NDMA Odisha Tender Doc

368
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

description

This contains specifications for Disaster Management tender for Odisha.

Transcript of NDMA Odisha Tender Doc

Page 1: NDMA Odisha Tender Doc

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

Page 2: NDMA Odisha Tender Doc

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

Page 3: NDMA Odisha Tender Doc

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

Page 4: NDMA Odisha Tender Doc

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

Page 5: NDMA Odisha Tender Doc

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

Page 6: NDMA Odisha Tender Doc

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] 

[email protected]

Page 7: NDMA Odisha Tender Doc

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

Page 8: NDMA Odisha Tender Doc

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

Page 9: NDMA Odisha Tender Doc

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

Page 10: NDMA Odisha Tender Doc

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

Page 11: NDMA Odisha Tender Doc

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

Page 12: NDMA Odisha Tender Doc

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

Page 13: NDMA Odisha Tender Doc

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.

Page 14: NDMA Odisha Tender Doc

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

Page 15: NDMA Odisha Tender Doc

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

Page 16: NDMA Odisha Tender Doc

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

Page 17: NDMA Odisha Tender Doc

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

Page 18: NDMA Odisha Tender Doc

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

Page 19: NDMA Odisha Tender Doc

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);

Page 20: NDMA Odisha Tender Doc

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

Page 21: NDMA Odisha Tender Doc

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.

Page 22: NDMA Odisha Tender Doc

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;

Page 23: NDMA Odisha Tender Doc

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

Page 24: NDMA Odisha Tender Doc

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.

Page 25: NDMA Odisha Tender Doc

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

Page 26: NDMA Odisha Tender Doc

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.

Page 27: NDMA Odisha Tender Doc

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

Page 28: NDMA Odisha Tender Doc

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

Page 29: NDMA Odisha Tender Doc

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.

Page 30: NDMA Odisha Tender Doc

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

Page 31: NDMA Odisha Tender Doc

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.

Page 32: NDMA Odisha Tender Doc

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

Page 33: NDMA Odisha Tender Doc

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

Page 34: NDMA Odisha Tender Doc

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

Page 35: NDMA Odisha Tender Doc

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

Page 36: NDMA Odisha Tender Doc

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  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

Page 37: NDMA Odisha Tender Doc

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

Page 38: NDMA Odisha Tender Doc

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:

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

i

 jiw  

(f) The Category Technical Scores will be combined in a

Page 39: NDMA Odisha Tender Doc

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

Page 40: NDMA Odisha Tender Doc

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

Page 41: NDMA Odisha Tender Doc

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.

Page 42: NDMA Odisha Tender Doc

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.

Page 43: NDMA Odisha Tender Doc

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

Page 44: NDMA Odisha Tender Doc

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.

Page 45: NDMA Odisha Tender Doc

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 

Page 46: NDMA Odisha Tender Doc

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

Page 47: NDMA Odisha Tender Doc

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

Page 48: NDMA Odisha Tender Doc

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.

Page 49: NDMA Odisha Tender Doc

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

Page 50: NDMA Odisha Tender Doc

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

Page 51: NDMA Odisha Tender Doc

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

Page 52: NDMA Odisha Tender Doc

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:

Page 53: NDMA Odisha Tender Doc

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

Page 54: NDMA Odisha Tender Doc

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

Page 55: NDMA Odisha Tender Doc

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

Page 56: NDMA Odisha Tender Doc

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

Page 57: NDMA Odisha Tender Doc

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.

Page 58: NDMA Odisha Tender Doc

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

Page 59: NDMA Odisha Tender Doc

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.

Page 60: NDMA Odisha Tender Doc

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 

Page 61: NDMA Odisha Tender Doc

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"

Page 62: NDMA Odisha Tender Doc

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 

Page 63: NDMA Odisha Tender Doc

7/21/2019 NDMA Odisha Tender Doc

http://slidepdf.com/reader/full/ndma-odisha-tender-doc 63/368

Page 64: NDMA Odisha Tender Doc

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

Page 65: NDMA Odisha Tender Doc

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:

Page 66: NDMA Odisha Tender Doc

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

Page 67: NDMA Odisha Tender Doc

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

Page 68: NDMA Odisha Tender Doc

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

Page 69: NDMA Odisha Tender Doc

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

Page 70: NDMA Odisha Tender Doc

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

Page 71: NDMA Odisha Tender Doc

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,

Page 72: NDMA Odisha Tender Doc

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

Page 73: NDMA Odisha Tender Doc

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

Page 74: NDMA Odisha Tender Doc

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.

