Aerial Survey and Digital Data Maintenance of Industrial Units

23
EXPRESSION OF INTEREST Aerial Survey and Digital Data Maintenance of Industrial Units ~. - BIHAR IND Bihar Industrial Area Development Authority (BIADA) Lst Floor, Udyog Bhawan, East Gandhi Maidan, Patna - 800 004 Phone: 0612- 2675002/ 2675352/2675991 Website: www.biadabihar.in E-mail: [email protected]

Transcript of Aerial Survey and Digital Data Maintenance of Industrial Units

~.- BIHAR IND
Bihar Industrial Area Development Authority (BIADA) Lst Floor, Udyog Bhawan, East Gandhi Maidan, Patna - 800 004 Phone: 0612- 2675002/ 2675352/2675991 Website: www.biadabihar.in E-mail: [email protected]
EXPRESSION OF INTEREST Sealed Short Tenders are invited for selection of service providers for aerial survey of Industrial Units situated in Industrial Areas across the state, development and Implementation of web application for aerial survey and its digital integration with data for the whole Authority. The web application would provide output in the form of various Reports related to land allotted to particular Unit, its product, date of allotment, pollution category, GIS coordinates, working status etc.
. -_._,---- ._- ------- I. Items Date & Time o. 1 Availability of Bid Document on Website 03-12-2018 (05:00 PM) to
.(www.hiadabihar.in) 19-12-2018 (05:00 PM) 2 Pre-bid meeting 10-12-2018 (03:00 PM)--- f------. 3 Last date of receipt of Bids 20-12-2018 (05:00 PM)..-.-
4- _9penin_g of Technical Bid 21-12-2018 (03:00 PM).--- .- 5 Opening of Commercial Bid To be communicated The tender document can be downloaded from the website www.biadabihar.in . The cost
of tender document required to be deposited in the form of Demand Draft along with the technical bid, failing which the bid shall not be accepted.
EOI filled in all respect must reach BIADAat the address, time and date specified in the cover page of the RFP through Speed Post I Registered Post I CourierIBy hand. If the specified dale for the submission of RFPs is declared as a holiday for Govt. of Bihar, the EO I s will be received up to the appointed time on the next working day.
Though adequate care has been taken in the preparation of this EOI document, the interested firms shall satisfy it that the document is complete in all respects. The information is not intended to be exhaustive. Interested Bidders are required to make their own enquiries wherever required. Intimation of discrepancy, if any, should be given to the specified office immediately. If no intimation is received by this office by the date mentioned in the document, it shall be deemed that the RFP document is complete in all respects and firms submitting their bids are satisfied with the EOI Document in all respects.
BIADA, reserves the right to reject any or all of the applications submitted in response to this EOI document at any stage without assigning any reasons whatsoever. BIADA also reserve the right to withhold or withdraw the process at any stage without assigning any reason whatsoever.
I3IADA reserves the right to change / modify / amend any or all of the provisions of this EO I document. Such changes would be posted on the website.
Sd/­ Consultant Technical
19/IT/BIADA/2018
\ - ~,. Consu~ch~
BIADA, Patna.
p14. 3
1. Objective of the Project Bihar Industrial Area Development Authority (BIADA) is ,1 custodian of the
Industrial areas and records are to be maintained at the Regional Offices. At present there are 52 Industrial Areas across the state controlled by 4 Regional Offices.
The main objective is to prepare the updated Digital Data including images taken from unmanned aerial vehicle (UAV), commonly known as a drone, for the Industrial Areas, thus conducting the aerial surveys to observe, identify any unauthorized activity, actual utilization of land along with objective in the form of various Reports related to land allotted to particular Unit, its product, date of allotment, pollution category, GIS coordinates. Working status etc.
Need of adopting latest surveying techniques to overcome the issues with current methodologies are;
• Current/ traditional techniques is more time taken to complete • Lesser Data accuracy/redundancy • Fresh survey has to start from scratch • It increases the utilization of Area for New Industries • Decrease the Involvement of BIADAmanpower • Difficult to manage manually No. of map sheets and actual Allotment area • Difficult to Integrate whole Industrial area manually. • limited to access all the Units Industrial area through current manual map sheets • Difficult in various development planning
The Selected Service Providers (Bidder) will provide WEB Solution for Aerial Based Monitoring Services at all Industrial Units under 4 region (Patna, Bhagalpur, Muzaffarpur, Darbhanga), a comprehensive list of the Units and other details may be found on the official website of the Authority. Moreover, the scope of services can be broadly categorized as below.. • Aerial Photography: The selected service provider (Bidder) shall conduct aerial
surveys using Aerial visual camera & software analytics and prepare high definition Photo reports.
• Outputs based on high end analytics: The selected service provider (Bidder) shall Integrate survey Output reports to Web- application software on
• drone aerial images and provide customized outputs Iike developed/ constructed area. • Digital Data Maintenance: (Bidder) shall develop with maintenance of a web
application where the collected data could be stored and the retrieved further. The applicant contains the details about the information about the unit which is being surveyed and its location details in GPS based.
