REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

32
1 REQUEST FOR PROPOSAL (RFP) Lightning Detection and Nowcasting System (LDNS) for SDSC SHAR Satish Dhawan Space Centre SHAR Indian Space Research Organization Sriharikota -524 124, A.P.

Transcript of REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

Page 1: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

1

REQUEST FOR PROPOSAL (RFP)

Lightning Detection and Nowcasting System (LDNS) for SDSC SHAR

Satish Dhawan Space Centre SHAR

Indian Space Research Organization

Sriharikota -524 124, A.P.

Page 2: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

2

The document is organized as follows.

PART-A Terms and Conditions of the Contract

PART-B Technical Specifications & Scope of work

PART-C Annexures

Page 3: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

3

PART-A: Terms and Conditions of the Contract

Introduction:

SDSC SHAR, Sriharikota is a coastal island situated over south east coast of India,

encounters tropical climate. SDSC SHAR region experiences synoptic & mesoscale weather

conditions during pre, post & break summer monsoon convection/ Thunderstorms, active

winter monsoon heavy rain showers and Low pressures systems/ severe cyclones which are

formed in the Bay of Bengal. The disturbed & extreme weather conditions can have an

adverse effect on space launch and ground operations at the SDSC SHAR. Safety policies

and practices require that launch related operations will be discontinued when the potential

for lightning exists. The main objective of this proposal is to detect, locate the lightning /

Thunderstorm phenomena in terms of Intra-Cloud (IC) and Cloud-to-Ground (CG) Lightning.

Lightning Detection and Nowcasting System (LDNS) for SDSC SHAR is to understand the

physics of lightning, thunder storm genesis and to improve the severe storm nowcasting and

alerting.

The proposed network should detect and locate both CG and IC lightning discharges

occurring within 50km range of SHAR region, Nellore, Andhra Pradesh India, with the

highest spatial and temporal resolution, detection efficiency and accuracy as possible. The

central processing and control unit should be located at SDSC, SHAR. Detailed Request for

proposal are given below into two parts:

A. General terms and conditions

B. Technical specifications

A: General terms and conditions

1. Proposals are invited from the interested bidders for the enclosed scope of work in two

part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial

part.

2. BID SUBMISSION

Bids duly filled in by the Bidder should invariably be submitted as stipulated in the Letter

inviting bid. Bids shall be submitted in the following manner.

2.1 UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK

Page 4: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

4

Complete Techno–commercial part of the bid shall be filled online in the “Vendor

Specified Terms’ form of the e-tender. Any documents related to technical literature,

guarantee /warranty certificates and any other document as per the tender shall be

scanned and uploaded to the e-tender under ‘Documents solicited from Vendor’ form

only in ISRO e-procurement portal (https://eprocure.isro.gov.in).

Technical and unpriced commercial bid shall comprise the attachments,

specifying attachment number arranged in the order as follows:

(a) Submission of bid letter along with one set of proposal document (RFP) duly

signed and stamped as token of acceptance

(b) All the annexure enclosed in proposal duly filled, signed and sealed

(c) Unpriced copy of schedule of prices with all other commercial terms, taxes,

duties, exemption certificates and conditions duly filled (Prices to be kept blank),

signed and stamped

(d) Data sheets for all the equipment & checklists enclosed in proposal duly filled,

signed, & stamped.

(e) Technical details, catalogue, etc as applicable and any other document as

mentioned in the proposal.

(f) Any other relevant document, bidder desires to submit.

(g) Any bids/offers with price details in Techno-Commer cial Offer shall be

rejected.

In case if the space is not adequate to upload, hard copy of the balance documents

(without any price figures) shall be submitted before due date.

Envelope of technical bid shall be marked with following:

TECHNO-COMMERCIAL BID

Name of client : Satish Dhawan Space Centre SHAR

Indian Space Research Organisation

Title of the proposal : “ Lightning Detection and Nowcasting

System (LDNS) for SDSC SHAR”

Due date and time of the opening :

From (Name of the bidder with

address)

:

To:

Head, Purchase & Stores

Page 5: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

5

Satish Dhawan Space

Centre SHAR

ISRO, Dept. of Space,

Govt. of India

Sriharikota – 524 124,

SPSR Nellore Dist,

Andhra Pradesh, India

2.2 PRICE PART OF THE BID FOR THE WORK

Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-

procurement website https://eprocure.isro.gov.in.