Page 75: NDMA Odisha Tender Doc

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

Page 76: NDMA Odisha Tender Doc

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

Page 77: NDMA Odisha Tender Doc

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

Page 78: NDMA Odisha Tender Doc

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.

Page 79: NDMA Odisha Tender Doc

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.

Page 80: NDMA Odisha Tender Doc

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.

Page 81: NDMA Odisha Tender Doc

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

Page 82: NDMA Odisha Tender Doc

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

Page 83: NDMA Odisha Tender Doc

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

Page 84: NDMA Odisha Tender Doc

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

Page 85: NDMA Odisha Tender Doc

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

Page 86: NDMA Odisha Tender Doc

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

Page 87: NDMA Odisha Tender Doc

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

Page 88: NDMA Odisha Tender Doc

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.

Page 89: NDMA Odisha Tender Doc

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

Page 90: NDMA Odisha Tender Doc

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

Page 91: NDMA Odisha Tender Doc

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

Page 92: NDMA Odisha Tender Doc

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

Page 93: NDMA Odisha Tender Doc

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,

Page 94: NDMA Odisha Tender Doc

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

Page 95: NDMA Odisha Tender Doc

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

Page 96: NDMA Odisha Tender Doc

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

Page 97: NDMA Odisha Tender Doc

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

Page 98: NDMA Odisha Tender Doc

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

Page 99: NDMA Odisha Tender Doc

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

Page 100: NDMA Odisha Tender Doc

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

Page 101: NDMA Odisha Tender Doc

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

Page 102: NDMA Odisha Tender Doc

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

Page 103: NDMA Odisha Tender Doc

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

Page 104: NDMA Odisha Tender Doc

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.

Page 105: NDMA Odisha Tender Doc

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.

Page 106: NDMA Odisha Tender Doc

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,

Page 107: NDMA Odisha Tender Doc

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

Page 108: NDMA Odisha Tender Doc

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.

Page 109: NDMA Odisha Tender Doc

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

Page 110: NDMA Odisha Tender Doc

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

Page 111: NDMA Odisha Tender Doc

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

Page 112: NDMA Odisha Tender Doc

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

Page 113: NDMA Odisha Tender Doc

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

Page 114: NDMA Odisha Tender Doc

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

Page 115: NDMA Odisha Tender Doc

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

Page 116: NDMA Odisha Tender Doc

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

Page 117: NDMA Odisha Tender Doc

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

Page 118: NDMA Odisha Tender Doc

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

Page 119: NDMA Odisha Tender Doc

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

Page 120: NDMA Odisha Tender Doc

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

Page 121: NDMA Odisha Tender Doc

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

Page 122: NDMA Odisha Tender Doc

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

Page 123: NDMA Odisha Tender Doc

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

Page 124: NDMA Odisha Tender Doc

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;

Page 125: NDMA Odisha Tender Doc

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

Page 126: NDMA Odisha Tender Doc

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.

Page 127: NDMA Odisha Tender Doc

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.

Page 128: NDMA Odisha Tender Doc

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

Page 129: NDMA Odisha Tender Doc

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

Page 130: NDMA Odisha Tender Doc

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

Page 131: NDMA Odisha Tender Doc

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.

Page 132: NDMA Odisha Tender Doc

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.

Page 133: NDMA Odisha Tender Doc

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)

Page 134: NDMA Odisha Tender Doc

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 

Page 135: NDMA Odisha Tender Doc

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 

Page 136: NDMA Odisha Tender Doc

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.” 

Page 137: NDMA Odisha Tender Doc

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

Page 138: NDMA Odisha Tender Doc

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.

Page 139: NDMA Odisha Tender Doc

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”

Page 140: NDMA Odisha Tender Doc

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

Page 141: NDMA Odisha Tender Doc

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 

Page 142: NDMA Odisha Tender Doc

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;”

Page 143: NDMA Odisha Tender Doc

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

Page 144: NDMA Odisha Tender Doc

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

Page 145: NDMA Odisha Tender Doc

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

Page 146: NDMA Odisha Tender Doc

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

Page 147: NDMA Odisha Tender Doc

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.”

Page 148: NDMA Odisha Tender Doc

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

Page 149: NDMA Odisha Tender Doc

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

Page 150: NDMA Odisha Tender Doc

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.”

Page 151: NDMA Odisha Tender Doc

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.”

Page 152: NDMA Odisha Tender Doc

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 

Page 153: NDMA Odisha Tender Doc

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 

Page 154: NDMA Odisha Tender Doc

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

Page 155: NDMA Odisha Tender Doc

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

Page 156: NDMA Odisha Tender Doc

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

Page 157: NDMA Odisha Tender Doc

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

Page 158: NDMA Odisha Tender Doc

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

Page 159: NDMA Odisha Tender Doc

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.