• Master Record Creation: The service provider (Bidder) shall crca tc Master record on c e n t r a liz e d. The Admin should have the rights to define the access Ible modules by a Particular user.
• Automatic Operation of Drones: The service provider (Bidder) shall ens u re all tile industrial unit of BIADA should surveyed by unmanned aerial vehicle (UAV) capturing photos from multiple angles with GPS location automatically with help of drone pilot.
• On board mounted GPS transmitter/receiver: The selected service provider (Bidder) should provide the accurate current location to the processor board for flight COil trn I as well as it should be communicated to ground control station to ruonitor aerial trajectory on the display.
• Insurance of Drones:- Responsibility of any damage to drone shall be obtained by the successful bidder.
Application Software: The selected service provider (Bidder) shall ensure about
designed web application proficient with required aerial survey system at any level.
pg.4
Functionalities Required
The BIADAAerial Survey and Digital Data Maintenance of Industrial Units will cater the below functionalities: • The unmanned aerial vehicle (UAV), shall be used for data acquisition and
subsequently processing. • The drone shall have on-board mounted payload consists of processor board,
GPS antenna, wireless camera. • The drone flight shall be controlled through ground control station. The mission
parameter required for flight control shall be provided by ground control station to the flight controller.
• On board mounted GPS transmitter/receiver should provide the accurate current location to the processor board for flight control as well as it should be communicated to ground control station to monitor flight trajectory on the display.
• Wireless camera shall be mounted on drone. The system shall be able to capture the image through on camera and receiver connected to command/control device at ground.
• Perform aerial photography using high resolution camera with geo-tagging (RTK GPS), high precision, and photogrammetric aerial camera.
• Aerial images need to be taken maintaining a GSD (Ground Sample Distance) with better pixel or resolution.
• Necessary pre-marking or post marking of ground control points are required for precise geo-referencing of the images. It is required that each GCP (Ground Control Point) is clearly identifiable in the aerial image after processing.
• Necessary software and trained personnel for data analysis and integration in GIS environment as per the requirement should be specified.
Technical Specifications
).- Orthophoto/Photogrammetry Survey(accuracy will be less than 1cm) • Coverage - As per the Area of Interest given by BIADA • Drone/UAV Based Aerial Survey
The system uses high end sophisticated "Unmanned Aerial Vehicle (UAV)" technology for taking high resolution "Down Looking" images from an onboard calibrated camera. All the photographs should be precisely geo-referenced by GPS, Glonass, etc. for accurate aerial triangulation process. These photographs are to be processed using the 3D stereo photogrammetry techonology to produce accurate high resolution GIS ready mosaiced orthophotos. It is required that the relevant routes, areas & features are clearly visible in the output Orthophoto after processing.
• Data Acquisition/Image Capturing Nadir(90 degree to the ground) aerial imagery to be captured from the UAV(Drone) suitable for aerial survey with Onboard GNSS(Global Navigation Satellite System} (GPS, Glonass, ctc.] which may be SBAS or RTK (Real Time Kinematics) assisted: lMll (Inertial measurement units) integrated with High Resolutions calibrated Camera. The camera system fitted with Gimbal is to be used for stable and clear imagery acquisition. Images are to be geotagged based on the precise location by GNSS for further photogrammetric processing.
pg. 5
The Flight planning to be done using the photogrammetry flight planning application ensuring following:
• Area Coverage • Flight lines need to be planned for the whole Industrial Area (provided by BIAJ)A) • Camera Resolution should be minimum 100 MP or more to achieve clear ground
details. • Coverage of 8 sqkm in one flight with 75% forward and 55%, lateral overlap. • 5 axis gimble stabilization is must for this project. • Resolution - The final Orthophot should have 1 ern GSD (Ground Sample Distance
distance measured on the ground between pixel centers in an image). • Angle - 90 degree to the ground or Nadir angle to be used unless specified fOI
specific purpose. • Overlap - 75% forward and 55% lateral/strip overlap in the captured images. • Flying Height - As per flying guidelines and civil Aerospace restrictions in India. • Photographic Conditions o Ground must be free from fog, haze, dust and smoke. o Data to be collected in good light conditions. • Image Quality o Should be clear, free from blurring and should be sharp ill detail. o No "warping" or "image smear" or "streached" areas should be there in images. o No inconsistencies should be there in tone and density between adjacent images. • Calibration of Camera
Camera calibration process shall be done to know the essential camera parameter for photogrammetry processing such as Calibrated focal length, Princtpal point offset, Camera Lens distortion (radial and symmetric), pixel size, each photo size.
• Data Processing Images captured from UAV (drone) to be processed usi ng professional stereo photogrammetry software to develop the final high resolution, scale corrected. distortion free ortho tiles & mosaic with map details. Following are the steps:
Arial-Triangulation of the images in the 3D stereo photogrammetry system to ensure accurate positional accuracy (Aerial Triangulation represents the mathematical process of establishing precise and accurate relationship between the individual image & Ground) Generation of digital terrain model (DTM) in stereo photogrammetry workstation to ensure correct ground height for ortho rectification process.