The price schedules for the BOM and other prices shall be uploaded on-line in the

respective forms along with the price bid in the e-portal.

a) SDSC SHAR may open Technical and unpriced commercial bid on the due date of

opening subject to meeting the minimum evaluation criteria. Price Bids of technically and

commercially acceptable offers shall be opened at a later date.

b) Unit rate for each of the item shall be indicated separately. The price quoted shall be on

FOR DESTINATION BASIS i.e., FOR SDSC SHAR, Sriharikota basis. Even unloading of

the material at our site shall be your responsibility. Thus transportation of material from

your works to SDSC SHAR and unloading at our site shall be the responsibility of

tenderers. Department will provide the required material handling equipment at free of

cost based on then availability.

c) If the offers submitted by the tenderers are silent on taxes, it will be presumed that quoted

rates are inclusive of taxes & duties and no claim in this regard will be entertained later.

d) Supplier has to consider entire Bill of Material required for erection and commissioning

complex as per the approved drawings/schematics and it should be indicated in the

proposal.

e) SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons

thereof.

f) Total amount shall be spelled out in terms of figures and words also.

3. Offer Validity

The validity of the offers / tenders should be 120 days from the date of opening of the

tenders. Tenders with offer validity less than the period mentioned above, will not be

considered for evaluation.

Page 6: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

6

4. Bidder Eligibility Requirements:

a. The bidder shall be a National or International Original Equipment Manufacturer

(OEM) or authorized vendors for quoted system.

b. The bidder / OEM is required to give full details of any agents/technical consultants

/ authorized vendors that may have been appointed by them for marketing of this

equipment in India. These details should include the scope of work and

responsibilities that have been entrusted with the said party in India

c. The bidder / OEM should have a minimum annual turnover of Rs.1000 Lakhs for

past three years. Necessary documentary evidence in support of turnover shall be

submitted with bid.

d. Bidder / OEM should have at least Five (5) years’ experience in installation of

lightning detection and alerting systems with,

1. One work order of 1200 lakhs value or

2. Two work order of 900 lakhs value of each or

3. Three work order of 600 lakhs value of each.

e. Bidder / OEM should be a provider of lightning detection technology to national and

state level agencies or globally.

5. Taxes & Duties:

1. As per Notification No. 47/2017-Integated Tax (Rate) Dt: 14.11.2017 issued by Ministry

of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of IGST

@ 5% for the procurements made by the Dept. of Space (DOS) being a Public Funded

Research Institution. Department will provide IGST Exemption Certificate.

2. CGST/SGST/UTGST/IGST (whichever is applicable) shall not be included in the lump

sum quote, but indicated (both percentage of tax applicable & amount on which it is

applicable) separately in schedule of prices.

3. It is the responsibility of the Supplier to issue the Tax Invoice strictly as per the format

prescribed under the relevant applicable GST law (CGST Act/SGST Act/UTGST

Page 7: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

7

Act/IGST Act). Supplier to indicate the proper GSTN Registration/ HSN code in their

tax invoices.

4. CGST/SGST/UTGST/IGST shall be paid at actuals against Tax Invoice but restricted

to the amount and percentage in the contract.

5. GST details of SDSC SHAR are given below:

a. GSTIN: 37AAAGS1366J1Z1

b. LEGAL NAME: SATISH DHAWAN SPACE CENTRE SHAR

c. VALIDITY FROM: 29/08/2017

d. TYPE OF REGISTRATION: REGULAR

6. Custom Duty:

As per Notification No. 05/2018 CUSTOMS Dt. 25.01.2018 ISRO is eligible to pay reduced

rate of customs duty @ 5% + IGST 5% (We will provide Customs Duty Exemption Certificate

in case of Import Orders/ imported supplies/ High Sea Sales). This may be taken into account

while considering the import of items, if any.

The customs duty that becomes payable even against production of customs duty exemption

certificate (limiting to the items as per the foreign exchange component indicated in the price

schedule) will be reimbursed on production of documentary evidence (copy of assed Bill of

entry & TR-6 Challan). Hence this component need not be included in the quoted price.

Customs clearance and other formalities at the destined port within the country shall be

handled by the Supplier at his own cost. Further, it is the responsibility of the supplier to

comply with statutory requirement of clearing and forwarding formalities pertaining to the

consignment at Indian sea Port, local / inland transport from sea Port to SDSC SHAR,

Sriharikota and unloading at Purchaser’s works site (SDSC SHAR, Sriharikota).