Page 160: NDMA Odisha Tender Doc

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.

Page 161: NDMA Odisha Tender Doc

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

Page 162: NDMA Odisha Tender Doc

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.

Page 163: NDMA Odisha Tender Doc

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

Page 164: NDMA Odisha Tender Doc

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%

Page 165: NDMA Odisha Tender Doc

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

Page 166: NDMA Odisha Tender Doc

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

Page 167: NDMA Odisha Tender Doc

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.

Page 168: NDMA Odisha Tender Doc

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

Page 169: NDMA Odisha Tender Doc

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

Page 170: NDMA Odisha Tender Doc

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

Page 171: NDMA Odisha Tender Doc

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

Page 172: NDMA Odisha Tender Doc

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

Page 173: NDMA Odisha Tender Doc

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

Page 174: NDMA Odisha Tender Doc

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.

Page 175: NDMA Odisha Tender Doc

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

Page 176: NDMA Odisha Tender Doc

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

Page 177: NDMA Odisha Tender Doc

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.)

Page 178: NDMA Odisha Tender Doc

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

Page 179: NDMA Odisha Tender Doc

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

Page 180: NDMA Odisha Tender Doc

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

Page 181: NDMA Odisha Tender Doc

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.

Page 182: NDMA Odisha Tender Doc

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.

Page 183: NDMA Odisha Tender Doc

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.

Page 184: NDMA Odisha Tender Doc

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

Page 185: NDMA Odisha Tender Doc

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 

Page 186: NDMA Odisha Tender Doc

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.

Page 187: NDMA Odisha Tender Doc

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.

Page 188: NDMA Odisha Tender Doc

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

Page 189: NDMA Odisha Tender Doc

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

Page 190: NDMA Odisha Tender Doc

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

Page 191: NDMA Odisha Tender Doc

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

Page 192: NDMA Odisha Tender Doc

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

Page 193: NDMA Odisha Tender Doc

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.

Page 194: NDMA Odisha Tender Doc

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.

Page 195: NDMA Odisha Tender Doc

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

Page 196: NDMA Odisha Tender Doc

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

Page 197: NDMA Odisha Tender Doc

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 

Page 198: NDMA Odisha Tender Doc

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

Page 199: NDMA Odisha Tender Doc

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

Page 200: NDMA Odisha Tender Doc

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.

Page 201: NDMA Odisha Tender Doc

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

Page 202: NDMA Odisha Tender Doc

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.

Page 203: NDMA Odisha Tender Doc

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.

Page 204: NDMA Odisha Tender Doc

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

Page 205: NDMA Odisha Tender Doc

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

Page 206: NDMA Odisha Tender Doc

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.

Page 207: NDMA Odisha Tender Doc

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

Page 208: NDMA Odisha Tender Doc

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 

Page 209: NDMA Odisha Tender Doc

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.

Page 210: NDMA Odisha Tender Doc

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

Page 211: NDMA Odisha Tender Doc

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

Page 212: NDMA Odisha Tender Doc

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

Page 213: NDMA Odisha Tender Doc

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.

Page 214: NDMA Odisha Tender Doc

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.

Page 215: NDMA Odisha Tender Doc

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

Page 216: NDMA Odisha Tender Doc

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

Page 217: NDMA Odisha Tender Doc

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.

Page 218: NDMA Odisha Tender Doc

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

Page 219: NDMA Odisha Tender Doc

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

Page 220: NDMA Odisha Tender Doc

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

Page 221: NDMA Odisha Tender Doc

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

Page 222: NDMA Odisha Tender Doc

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

Page 223: NDMA Odisha Tender Doc

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) 

Page 224: NDMA Odisha Tender Doc

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)

PRINT

Duplex printing Automatic (standard)

Page 225: NDMA Odisha Tender Doc

7/21/2019 NDMA Odisha Tender Doc

http://slidepdf.com/reader/full/ndma-odisha-tender-doc 225/368

Page 226: NDMA Odisha Tender Doc

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

Page 227: NDMA Odisha Tender Doc

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

Page 228: NDMA Odisha Tender Doc

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

Page 229: NDMA Odisha Tender Doc

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

Page 230: NDMA Odisha Tender Doc

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

Page 231: NDMA Odisha Tender Doc

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

Page 232: NDMA Odisha Tender Doc

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.

Page 233: NDMA Odisha Tender Doc

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:

Page 234: NDMA Odisha Tender Doc

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.

