TX/1000 base-T Wireless LAN (IEEE 802.11a/b/g/n), Scanning speed - ARDF Max. 80 originals per minute Scanning speed - SPDF Max. 110(simplex)/180 (duplex)

originals per minute Original size A3, A4, A5, B4, B5 Paper size - Standard paper tray(s) A3, A4, A5, A6, B4, B5, B6 Paper input capacity – Standard 1,200 sheets Paper input capacity – Maximum 4,700 sheets Paper output capacity – Maximum 1,625 sheets Power consumption – Maximum 1,600 W Power consumption - Ready mode 58.3 W Power consumption - Sleep mode Less than 0.84 W Toner target yield (A4/LT, 6% coverage) Black 24,000 prints (25/30/

35 ppm), 37,000 prints (40/ 50/60 ppm)

Ricoh or any equivalent western brand Minimum one-year warranty Equipment should be complete in all aspects and accessories.

08) LED TV

Quantity: 03 (Three) Specifications:

Key features 4K UHD TV Display size 50" Resolution 3840 x 2160 Contrast mega contrast Contrast enhancer Audio - sound output (RMS) 20 W | speaker type 2 CH Smart service - web browser | smart tv

Convergence

Part Two - Section V. Technical Specifications 47

TV to mobile - mirroring | mobile to TV - mirroring, DLNA | 360 video player | Wi-Fi direct Connectivity

HDMI 3 | USB 2 | Component In (Y/Pb/Pr) 1 | Composite In (AV) 1 (Common Use for Component Y) | Ethernet (LAN) | Wireless LAN Built-in | Anynet+ (HDMI-CEC)

Samsung or equivalent brand from Japanese or western region Minimum one-year warranty Equipment should be complete in all aspects and accessories.

48

Technical Specifications (Lot # 06)

01) Hovering Movie Camera Quantity: 02 (Two) Specifications:

Camera: 1” CMOS, effective pixels 20 million Lens: FOV approx. 77o 35mm format equivalent 28mm,

Aperture f/2.8-f/11 Shutter speed: electronic shutter 8-1/8000s Still image size: 5472X3648 Still photography modes: single shot, burst shooting 3/5 frames, auto

exposure bracketing 3/5. JPEG / DNG (RAW)

Video resolution: 4k (3840X2160 24/25/30p), 2.7k (2688X1512), FHD (1920X1080) MP4 / MOV (MPEG-4, AVC/H264)

FOV: horizontal 40-degree, vertical 70-degree, backward 60-degree, vertical 77-degree, downward front and back 100degree, left & right 83-degree, lateral 80-degree, vertical 65-degree

Diagonal distance 354mm, max ascent speed 5m/s (S-Mode), 4m/s(P-Mode), max descent speed 3m/s (S-Mode), 3m/s(P-Mode), max speed 72Km/h

Flight time: minimum 30 minutes Max wind speed resistance: 29-38kph Supported SD cards: micro SD up to 128GB (R/W speed

UHS-1 speed grade 3) Hyper light: 8db SNR Supported USB ports types: lightning, micor USE (Type-B), USB-C Live view quality: remote controller 720p@30fps /

1080p@30fps, DJI Googles 720p@30fps 1080p@30fps

Minimum one-year warranty DJI (Mavic 2 pro) or any equivalent Instrument should be complete in all aspects and accessories.

02) DSLR Camera

Quantity: 03 (Three) Specifications:

Type: Single-lens reflex digital camera Lens mount: Nikon F mount (with AF coupling and AF

contacts) Sensor size: 23.5 mm x 15.7 mm Image sensor format: DX

Part Two - Section V. Technical Specifications 49

Image sensor type: CMOS Total pixels: 21.51 million Effective pixel: 20.9 million Dust-reduction system Magnification: Approx. 0.94x (50 mm f/1.4 lens at infinity,

–1.0 m(*1) Lens aperture: Instant return, electronically controlled Speed: 1/8000 to 30 s in steps of 1/3 or 1/2 EV,

bulb, time, X250 Built-in flash: Auto, portrait, child, close up, night portrait,

party/indoor, pet portrait, super vivid, pop, photo illustration, toy camera effect: Auto flash with auto pop-up P, S, A, M, food: Manual pop-up with button release

USB connector: Hi-Speed USB with Micro-B connector; connection to built-in USB port is recommended: HDMI output connector, Type C HDMI connector

Audio input: Stereo mini-pin jack (3.5 mm diameter; plug-in power supported)

Audio output: Stereo mini-pin jack (3.5 mm diameter) Communication protocols: Bluetooth Specification Version 4.1 Range (line of sight): Approximately 10 m (32 ft) without

interference Remote control modes: Delayed remote, quick-response remote,

remote mirror-up Lens: AF-S DX NIKKOR18-200mm f3.5-5.6G ED VR II Nikon D7500 or equivalent brand of Japanese or western region (Two

Unit) _____________________________________________________

Specifications:

Type: Single-lens reflex digital camera Lens mount: Nikon F mount (with AF coupling and AF

contacts) Effective angle of view: Nikon FX format Effective pixels: 24.3 million Image sensor: 35.9 x 24.0 mm CMOS sensor Total pixels: 24.7 million Dust-reduction System Media: SD (Secure Digital) and UHS-I compliant

SDHC and SDXC memory cards Frame coverage: FX (36x24): Approx. 100% horizontal and

100% vertical DX (24x16): Approx. 97% horizontal and 97% vertical

50 Part Two - Section V. Technical Specifications

Magnification: Approx. 0.7 x (50 mm f/1.4 lens at infinity, -1.0 m-1)

Eyepoint: 21 mm (-1.0 m-1; from center surface of viewfinder eyepiece lens)

Reflex mirror Quick return Lens aperture: Instant return, electronically controlled Type: Electronically-controlled vertical-travel

focal-plane shutter Speed: 1/4000 - 30 s in steps of 1/3 or 1/2 EV,

bulb, time (requires optional ML-L3 remote control), X200

Frame advance rate: 1-5 fps (continuous low speed), 6 fps (continuous high speed), or 3 fps (quiet continuous shutter-release)

Remote release modes: Delayed remote, quick-response remote, remote mirror-up

Range (ISO 100, f/1.4 lens, 20 °C/68 °F) Exposure meter coupling ISO sensitivity (Recommended Exposure Index): ISO 100-6400 in

steps of 1/3 or 1/2 EV. Active D-Lighting Autofocus and Focus lock Built-in flash and Flash-ready indicator Modes: Live view photography (still images), movie

live view (movies) Monitor: 8-cm/3.2-in., approx. 921k-dot (VGA) USB: Hi-Speed USB HDMI output Type C mini-pin HDMI connector Battery: One rechargeable Li-ion EN-EL15 battery Lens: AF-S NIKKOR24-120mm F4G ED VR Nikon D610 or equivalent brand of Japanese or western region (one

Unit with flash light) Supplied accessories (for each unit)

Shoe cover, rubber eyecup, monitor cover, body cap, EN-EL15 rechargeable Li-ion battery (with terminal cover), MH-25 battery charger, eyepiece cap, strap, USB cable, View NX 2 CD and Tripod

Minimum one-year warranty Equipment should be complete in all aspects and accessories

Note: Instrument operation and application training to the HSSEU staff will be responsibility of supplier and supplier will provide operational assistance and support to Staff, when required during warranty period.

Part Two - Section V. Technical Specifications 51

The training will cover all aspect of the instrument operation and application in detail including instrument setting, calibration, measurements, preventive maintenance, result interpretation, use of processing software, interfacing with AutoCAD and GIS applications etc.