All the payments due to Supplier will be made in Indian currency by crossed “Account Payee”

cheque sent to the registered office of the Supplier. Bidders can submit the banker details

and payments can also be made through ECS.

7. Liquidated Damages

In all cases, delivery schedules indicated in the Purchase Order/Contract is the essence of

the contract and if the vendor/supplier fails to deliver the material within the delivery schedule

and not meeting installation and commissioning schedules. Liquidated Damages will be levied

Page 8: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

8

@ 0.5% per week or part thereof the undelivered portion of the contract, subject to a maximum

of 10% of total order value.

8. Performance Bank Guarantee

Vendor has to submit a PBG from a First class International / Nationalised / Scheduled Bank

for 10% of the order value at the time of supply valid till the completion of warranty period plus

60 days towards claim period.

OR

10% OF THE ORDER VALUE SHALL BE HOLD TILL THE COMPLETION OF WARRANTY

PERIOD

9. Security Deposit

10% value of the order shall be deposited with SDSC within 10 days from the date of the

Purchase Order towards security deposit in the form of Bank Guarantee towards performance

of the Contract valid till completion of the contract period plus sixty days towards claim period.

(This will be returned by SDSC immediately on execution of the order satisfactorily as per

order terms. If not, the amount will be forfeited). NOT REQUIRED FOR LANDED COST

BELOW RS.5 LAKHS.

10. Combined BG: In case, if parties are unable to provide two separate BGs, i.e., one for SD

& one for PBG, they can submit a combined BG for SD & PBG for 10% of the Order value

valid till the completion of total contractual obligation (i.e., Supply period + warranty period +

60 days).

11. The vendor/supplier should note that conditional discounts would not have edge in the

evaluation process of tenders.

12. Non-acceptance of any conditions wherever called for related to Warranty, Performance

Bank Guarantee, Security Deposit, Liquidated damages, the bids are liable for

disqualification.

13. Purchase/Price Preference will be extended to the MSMEs under the Public Procurement

Policy for MSMEs formulated under the Micro, Small and Medium Enterprises

Development Act, 2012 and instructions issued by Government of India from time to time.

Vendor/suppliers who would like to avail the benefit of MSME should clearly mention the

Page 9: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

9

same and submit all the documentary evidences to substantiate their claim along with

tender itself.

14. The drawings, specifications, end use etc., given by SDSC SHAR along with the tender

enquiry are confidential and shall not be disclosed to any third party.

15. If vendor/supplier enters into sub contract for any sub system realization, it has to be clearly

mentioned in the technical bid tender document. Approval of sub vendor/suppliers (if any)

is to be obtained from SDSC SHAR during pre-bid meeting. Decision of SDSC SHAR is

final for sub vendor/supplier approval and no arbitration in this regard.

16. In case if any sub system is sub contracted after SDSC SHAR approval, the complete

responsibility of the sub system lies with main vendor/supplier; SDSC SHAR will interact

only with the main vendor/supplier in this regard.

17. The vendor/supplier should provide compliance statement for all the specifications. An

offer without compliance statement will not be cons idered .

18. The vendor/supplier should arrange their own means of transport both for Personnel and

installation. A vehicle with proper documentation and personal insurance is must for the

engineers coming for installation for internal movements at SDSC SHAR.

19. The vendor/supplier should observe the security procedures applicable at SDSC

SHAR.SDSC SHAR, Sriharikota is declared as Prohibited Place under Official Secrets Act,

1923 and infiltrators in to the Premises of SDSC SHAR are liable for prosecution. The

vendor/supplier is required to ensure that persons of trustworthy bearing good Character,

discipline and Antecedents only deputed to carry out warranty support and take the

responsibility for their proper conduct during the period of warranty. The engineers deputed

to SDSC SHAR must display his Identity, issued by the agency along with the entry permit

issued by SDSC SHAR while moving in SDSC SHAR.

20. SDSC SHAR will not be responsible for any injury to your personnel and damage to your

property caused at site.

21. The following information/ documents are to be submitted wherever applicable.

Page 10: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

10

a. Product Literature

b. Core banking account number, RTGS Details

c. PAN No. in quotation and invoices

d. GST Registration details.

e. In case of MSME, registration details / documents from Competent Authority.