Page 235: NDMA Odisha Tender Doc

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.

Page 236: NDMA Odisha Tender Doc

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.

Page 237: NDMA Odisha Tender Doc

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.

Page 238: NDMA Odisha Tender Doc

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:

Page 239: NDMA Odisha Tender Doc

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 

Page 240: NDMA Odisha Tender Doc

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

Page 241: NDMA Odisha Tender Doc

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

Page 242: NDMA Odisha Tender Doc

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.

Page 243: NDMA Odisha Tender Doc

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

Page 244: NDMA Odisha Tender Doc

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

Page 245: NDMA Odisha Tender Doc

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

Page 246: NDMA Odisha Tender Doc

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

Page 247: NDMA Odisha Tender Doc

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

Page 248: NDMA Odisha Tender Doc

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

Page 249: NDMA Odisha Tender Doc

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 

Page 250: NDMA Odisha Tender Doc

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 

Page 251: NDMA Odisha Tender Doc

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

Page 252: NDMA Odisha Tender Doc

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

Page 253: NDMA Odisha Tender Doc

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

Page 254: NDMA Odisha Tender Doc

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

Page 255: NDMA Odisha Tender Doc

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

Page 256: NDMA Odisha Tender Doc

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

Page 257: NDMA Odisha Tender Doc

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

Page 258: NDMA Odisha Tender Doc

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

Page 259: NDMA Odisha Tender Doc

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

Page 260: NDMA Odisha Tender Doc

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 

Page 261: NDMA Odisha Tender Doc

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

Page 262: NDMA Odisha Tender Doc

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 

Page 263: NDMA Odisha Tender Doc

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

Page 264: NDMA Odisha Tender Doc

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

Page 265: NDMA Odisha Tender Doc

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

Page 266: NDMA Odisha Tender Doc

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)

Page 267: NDMA Odisha Tender Doc

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

Page 268: NDMA Odisha Tender Doc

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

Page 269: NDMA Odisha Tender Doc

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.

Page 270: NDMA Odisha Tender Doc

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:

Page 271: NDMA Odisha Tender Doc

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.

Page 272: NDMA Odisha Tender Doc

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:

Page 273: NDMA Odisha Tender Doc

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

Pri

nt

 

500 

2000 

500 

2000 

1500 

750 

1500 

750 

1500 

750 

Ch

air 

Ch

air 

Ch

air 

1500 

750 

1500 

750  750 

DM

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

D

o

or 

1000 

IT

RACK 

100

1000 

UPS 1 

1000 

500 

1000 

1000

 

3000 

2000

 

3000

 

15meter 

 

4000 

10

00 

Page 274: NDMA Odisha Tender Doc

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

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

Pri

nte

 

500 

2000 

1500 

750 

1500 

750 

1500 

750 

2 work stations for

Strengthening 

Ch

air 

Ch

air 

5

0

S

p

a

c

e

o

r

A

l

m

i

r

a

100

200

Do

or 

ITRACK 

100

0 100

UPS 

1000 

500 

1000

 

1000  3000 

12meter  

10meter  

Page 275: NDMA Odisha Tender Doc

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 

Page 276: NDMA Odisha Tender Doc

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.

Page 277: NDMA Odisha Tender Doc

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.

Page 278: NDMA Odisha Tender Doc

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

Page 279: NDMA Odisha Tender Doc

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

Page 280: NDMA Odisha Tender Doc

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

Page 281: NDMA Odisha Tender Doc

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 

Page 282: NDMA Odisha Tender Doc

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

Page 283: NDMA Odisha Tender Doc

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

Page 284: NDMA Odisha Tender Doc

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

Page 285: NDMA Odisha Tender Doc

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

Page 286: NDMA Odisha Tender Doc

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

Page 287: NDMA Odisha Tender Doc

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

Page 288: NDMA Odisha Tender Doc

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

Page 289: NDMA Odisha Tender Doc

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

Page 290: NDMA Odisha Tender Doc

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 

Page 291: NDMA Odisha Tender Doc

7/21/2019 NDMA Odisha Tender Doc

http://slidepdf.com/reader/full/ndma-odisha-tender-doc 291/368

Section VII. Sample Forms 2

Page 292: NDMA Odisha Tender Doc

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.

Page 293: NDMA Odisha Tender Doc

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] 

Page 294: NDMA Odisha Tender Doc

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 

Page 295: NDMA Odisha Tender Doc

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 ______________________, ______

Page 296: NDMA Odisha Tender Doc

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.

Page 297: NDMA Odisha Tender Doc

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

Page 298: NDMA Odisha Tender Doc

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

Page 299: NDMA Odisha Tender Doc

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

Page 300: NDMA Odisha Tender Doc

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.