Orthophoto shall be developed by process of Orthophoto rectification usi ng the corrected DTM
o Important/Major features including Control Point, Rail/Road/River crossing/ Important/Major/Minor Bridges, Buildings & Structures, Land, encroachments. roads, etc. on and all the features should be clearly visible, free from distortions.
o Orthophoto should be free from smear, wrap, hot spots and suech area. o Orthophoto should be radiometric ally(contrast color) and geometrically corrected
to enable adjacent image tiles to be displayed simultaneously without obvious distinctions between them.
o Seasonal and temporal differences should not show differences across image joi ni n1; unes.
o Seamline editing should be done to minimize the temporal tone effect.
:r 3D Reality Models It's a mathematical representation of any surface or any object (either inanimate or living) in three dimensions the output a 3D model.
• Aerial Images will be captured in 30 degree, 45 degree and 60 degree to the ground aerial imagery to be captured from the UAV(drone).
• Models will be clear free from blurring and should be sharp in details. • The output will be in 3MX format.
:r High Resolution Videograpby
Drone Videography of 4K resolution for monitoring/surveillance purpose.
2. Invitation to Proposal a. Due Diligence The Bidder is expected to and shall be deemed to have examined all instructions, forms, terms and specifications and other information in this Tender Document. The bid shoulcl be precise. complete and in the prescribed format as per the requirement of the Tender Document. Failure to furnish all information required by the Tender Document or submission of a bid not responsive to the Tender Document in every respect will be at the Bidder's risk and may result in rejection of the bid. BIADA, shall at its sole discretion be enti tied to determine the adequacy / sufficiency of the information provided by the Bidder b. Cost of Bidding The Bidder will bear all costs associated with the preparation and submission of its bid and BIADA will in no event or circumstance be held responsible or liable for these costs. regardless of the conduct or outcome of the bidding process.
c. Amendment of Tender Document At any time before the deadline for submission of bids, BIADA may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder. modify the Tender Document by amending, modifying and/or supplementing the same.
Any amendments/modifications in the tender document would be displayed on the official website (www.biadabihar.in) and all such amendments shall be binding on the bidders without any further act or deed on BIADA part. In the event of any amendment, BIADA reserves the right to extend the deadline for the submission of the bids. in order to allow prospective Bidders reasonable time while preparing their bids.
d. Site Visit (s) The bidder may wish to visit and examine the site(s) of the project and obtain for itself, at its own responsibility and risk, all information that may be necessary for preparing the bid and entering into the contract The cost of visiting the site (s) Shall be borne by the bidder. No site visit (s) shall be scheduled by BIADA.
3. Instructions to Bidders
a. Introduction The section aims to provide guidelines/Instructions for Bidders, to be used while submitting the Proposals. These are generic in nature, but bidders are required to abide by them during the completion of the Project.
pg. 6
pg. 7
b. Scope of Proposal
Detailed description of the objectives, scope of services, dclivcrables and other requirements relating to the job/assignment are as specified in this EOI. The Proposal is required to be submitted in the form and manner as specified in this document.
c. Format & Signing
The EOI shall be submitted in two parts ../ Part A - Technical Bid
../ Part B - Financial Bid The EO! shall be computer printed document and must not be handwritten or typed by typewriter. Any / interlineations, erasures or overwriting are not allowed on any pages 01 EO! and the all pages must be neat and clean with proper indexing. lnterlincatious. erasures or overwriting if found will lead the rejection of the EOI.
d. Submission of EOI - Packing, Sealing and Marking
The bidder shall prepare Technical Bid (Part-A) and Financial Bid (Part-B). The Bids shall be sealed separately clearly marking Technical and Financial on the envelope along with the Purpose & Tendering Authority Address. Each part of the EOI must be inserted in separate sealed envelopes, along with the bidder's name and address on the envelope and super scribed in the following manner.
,.. PART-A: TECHNICAL BID FOR "AERIAL SURVEY AND DIGITAL DATA MAINTENANCE OF INDUSTRIAL UNITS" FOR BIADA
,.. PART-B: FINANCIAL BID FOR "BIADA AERIAL SURVEY AND DIGITAL DATA MAINTENANCE OF INDUSTRIAL UNITS" FOR BIADA
Both the envelopes must the n be packed in a separate sealed outer cover <llld
clearly super scribed" PROPOSAL FOR "AERIAL SURVEY AND DIGITAL DATA MAINTENANCE OF INDUSTRIAL UNITS". The bidder's Name, Address and Mobile Number shall be clearly mentioned on the outer envelope. The inner and outer envelopes shall be addressed to BIADA at the following address:
To,
Bihar Industrial Area Development Authority (BIADA), 1st Floor, Udyog Bhawan, East Gandhi Maidan, Patna - 800004 [B1IIAR)
If the outer envelope is not sealed and marked as mentioned above, then BIADA will assume no responsibility for the Proposal's misplacement or premature opening.
c. Number of Proposals and any changes or modification therein
A bidder can submit one proposal at a time. Bidder submitting more than one proposal shall be rejected. No modifications / withdrawal to the Proposals shall be allowed; once it is received by the tendering authority.