22. Exclusion of tenders

The following tenders shall be summarily rejected from the procurement process.

a. Tenders received from vendor/suppliers who have not qualified in terms of their

registration.

b. Tenders of vendor/suppliers who have been removed from the vendor/supplier list or

banned/debarred from having business dealings.

c. Unsolicited tenders from vendor/suppliers.

d. The tenders which materially depart from the requirements specified in the tender

document or which contain false information.

e. The tenders which are not accompanied by the prescribed Earnest Money Deposit.

f. The tenders of vendor/suppliers who have not agreed to furnish Security Deposit

or Performance Bank Guarantee.

g. The validity of the tenders is shorter than the period specified in the tender enquiry.

h. The tenders received from vendor/suppliers or their agents or anyone acting on their

behalf, who have promised or given to any official of the Centre/Unit/Department, a

gratification in any form, or anything of value, so as to unduly influence the procurement

process.

i. The tenders received from vendor/suppliers, who, in the opinion of the Centre/Unit, have

a conflict of interest materially affecting fair competition.

23. Delivery schedule

• The estimated time schedule for completion of the project will be 36 weeks from the

date of receipt of Purchase Order.

• Vendor/ supplier should submit the detailed schedule with major mile stones, the same

will be finalised after mutual discussion with SDSC SHAR.

• The Intermediate schedules of various subsystems can be mutually discussed and

finalised without affecting the overall schedule.

• Vendor/ supplier shall adhere to the schedule positively.

Page 11: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

11

24. Mode of payment

All the payments due to Vendor/supplier shall be made through RTGS/NEFT.

Vendor/supplier shall submit the banker details and payments can also be made through

Electronic Clearance System (ECS).

25. TERMS OF PAYMENTS

In general our payment terms will be 100% within 30 days after system realization and

acceptance by Department.

or

1. After placement of confirmed Purchase Order:

30% of PO as advance against submission of bank guarantee for an equal amount

from a reputed First class international / nationalized / scheduled bank and shall be

valid till Contract completion period. Format of Bank guarantee shall be obtained from

Department after award of contract.

2. After Factory Acceptance Test, receipt and minimal functional checks at SDSC SHAR,

Sriharikota:

60% of Payment for the cost of PO against the completion of Factory Acceptance Test,

receipt of materials at Purchasers / Department site and completion of minimal

functional checks at SDSC SHAR, Sriharikota.

3. After commissioning at SDSC SHAR, Sriharikota:

10% of cost of supply and 100% of cost of commissioning charges after system

realization and acceptance by Department against submission of Performance bank

guarantee of equal amount valid till warranty period plus 3 months claim period.

or

1. After completion of Factory Acceptance Test, receipt and minimal functional checks at

SDSC SHAR, Sriharikota:

80% of Payment for the cost of PO against completion of Factory Acceptance Test,

receipt of materials at Purchasers / Department site and completion of minimal

functional checks at SDSC SHAR, Sriharikota.

2. After commissioning at SDSC SHAR, Sriharikota: 20% of cost of basic cost and 100%

of cost of commissioning charges after system realization and acceptance by

Page 12: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

12

Department against submission of Performance bank guarantee of equal amount valid

till warranty period plus 3 months claim period.

All the items delivered to SDSC SHAR should have authenticated FAC certificates where

ever applicable, else SDSC SHAR reserves the right to reject the item

26. Advance Payment

Wherever advance payment is requested, Bank Guarantee from any First class

International /Nationalized Bank/Scheduled Bank should be furnished. In case of advance

payments, if the vendor/supplier is not supplying the material within the delivery schedule,

interest will be levied as per the Marginal Cost of Lending Rate (MCLR) of SBI plus 2%

penal interest.

Interest will be loaded for advance payments/stage payments as per the MCLR of SBI and

will be added to the landed cost for comparison purpose. In case of different milestone

payments submitted by the parties, a standard and transparent methodology like NPV will

be adopted for evaluating the offers.

27. PACKAGING AND FORWARDING

The items mentioned in the deliverables are to be delivered FOR SDSC SHAR, Sriharikota

basis. The vendor/supplier shall arrange to have all the material suitably packed as per the

standards & statutes and as specified in the contract. Unless otherwise provided for in the

contract, all containers (including packing cases, boxes, tins, drums, and wrappings) used

by the vendor/supplier shall be non-returnable. All packing and transport charges, transit

handling costs, transit risk coverage and transport fees of agents employed at the place of

delivery or elsewhere, shall be deemed included in the price to be paid to the

vendor/supplier.