Page 301: NDMA Odisha Tender Doc

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

Page 302: NDMA Odisha Tender Doc

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

Page 303: NDMA Odisha Tender Doc

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.

Page 304: NDMA Odisha Tender Doc

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.

Page 305: NDMA Odisha Tender Doc

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

Page 306: NDMA Odisha Tender Doc

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,

Page 307: NDMA Odisha Tender Doc

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

Page 308: NDMA Odisha Tender Doc

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

Page 309: NDMA Odisha Tender Doc

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)

Page 310: NDMA Odisha Tender Doc

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] 

Page 311: NDMA Odisha Tender Doc

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".] 

Page 312: NDMA Odisha Tender Doc

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.

Page 313: NDMA Odisha Tender Doc

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.]

Page 314: NDMA Odisha Tender Doc

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

Page 315: NDMA Odisha Tender Doc

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

Page 316: NDMA Odisha Tender Doc

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

Page 317: NDMA Odisha Tender Doc

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”

Page 318: NDMA Odisha Tender Doc

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. ] 

Page 319: NDMA Odisha Tender Doc

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.

Page 320: NDMA Odisha Tender Doc

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

Page 321: NDMA Odisha Tender Doc

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

Page 322: NDMA Odisha Tender Doc

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

Page 323: NDMA Odisha Tender Doc

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).

Page 324: NDMA Odisha Tender Doc

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 

Page 325: NDMA Odisha Tender Doc

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. 

Page 326: NDMA Odisha Tender Doc

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)] 

Page 327: NDMA Odisha Tender Doc

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.

Page 328: NDMA Odisha Tender Doc

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

Page 329: NDMA Odisha Tender Doc

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 

Page 330: NDMA Odisha Tender Doc

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 

Page 331: NDMA Odisha Tender Doc

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

Page 332: NDMA Odisha Tender Doc

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

Page 333: NDMA Odisha Tender Doc

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 ] 

Page 334: NDMA Odisha Tender Doc

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

Page 335: NDMA Odisha Tender Doc

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.

Page 336: NDMA Odisha Tender Doc

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:

Page 337: NDMA Odisha Tender Doc

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:

Page 338: NDMA Odisha Tender Doc

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:

Page 339: NDMA Odisha Tender Doc

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:

Page 340: NDMA Odisha Tender Doc

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:

Page 341: NDMA Odisha Tender Doc

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

Page 342: NDMA Odisha Tender Doc

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

Page 343: NDMA Odisha Tender Doc

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

Page 344: NDMA Odisha Tender Doc

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

GSM SMS Gatewayfor Radio Server

24 Port L2 Switch HighEnd (one per districtx 6 districts)

DMR Fixed Station(one per district x 6districts)

Equipment Earthing(one per district x 6districts)

Power Cabling 10 mtrs6 

LAN Cabling x 6districts)

Dedicated Internet forWork Station 0

Page 345: NDMA Odisha Tender Doc

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 

Page 346: NDMA Odisha Tender Doc

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 

Page 347: NDMA Odisha Tender Doc

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

Page 348: NDMA Odisha Tender Doc

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

Page 349: NDMA Odisha Tender Doc

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)

Page 350: NDMA Odisha Tender Doc

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)

24 Port FODP (FibreOptic DistributionPanel) with Pigtail and

Copper Patch panel

Fiber Optic StructuredCabling upto 2 Kmsfrom SWAN Port

WAN Router with 8 FEPort , 2 GE WAN Portand with 2 FiberPort10/100/1000

 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 

Page 351: NDMA Odisha Tender Doc

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

Page 352: NDMA Odisha Tender Doc

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

Page 353: NDMA Odisha Tender Doc

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

Page 354: NDMA Odisha Tender Doc

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 

Page 355: NDMA Odisha Tender Doc

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

Page 356: NDMA Odisha Tender Doc

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

Page 357: NDMA Odisha Tender Doc

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

Page 358: NDMA Odisha Tender Doc

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

Page 359: NDMA Odisha Tender Doc

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

Page 360: NDMA Odisha Tender Doc

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:

Page 361: NDMA Odisha Tender Doc

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:

Page 362: NDMA Odisha Tender Doc

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

Page 363: NDMA Odisha Tender Doc

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

Page 364: NDMA Odisha Tender Doc

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

Page 365: NDMA Odisha Tender Doc

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

Page 366: NDMA Odisha Tender Doc

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

Page 367: NDMA Odisha Tender Doc

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

Page 368: NDMA Odisha Tender Doc

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