f. Language of Bid
All Proposals and various documents related to these Proposals should be in English Language. Any supportive Document and Printed Literature furnished by the Bidders shall also be in English.
g. Conflict of Interest
BIADA requires that bidder must provide professional, objective and impartial advice and at ;111times hold BIADA interests paramount, strictly avoid conflicts with other assignments/jobs or their own corporate interests and act without any consideration 1'01'
future work. In case the Bidders have any subsisting interest, either by themselves or through their partners, that is likely to conflict the work specified in the Scope of Work, they shall declare such interests as part of their proposal
h. Validity of Proposals
v' For the purpose of placing the order; the Bids shall remain valid for at east 180 days after the date of bid opening.
v' A bid valid for a shorter period may be rejected by BIADA as being non­ responsive.
v' Duri ng the period of validity of Bids, the rates quoted shall not change.
v' In exceptional ci rcu mstances, BIADA may ask for extension of the period of validity and such a request shall be binding on the bidder.
v' 13IADArequest and the response to such a request by various bickers shall be in writing.
v' A bicker agreeing to such an extension will not be permitted to increase its rates.
i. Right to accept Proposal
BIADA reserves the right to accept or reject any Proposal, and to annul the Proposal process and reject all Proposals at any time prior to th e award of contract without thereby incurring any liability to the affected bidder or any obligation to inform the affected bidder of the grounds for such decision.
j. Bid Opening
BIADA will open all Proposals, in the presence of bidders or their authorized representatives who choose to attend, at the date and time mentioned in the EOI.
The bidders' representatives who are present shall sign a register evidencing their attendance. In the event of the specified date being declared a holiday, the E 0 I s shall be opened at the appointed time and location on the next working day.
k. Rejection of Bid
BIADA reserves the right to reject any and all proposals, in whole or in part, to waive any and all informalities, and to disregard all non-confirming, non- responsive or conditional proposals. In the event any or all proposals are rejected, in whole or in part, thereafter BIADA, in its sole discretion may initiate a new EO! process including all or part of the components of this Request for Proposals.
I. Earnest Money Deposit (EMD)
The Bidder has to submit and EMD of Rs 50,000/- (Fifty Thousand) in the form of bank draft in favor of Bihar Industrial Area Development Authority, Payable at Patna. Unsuccessful Bidder's EMD will be returned as promptly as possible as but not later than 30 days after the expiration of the period of bid validity. The successful Bidder's EMDwill not be returned under any circumstances.
pg.9
m. Forfeiture of EMD EMD submitted by the vendor may be forfeited under the following conditions. If the bid or its submission is not in conformity with the instruction mentioned herein;
./ If the veneer violates any of the provisions of the terms and conditions of the tendrr
./ In the case of a successful vendor fails to (a) accept award of work, (b) sign the contract agreement with BIADA,after acceptance of communication on placement of award. (c) furnish performance security, or the vencbr violates any of such important conditions of this tender cbcument or indulges in any such activities as would jeopardize the interest of BIADA in timely finalization of this tender, The decision of BIADAregarding forfeiture of bid security shall be final and shall not be called upon question under any circumstances. A default in such a case may involve black-listing of the vendor by BIADA.
n. Notification to Bidder
The s u c c e s s fu I Bidder shall be notified of the award prior to the expiration of the period of validity of the proposal, by registered letter Or through communication email. This letter (hereinafter the "Letter of Acceptance") shall state the sum that I3lADA shall pay the Bidder in consideration of the execution, completion and maintenance of the work as prescribed by the Contract (hereinafter the "Contract Cost") in accordance with Payment Terms. The Bidder shall acknowledge in writing, the receipt of the Letter of Acceptance and shall send his acceptance to enter into the Contract 30 days from the receipt of the Letter of Acceptance. o. Signing of agreement
Pursuant to the Bidder acknowledging the Letter of Acceptance, the Bidder and BlAlM shall promptly and in no event later than 30 worki ng days from the date 01 acknowledgement of the Letter of Acceptance, sign the Contract. This shall be subject to the furnishing of the Performance Guarantee. BIADAshall have the right and authority to negotiate certain terms with the successful Bidder before signing of the Contract. The signing of the Contract shall amount to award of the Contract and the Bidder shall initiate the execution of the work as specified in the Contract. p. Performance Guarantee
Successful bidder have to submit the performance guarantee, drawn in favor of Bihar Industrial Area Development Authority to the tune of 5% of the total contract amount (Including all taxes) with a minimum validity of 12 months, Within 30 working days of the receipt of the acknowledgment of the Letter of Acceptance from 13IAOA,Performance Guarantee shall be retained by the BIADA till the end of the Term as defined in the Contract Agreement.
q. Failure to abide by the RFP The conditions stipulated in the RFP shall be strictly adhered to and violation of ,1i1V
of these conditions shall disqualify the bidder. r. Period for Furnishing Performance Guarantee s. Annulment of Award Failure of the successful Bidder to comply with pre-qualification criteria. evaluation criteria and other terms and conditions set out in the Tender Document shall constitute sufficient ground for the annulment of the award of Contract and forfeiture of the EMD and Performance Guarantee, in which event B1ADA may make the award to the next lowest evaluated Bidder or call for new bids.