28. WARRANTY

The vendor/supplier shall warranty that all the items supplied shall comply fully with the

specifications laid down, for material, workmanship & performance. 36 months warranty

for the supplied items will be provided by the vendor/supplier from the date of acceptance

of the total system. It will be responsibility of the vendor/supplier to attend the failure at

SDSC SHAR within 1 working day from the date of intimation.

Page 13: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

13

The failed system will be repaired/replaced by the vendor/supplier free of cost and the

repaired/ replaced system should be installed, tested and commissioned within 4 working

days of intimation. The vendor/supplier should take care of his accommodation &

transportation for this purpose and SDSC SHAR will arrange the required passes for

personnel entry upon details provided by the vendor/supplier.

The warranty period starts only from date of system acceptance after system acceptance

by Department. If any delay due to department, warranty starts after 6 months from the

date of final delivery of full system.

29. ARBITRATION

In the event of any dispute or difference arising under these terms &conditions or any

condition contained in the Purchase Order or in connection with this Contract. (except as

to any matter the decision of which is specially provided for by these conditions), the same

shall be referred to the sole arbitration of the Head of the Purchase Office or of some other

person appointed by him, and the dispute further processed in terms of the Arbitration &

Conciliation Act, 1996. There will be no objection that the arbitrator is a Government

Servant that he had to deal with matter which the Contract relates to or that in the course

of his duties as Government Servant has expressed views on all or any of the matters in

dispute or difference. The award of the arbitrator shall be final and binding on the parties

of this Contract.

If the arbitrator is the Head of the Purchase Office –

i. In the event of his being transferred or vacating his office by resignation or

otherwise, it shall be lawful for his successor in office either to proceed with the

reference himself for to appoint another person as arbitrator, or

ii. In the event of his being unwilling or unable to act for any reason, it shall be lawful

for the Head of the Purchase Office to appoint another person as arbitrator.

If the arbitrator is a person appointed by the Head of the Purchase Office – In the event of

his denying or neglecting or refusing to act, or resigning or being unable to act, for any

reason, shall be lawful for the Head of the Purchase Office either to proceed with the

reference himself or to appoint another person as arbitrator in place of the outgoing

arbitrator subject, as aforesaid, to the Arbitration & Conciliation Act, 1996, and the rules

thereunder and any statutory modifications thereof for the time being in force shall be

deemed to apply to the arbitration proceeding under the clause. The Arbitrator shall have

the power to extend with the consent of the Purchaser and the Contractor the time for

Page 14: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

14

making and publishing the award. The venue of arbitration shall be the place as the

Purchaser in his absolute discretion may determine. Work under the Contract shall, if

reasonably possible, continue during Arbitration Proceedings.

In case of Imported Stores, all disputes arising in connection with this Contract shall be

finally settled under the Rules of Conciliation and Arbitration of the International Chamber

of Commerce by one or more arbitrators appointed in accordance with the said Rules. The

Contract shall be interpreted, construed and governed by the laws of India.

30. EARNEST MONEY DEPOSIT (EMD)

The renderer has to submit an Earnest Money Deposit (EMD) for Rs.5,00,000.00 in a single

instalment through Demand Draft (DD)/Banker’s Cheque/ Fixed Deposit Receipts or Bank

Guarantee from any of the Scheduled Banks executed on non-judicial stamp paper of

appropriate value. In case of Bank Guarantee, it shall be valid for a period of 45 days

beyond the final tender validity date. It shall be taken in favour of Sr. Accounts Officer,

SDSC SHAR payable at State Bank of India, Sriharikota branch. Any tender not

accompanied with EMD shall be treated as invalid tender and rejected.

Foreign vendor/suppliers, registered vendor/suppliers or vendor/suppliers who have

already applied for renewal of registration, Central PSUs/PSEs/Autonomous Bodies, Micro

and Small Enterprises, KVIC, National Small Industries Corporation, etc., shall be exempt

from the payment of EMD. Vendor/suppliers seeking exemption from payment of EMD

shall submit necessary documentary proof.

EMD of a vendor/supplier shall be forfeited if the tenderer/Contractor

withdraws or amends his tender or deviates from the tender in any respect within the period

of validity of the tender. Failure to furnish security deposit/performance bond by a

successful vendor/supplier within the specified period shall also result in forfeiture of EMD.