U EOI-Aerial Survey and Digital Data Maintenance oflndustrial Ul1it~'(_
4. Bidding Procedure & Evaluation
All evaluation will be carried out by SIADA. SIADA may constitute an evaluation committee to evaluate the bids. Evaluation conducted by the committee shall be final and binding on all the bidders.
The evaluation committee will conduct technical negotiations or discussions with any or all the bidders. The decision of the evaluation committee in the evaluation of the Technical & Financial bids shall be final and binding on all the parties. No correspondence will be entertained outside the process of negotiation / discussion with the evaluation committee.
Information relating to the examination, clarification, evaluation and comparison of the bid document and recommendations (if any) shall not be disclosed by the evaluation committee to the bidders or any other persons (other than officers / advisors of I3IADA or as required by applicable law) not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the tender evaluation committee's processing of bids or award decisions may result in the rejection of the bid
4.a Technical Evaluation The evaluation of technical bid will be done on the basis of technical evaluation criteria. Financial bid of those bidders who are technically qualified in the technical evaluation only will be opened. All other commercial bids will be ignored. Final selection will be done on the basis of lowest quoted rates only.
5. Technical Bid
The EOI is open to eligible bidders only as per the pre-qualification criteria. The following documents shall be submitted. 5.1. Interest free Earnest Money Deposit (EMD) of Rs. SO,OOOj-(Fifty Thousand) in the
form of Bank Draft from any scheduled bank drawn in favor of Bihar Industrial Area Development Authority payable at Patna. The EMD of successful bidder is liable to be forfeited if the bidder revokes any terms of the tender within the validity period. EMDs given by unsuccessful bidders will be refunded after placing of work order to the successful bidder.
5.2. The bidder must be a company registered under the Indian Companies Act, 1956. Copy o] such certificate shall be enclosed as a proof.
5.3 The Net Worth of the company should be positive. Certified copy from the C.Ahas to be enclosed.
5.4 The bidder should have been registered with GST. Copy of such certificate shall be enclosed as a proof. Firm has also to submit the copy oJGST Return of last financial year
5.5 The bidder should be in IT Services for last 3 years in India. Copy of Certificate of incorporation and the MOAhas to be enclosed with work order or work completion certificate.
5.6. The bidder should have an annual turnover of at least Rs. 50 lakhs in IT / ITeS sector during one year of the last three Financial Year 2015-16, 2016-17,2017-18 and must submit certified copy of the audited statement of accounts and turnover certificate as a proof of annual turnover as stated.
pg.10
5.7 The bidder should have successfully worked with for Government Departments in India or for Govt. of Bihar and have at least one drone based aerial survey. Copy of work order for the mentioned project must be submitted as a proof.
5.8 Applicants should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of India / State Governments. A self-declaration certificate on the company letter head should be enclosed.
5.9 Representative authorization letter in the company letter head for the authorized person who will sign the entire document relating to this RFP and will be present during evaluation & negotiation during the RFP period .
.s.lO The bidder should have an office in Bihar or has to open an office in Bihar within 15 days of award of the project, if declared successful in the evaluation process. The bidders have to submit a self­ declaration in support of the same. Note: The qualifying requirements data shall be enclosed with the technical bid only. The bidder who do not qualify this criterion, will be disqualified immediately and their financial bid will not be opened.
6. Financial Bid
The Financial Bids of only successful technical bidders will be opened, in the presence of Bidder's or their representatives who wish to attend the Financial Bid opening on date and time to be communicated to all the technically qualified Bidders.
7. Scope of Work Preparations for the survey work using unmanned aerial vehicle (UAV):
• There should be adequate number of survey teams and adequate number of adjudicating teams to complete the work as per the schedule.
• Each survey team should have at least one UAVoperator, and other required supporting staffs.
• Each survey team should have adequate number of fielcl workers and supervisory staff conversant with the local language.
• The adjudication team shall consist of the survey adjudicator, who will invariably be a BIADAofficial, assisted by one surveyor and UAVoperator, and other required supporting staffs.
• The entire action plan (including the day-wise survey schedule) should be discussed before commencing the survey work to facilitate further cooperation for the survey exercise.
Unmanned Aerial Vehicle (UAV)Details: Drone must have equipped with the following unparalleled features:
• 100 Megapixels Camera • 1" Sensor • MECHANICALShutter • Up to 4K 60FPS Video Recording.
pg. 11
pg. l2
"EOI-Aerial Survey and Digi(alData Maintenance oflndustrial Units"
Reports • List or survey Unit wise • List of Survey Region Wise / Category wise • Listot I)e ta iIsin d u s t r i e s Wise • Survey done/pending specific date, range wise • Contour Mapping • Ortho photos, DTM, PSM,Topographical Survey • Generate of 3D Model • Encroachment analysis & factory operational survey, Project monitoring • Any other report based on the requirement
Design and develop an "Aerial Survey and Digital Data Maintenance of Industrial Units" web application:
• Application has to be developed for following modules of the department. Online Web Based solutions based on ASP.NET/C# with SQL Server or oraclelOG or above RDBMS or better integrated solutions. Solutions based on Open Source as well as Open Architecture will be also accepted.