EMD shall be refunded to all the unsuccessful vendor/suppliers within thirty days after

placement of the Purchase Order. EMD shall be refunded to the successful

tenderer/Contractor after payment of the Security Deposit or may be adjusted against the

Security Deposit. EMD shall be refunded to all the participants in cases where the tender

is cancelled or withdrawn by the Centre/Unit, within thirty days from the date of such

cancellation or withdrawal.

Page 15: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

15

31. FORCE MAJEURE

Should a part or whole work covered under this agreement be delayed due to reasons of

Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire

accident, quarantines, epidemic, acts of God and Government, fright embargoes, the

completion period for work, equipment referred to in this agreement be extended by a

period not in excess of the duration of such Force Majeure. The occurrence shall be notified

by either vendor/supplier within reasonable time.

32. APPLICABLE LAW AND JURISDICITION

The laws of India shall govern this contract for the time being in force. The Courts of Andhra

Pradesh only shall have jurisdiction to be with and decide any legal matters or disputes

what so ever arising out of the contract.

33. BID SUBMISSION

• Pre bid meeting will be arranged for all the vendor/suppliers before submitting the offer.

• Department will open Technical& Commercial bid on the due date of opening

Department reserves the right to reject any or all the bids without assigning any

reasons thereof.

• Break up cost for supply, installation, realisation, commissioning and yearly breakup of

5 years CAMC after warranty should be clearly mentioned in the price bid of the tender.

34. BID EVALUATION

• During evaluation, SDSC SHAR may request Vendor/supplier for any clarification on

the bid and additional documents if any.

• Techno – commercial discussion shall be arranged with vendor/supplier, if needed.

Vendor/supplier shall depute his authorized representatives for attending discussions.

The representatives attending the discussions shall produce authorization from his

organization to attend the discussion and sign minutes of meeting on behalf of his

organization if required. The authorized representative must be competent and

empowered to settle/decide on all technical and commercial issues.

• The complete scope of work is defined in the Part B of this document. Only those

Vendor/suppliers who undertake total responsibility for the complete scope of work as

defined in the Part B of this document shall be considered.

Page 16: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

16

• In case Bid does not fully comply with the requirement of Part B of the document and

the vendor/supplier stipulates deviations to the clauses of the proposal in schedule of

deviations, which are unacceptable to the Department, the Bid will be rejected.

• If necessary, to arrive at evaluated prices, wherever applicable, loading on total quoted

prices shall be done as detailed in this document or as considered suitable by

Department if not detailed in the proposal.

• The Vendor/supplier, whose bid is accepted by the Department, shall be issued a

Letter of Intent (LOI) to proceed with the work. Vendor/supplier shall confirm

acceptance by returning a signed copy of the LOI. Thereafter Department shall issue

purchase order or Department will sign the contract with successful Vendor/supplier.

• Department shall not be obliged to furnish any information/ clarification to unsuccessful

vendor/supplier as regard non-acceptance of their Bids.

35. COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC )

• Comprehensive Annual Maintenance Contract (CAMC) for 5 years after warranty

period of 36 months, shall be indicated separately. The costs break up for each year

shall be provided..

• The terms and conditions of CAMC shall be submitted along with the offer. However,

detailed scope and general terms &conditions will be worked out based on mutual

discussions.

• Whether SDSC SHAR will enter into CAMC, it shall be decided at the time of P.O

release/ completion of warranty period. The cost towards CAMC shall be considered

for arriving lowest offer (L1).

• Working spares to be available at SDSC SHAR during 3 years warranty and 5 years

CAMC period.

• CAMC covers the following:

o Preventive maintenance once in three months

o Unlimited Break down maintenance

o Replacement of defective/damaged parts at free of cost.

• System has to be monitored on daily basis.

• To ensure high availability of systems, Vendor/ supplier should post one qualified

technical person with 3-year experience in the relevant field at SDSC SHAR. These

resident staff/ man power should be familiar with the supplied system.

• SDSC SHAR Centre will provide “Maintenance Log Books” to the maintenance staff of

Vendor/ supplier and they have to make entries in these log books whenever they

Page 17: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

17

undertake preventive/breakdown maintenance and the same will be certified by the

System-in-charge.

• The maintenance staff of Vendor/ supplier has to submit maintenance status report.

The status report shall cover all preventive and troubleshooting maintenance details

as below.

o Type of maintenance.

o Date & time of Report.

o Name of the system/sub system.

o Starting date & time of maintenance.

o Completion date & time of maintenance.

o Brief description of the fault and maintenance carried out.

o Parts/components replaced during maintenance.

• Recovery clause:

o If any subsystem is not available to SDSC SHAR due to failure and want of

repair/spares for more than 4 calendar days continuously, the recovery shall

be effected double the AMC charges applicable for it on pro-rate basis for the

complete down time from the AMC charges for the full system concerned.

• In the following circumstances, the subsystems are not covered in maintenance

contract.

o Damages to the equipment due to natural causes like fire, flood, Riot,

tampering, theft, etc.

o Damage / burnt case of the equipment due to power fluctuation

• The damaged systems due to above reasons shall be rectified on chargeable basis.

The quotation for repair charges should be submitted to system-in-charge and the bill

will be cleared.

36. MAN POWER

• Vendor/supplier has to deploy one technical person (Diploma/Engineering

Qualification) with minimum 3 years of experience in the relevant field at the site during

both warranty and CAMC period.

• Department is not responsible for providing accommodation/ transportation to the

resident staff of the vendor/supplier.

• Man power cost break up for each year shall be provided separately in the price bid in

INR.

• A penalty clause will be applicable during absent days

Page 18: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

18

37. FOREIGN EXCHANGE OUTGO AND VARIATION

a. Vendor/supplier shall indicate the Foreign exchange component considered in their

offer as per the Pro-forma provided in the Schedule of price. The foreign exchange

component shall be included in the lump sum price quoted / unit rates quoted. The

foreign exchange component shall be limited to the amount indicated.

b. For variation in foreign exchange rate for currency other than those indicated, the Base

Exchange rate for such currency prevailing on the date of price bid / revised offer

whichever is later subject to documentary evidence shall be considered.

38. RISK COVERAGE

The vendor/supplier shall arrange comprehensive risk coverage at his own cost covering

the value of equipment including transportation to the site from manufacturer’s works,

storage at site, testing and commissioning at site. The period of such coverage shall be up

to contractual completion period or any extension granted by Department thereof.

39. Patent Rights: The vendor/supplier has to confirm that there are no infringements of any

Patent Rights in accordance with the laws prevailing in their respective countries.

Page 19: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

19

Part B: Technical Specifications

40. SENSOR Specification

Lightning Detection

• Capable of detecting both Cloud to Ground (CG) and Intra Cloud (IC) lightning

• Position of CG and IC lightning(3D)

Detection technique

Any suitable technique. Should mention the type of sensors and give its full specifications

Detection efficiency

Detection efficiency should not be less than 95% for Both CG and IC discharges within 50kms range of SHAR Region. Bidder shall identify the number of sensors, and their approximate locations, needed to achieve these minimum LDN performance standards Claimed CG and IC detection efficiencies shall be verified using data from existing installations which have been compared with LF and VHF Mappers or other ground truth analysis. Techniques adopted to derive the stated Detection Efficiency (DE) should be fully explained and demonstrated locally after Installation.

Network location accuracy

Less than 300 m for CG and IC

Electric field pulse transmission Sensor should record full waveform of the electric field pulse generated by the lightning stroke that is detected by the sensor and desirable to transmit to the server

False alarm <2%

IC Lightning Detection Range

Vendor / supplier should provide the minimum and maximum baseline of sensors for detection of IC lightning with detection efficiency not be less than 95%

Sensor detection frequency and method

Vendor / supplier should provide the sensor frequency range of detection as well as the methods for detecting both IC and CG lightning.

Performance Monitoring Automatic system for calibration and self- test.

Page 20: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

20

Remote configuration The parameters should be remotely configurable from CPU

Response time Sufficient enough to capture all the lightning events in case of very high lightning frequency (better than 100 µsec).

Power requirement 230 Volt, 50Hz AC and also Solar power with battery backup for 4 days

Communication interface TCP-IP and GSM 2G/3G (Both are essential)

Map showing 50km Range around SHAR where 95% Detection efficiency of both IC and

CG required are shown below

2. Lightning Detection and Nowcasting System (LDNS) Functional Specifications

a. Lightning detection sensors shall be supplied, installed, and operated at SDSC SHAR and associated facilities in the adjoining region.

b. The LDNS shall consist of High Frequency mapper and a subset of LDNS shall include low frequency electric field sensor components.

c. Proposed site layouts, data flow schematics, and method of integration of High Frequency and low frequency electric field sensor component data must be provided and described in detail in the bidder’s response document.

d. LDNS electronics shall be housed in environmentally sealed enclosures. All metal surfaces shall be treated against damage from corrosion and prolonged outdoor exposure.

e. LDNS shall be capable of operating using standard AC and solar power with batteries, depending on the demands of a given site. All peripheral equipment to power the LDNS shall be included.

f. LDNS shall be capable of operating for at least 4 days on battery power alone.