• The Service Provider is expected to study each of the above modules and processes in detail and design the application software as per the requirement of the I3IADA.
• The Application Software has to be developed using any of the popular Web Technologies and has to be developed and deployed in 3 tiers Architecture.
• The Application would be deployed centrally and accessed by the various offices of the department using the Internet.
• The application will be hosted by the state data center. • The vendor has to provide a warranty period of one year after go-live date. Application Support would include: The Service Provider is expected to resolve all critical bugs/complaint within 24 hours and non-critical bugs/complaints within 3 days of the registration of the Bug/complaint and update the status of the Bug/complaint resolution on the above application. The below information needs to be captured: ,_ Module in which Bug/complaint is to be reported Date of Bug/complaint ,. Description of the Bug/complaint in Hindi or English Critical/non-critical
bug/complaint ,. Ensuring uptime of the Application ,. Any bugs reported by the users during the period of contract have to be removed
prom ptly by the Service Provider. ,. Every Application user would have access to the bug/change management software. r Any Bug or changes required by the Board with respect to the Web site would be
reported by the User on the Bug Management Software and Service Provider wouki be responsibe to update the status of same.
,. Changes required by the users wouk:l be actually undertaken after the same are approved by the Project Coordinator of the Board.
,. Ensuring incorporation of changes required in the application Software during the contract period subject to:
r Changes would not include change of Software Architecture and major changes of' Database.
pg.13
Project Management Services
Service Provider would be responsible for management of the Project with following role:
,- Co-ordinate the preparation and distribution/sharing of the Implementation Plan of the Project.
., Ensure that the various Offices are sticking to the irnpkrnentntion plan.
,.. Handle any issues being faced during the implementation .
.,. Provide the necessary support for ensuring the Integrity of Data such that all Reports required are correct.
.,. Co-ordinate with Software team to ensure that the Bugs /changcs are executed in time.
,- Provide all hand-holding and co-ordination support required by authority for the execution of the project.
,- Provide an onsite project manager for the project period
Technical services
b) 3D feature extraction using latest stereo-photogrammetric techniques and technologies prevailing in industry.
c) Near real time monitoring of air polluting (large & medium) industries.
D) Collection of very accurate and precise Ground Control Points (GCPs) using survey grade Geodetic GPS/GLONASS/IRNSS receivers/SBAS GAGANacross the state.
c) Determination of height points using digitalleves.
f) Factory to FActory data collection pertaining to socio-economic conditions, property etc.
g) Image acquisition using drone technology, image processing, ortho rectification, base map preparation with rectified image.
h) Providing drone data both 20 and 3D, as may be required.
i) 3D mapping with accurate measurements of dimensions (length, width, height), area and volume statistics.
j) Ortho-rectification of stereoscopic data and generation of Digital Elevation Model (DEM) and contours.
k) Development of GIS/Query Shells/ decision support System for various applications
I) Software development and customization for specific applications related to developmental planning.
m) Total Station surveys.
11) GPS and DGPSurvery operations
0) Any other work involving remote sensing, GIS and GPS techniques.
p) High Resolution Videography with 4k resolution
q) GSDof Ortho should be less than 1 cm
r) 3D Reality Model
".,.",_ .. -.,_..,_.-,.---........-.......-.......~,~""."."" .. ).. The above-mentioned activities have to be carried out as per the time schedule.
accuracy, methodologies, standards and guidelines specified from time to time by BIADA/ end users for different type of work and other specifications mentioned in the work order.
• The resource has to be Graduate Engineer in computer science sb'cam/MCA qualified with an experience of minimum 3 years in the implementation of Govt. Projects
U. Training Services
Service Provider would conduct following minimum training Sessions
).. One day Training sessions at BIADA In Patna for the various operators of on the application software and specifically related to feeding of Industrial survey related Data Transactions and view/print all level reports.
).. Providing the User Manual based on the Level of the user. ).. The Service Provider would also provide an On-line Help and Interactive Training module
which can be downloaded by the users for using the application software.
Implementing & User Acceptance Testing After the completion of software development and initial set up, the Vendor shall take User Acceptance Testing before rollout. System Deployment After the user acceptance testing and incorporating the required changes, the vendor shall make the application live for all the users.
Maintenance & Handholding The vendor shall take the responsibility to maintain software for a period of at least one year from the date of roll out.
Training Manual & Operational Guidelines The vcndor shall prepare the training manuals and operational guidelines, The manuals and guidelines shall be simple for easy understanding of the people.
9. Technical Requirements a. System Security ;.... The passwords and security cores are maintained in the system. ;.... Provlras security & controls to prevent unauthorized access to databases, maintain
database process controls, and log all database transactions. ;.... Provides database level security ;.... Provices application level security ;.... The software have security features based on data hierarchy b. User Interface ,. Application should have consistent bok and feel across software applications. ,. Uses standard GUI features (e.g., drop-cbwn menus, diabg boxes, toolbar
buttons). ,. Data formats are consistent throughout application wincbws. ,. Interface recovers gracefully from anticipated user errors (e.g., invalid input). ,. lnformation and error messages are useful accurate, and correctly spelcd. ,. Unnecessary warnings do not appear. c. Database
,. Uses an integrated database transcending functional areas
,. System uses a centralized database
" EOI -Aerial SUrveyand Digital Data Maintenance oflndustriallfnits"
10. On-GoingSupport The table presented below is indicative of the level of support expected. It may be used as a base and be fine-tuned to describe the kind of support that can be offered. Bidder must have the ability to comply with the following levels of support desired by BIADAor propose comparable alternatives if any.
Support Software Support (Application Software)
Availability Full support: 5 days a week during 10:00 to 18:00 hrs
Immediate response and support for usage related c
other minor problems. Etc. onsite support within 12 ho
Initial Response for major problems and immediate support in case emergency.
---._-- Immediate support for database recovery after cra
Major Repair performance tuning, etc. Bug fix or update for all criti functions.
Warranty period should be for at least 1 year from the da I Warranty of Go live. i
11. General Terms & Conditions 11.1 Standards of Performance
The bidder shall perform the services and carry out their obligations under the contract with due diligence, efficiency and economy in accordance witb generally accepted professional standards and practices. The bidder shall always act in respect of any matter relating to this contract as faithful advisor to BIADA
The bidder shall always support and safeguard the legitimate interests of BIADA, in any dealings with the third party. The bidder shall abide by all the provisions / acts / rules etc. of Information Technology prevalent in the country. The bidder shall conform to the standards laid down in RFP in totality. 11.2 Delivery and Documents
The bidder shall submit all the deliverables on due date as per the delivery schedule. The bidder shall not without the BIADA prior written consent disclose the contract, drawings. specifications. plan, pattern. samples to any person for "Aerial Survey and Digital Data Maintenance ofindustrial Units" other than an entity employed by I3lADA for the performance of the contract. In case of termination of the contract, the entire document used by bidder in the execution of project shall become property of B[ADA
Deliverables
• Topographical Plan File at scale of 1:1000 with all the utilities existing on the ground.
• 1m Grid DEM (Digital Elevation Model)
• Contours at every 50cm interval
• Orthophoto (highly measureable photographs) with the resolution of less than 2cm.
pg.15
• Final Encroachment Analysis Report of each site.
• Working status of each factory for all sites with Images and Video
11.3 Intellectual Property Rights No services covered under the contract shall be sold or disposed by the bidder in violation of any right whatsoever of third party, and in particular, but without prejudice to the generality of the foregoing, of any patent right, trademark or similar right, or any charge mortgage or lien. The bidder shall indemnify the BIADA from all actions, costs, claims, demands, expenses and liabilities, whatsoever, resulting from any actual or alleged infringement as aforesaid and at the expenses of the bidder, BlADA shall be defended in the defense of any proceedings which may be brought in that connection
11.4 Assignment The bidder shall not assign the project to any other agency, in whole or in part, to perform its obligation under the Contract, without the BIADA prior written consent.
12. Payment Schedule
The Payments/Project Directions would be made to the bidder and bidder would be the single point of contact for BIADA. The bidder will be paid consultancy fee as a percentage of the contract value as per the schedule given below:
Payment will be made in phases as per the following:
II 111111.11;" r' ,: I ~'w"l1e ,
I =f~~t~""i\e
Software Development and Implementation 00% of the awarded cost.
Survey completion of all 52 industrial Areas 50% of the awarded cost.
Completion of work 30% of the awarded cost.
Maintenance phase (after completion of 1year) 20% of the awarded cost.
13. Time of Completion - 4months.
13.1 Suspension BIADA may, by written notice to bidder, suspend all payments to the bidder hereunder if the bidder fails to perform any of its obligations under this contract Including the carrying out of the services, provided that such notice of suspension ;... Shall specify the nature of failure. ;... Shall request the bidder to remedy such failure within a period not exceeding 15
days after receipt by the bidder of such notice of failure. 13.2 Termination
Under this contract, BIADA may, by written notice terminate the bidder in the following ways
pg.16
, Termination for default for failing to perform obJigations undir the contract or if the quality is not up to the specification or in the event of non- adherence to time schedue.
, Termination for Convenience in whole or in part thereof, at any time I3JADA reserves the right to elect:
To have any portion completed at the work order and / or the Work 01 der terms and prices; and lor To cancel the remainder and pay to the agency an agreed amount for partially competed Services.
, Termination for Insolvency if the birker becomes bankrupt or otherwise insolvent.
14. Taxes and Duties The financial proposal shall be inclusive of all taxes and duties & Applicable CST. Prevailing rates will apply.
15. Legal Jurisdiction All legal disputes between the parties shall be subject to the jurisdiction of the Patna. Bihar. In case of any dispute or difference arising out of or in relation to tim agreement, same will be referred to arbitration of an Arbitrato to be appointed by the Managing Director, B1ADA and whose decision shall be final and binding upon the bidder.
pg.17
16. Annexure-A (Technical Bid Letter) To Dated:
Bihar Industrial Area Development Authority (BIADA) 1st Floor, Udyog Bhawan, East Gandhi Maidan, Patna - 800 004,
Sub: Request for Proposal (RFP) for selection of firm to implement "Aerial Survey and Digital Data Maintenance of Industrial Units" For BIADA.
Dear Sir
1. With reference to your request of proposal, I/we, have Examined the bid documents and understood the contents, hereby submit my/our proposal for the aforesaid project. The proposal is unconditional and unqualified.
2. All information provided in the proposal and appendices is true and correct. 3. This statement is made for the express purpose of qualifying as a bidder for undertaking the
Project. 4. I/We shall make availahe to the tendering authority for any actlitional information it may
find necessary or require to suppcrnent or authenticate the bid. S. I/We acknowledge the right of tenrering authority to reject our proposal without assigning
any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever,
6. l/We chlare that: (i) ljWe have examined and have no reservations to the RFP Documents, including any
addendum issued by the tending authority. (ii) IjWe hereby certify that we have taken steps to ensure that, no person acting for us or
on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.
7. l/We declare that we are not a member of any other firm submitting a proposal for this project.
8. In the event of my/our being reclared as the successful I/We agree to enter into an agreement in accordance with the draft that has been provided to in the RFP document. We agree not to seek any changes in the aforesaid draft and agree to abide by the same.
9. The fee has been quoted by me/us after taking into consideration all the terms and conditions Stated in the RFP.
10. I/We undertake to provide Performance Security of 5% of the order value in case the contract is bei ng awardid to us.
11.I/We agree and understand that the Proposal is subject to the provisions of the ){F))
dicurnents. In no case, l/We shall have any claim or right of whatsoever nature if the project is not awartcd to me/us or our proposal is not opened
12. I/We agree to keep this offer valid for 180 days from the proposal due date specified in the RFP.
13.I/We agree and undertake to abide by all the terms and conditions of the RFP cbcument. In witness thereof, l/we submit this Proposal unrar and in accordance with the terms of the RFP rbcument
Yours faithfully,
Year Established
, Registered Address ! -~------ I Local Address of the I Company i I Telephone Number
I FaxNumber
E-mail Address
I Website
company / firm has provided services to Government Departments in India
TilcHnlcaI --------.- ..
I -_._--_ ..__ ._----- No.of years of presence in India
Financial Year Turn Over (Rs.) 2017-18
Annual Turnover -_.-------
17. Annexure-C (Price Schedule) Financial Bid To Dated:
Bihar Industrial Area Development Authority (BIADA) 1st Floor, Udyog Bhawan, East Gandhi Maidan, Patua - 800 004, Sub: Request for Proposal (RFP) for selection of firm to implement "BIADA Aerial
Survey and Digital Data Maintenance ofIndustrial Units" For BIADA
Dear Madam/Sir,
We, the undersigned, offer to provide above service in accordance with your RFP. Our Financial proposal for project is given as below;
[~;#I ~es~~~tion__ Unit Cost (A)per acre
i i Design, development, training and implementation i I cost including hosting of "WEB Solution for digital I 1 data maintenance of Aerial Based Survey for BIADA
as per the scope defined in the RFP as detailed below- Note:- (A) Contour mapping, orthophotos, DTM, PSM,
Topographical Survey. (D) Generation of 3D model. (C) Encroachment analysis & factory operational
survey, Project monitoring.
I,
Aerial Survey should cover all Units situated in the 52 Industrial Areas measuring 5200 Acre approx as per
1 L_e_n_c1_o_s_u_re__1_8_. -L ~I TOTAL t-----------------G-'S-T--------------------
- - - .- -------- __ ._----------------------------------------------_- GRANDTOTAL
--~=--__-----=-:::::=-.-=-__-:================================---- __-- !_tllLtJ.K.guatedprice is inclusive arall other charges & taxes including CST.
Our financial proposal shall be binding upon us subject to any modifications resulting from contract negotiations, LIpto the expiration of the validity period of the proposal, i.e. 180 days.
Signature & Seal (All thorized Signa tory)
pg. 20
REGIONAL OFFICE, PATNA
SI. Industrial Area
Industrial Area, Patliputra
12 Industrial Area, Oehri
13 Industrial Area, Barun
14 Industrial Area, Bikramganj
15 Industrial Area, Buxar
16 Industrial Area, Bihiya
18 Industrial Area, Bihta
20 Industrial Area, Kopakala
21 Industrial Area, Barauni
pg.21
REGIONAL OFFICE, DARBHANGA
81. Industrial Area
Industrial Estate, Bela
7 Industrial Estate, Lakhisarai
10 Industrial Area, Forbesganj
11 Industrial Estate, Katihar
pg.23