Page 21: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

21

g. LDNS shall be capable of operating with basic mobile internet (IP) and TCP-IP communications.

h. LDNS shall allow for installation and operation at or near SDSC SHAR facilities without any electrical or frequency interference to resident equipment.

i. LDNS shall enable remote calibration, software updates and testing without site visits.

j. Timing accuracy shall be under +/- 50nsec to GPS/UTC. There should be no sensor-dead/re-arm time.

k. All LDNS sites shall be equipped with grounding, lightning protection and short circuit protection measures. Bidder to furnish details in technical response document.

l. Cable colors and numbers shall be coded and labelled in a manner that they will not be confused and documentation and drawings shall be submitted to SDSC SHAR. All of the cables and cable connectors and the places they will be inserted shall be labelled.

m. Sensors and site equipment should have more than MTBF - Mean Time between Failure of 10,000 hours and MTTR - Mean Time to Repair of at most 4 hours.

41. Sensors should withstand tough coastal environm ental conditions mentioned below

Operating temperature - 40 to 60oC

Relative humidity 0 – 100%

Wind speed Up to 220 kmph.

Rain 15cm/hr.

Hail > 2cm diameter

Number of Sensors required: Offer should specify the number of sensors required for entire

50km of SHAR Region with above stated detection efficiency and location accuracy. Offer

should explicitly specify the baseline distance between two sensors.

Quotation should show cost of each sensor and required accessories. Offer should also state

separately, site preparation and installation costs, if any. The bid should also include a

summary of annual maintenance to be performed and list of essential spare parts required

for continuous operation of each sensor site.

Page 22: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

22

42. Central Processing Unit

Compatibility Should be compatible with the sensors provided

Software with advanced Nowcasting Capabilities

All necessary software for the operation of network should be given. Software to track storm cells and to give warning of approaching storm cells and to give accurate nowcasting for next 30minutes . Speed and direction of storm cells based solely on lightning data, including the classification of severe storm cells and provision of alerts for storms that are becoming severe. Auto Lightning/Thunderstorm nowcasts and observation alerts for important installations over SDSC SHAR region through SMS and Emails

Remote operation

Should have command and control for remote operation and to monitor performance and diagnostics of sensors

Communication interface TCP-IP and GSM 2G/3G (Both)

Power requirement 230 Volts 50 Hz, AC with redundant power backup provision

CG and IC discharges Polarity and Peak current

Date and real time stamp accurate to 100 µs; latitude , longitude and altitude positions; number of sensors used in locating lightning should give polarity and peak of CG and IC lightning

Additional Sensors CPU must have the capability to add additional sensors at a later time.

Database Servers CPU must have a database management system

Page 23: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

23

43. Lightning visualization and Analysis

General Capabilities

� Receive and process data � Analysis and visualization of lightning

data � Display lightning data in a graphical

format with: • Base map of area of interest • Zooming • Animation • Density computations • Multi-map window • Alarm functions • GIS capabilities • Accurate very Short term lightning

forecasts for 30minutes • Radar, satellite and surface weather

data overlays • Provide redundancy & security

Lightning Display Function

Web Based lightning and Nowcasting

• Location data • Lightning rate information • Storm cell based alert areas showing

probable • Direction of storms • Sensor health and connection status

Display >65 Inches LED Monitor

44. Lightning Detection Network System Data Managem ent System (LDNS DMS) Functional Characteristics of LDNS DMS Software

i. The LDNS DMS shall collect, validate, locate, classify, process, store, and

redistribute all lightning data received from the proposed LDNS network.

ii. The LDNS DMS shall utilize data from all sensor components of LDNS network and

present the combined data to SDSC SHAR end-users as specified in this section.

iii. The LDNS DMS shall be capable of locating 1 frequency source every 10

microseconds or better.

iv. The LDNS DMS shall receive and analyse electrical field waveform information at a

rate of 1000 points per second. It shall classify IC/CG flashes with 95% or higher

accuracy rate and provide peak current information with 15% error or better.

Page 24: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

24

v. The total time from when lightning occurs to when the flash and its attributes are

reported must be (1) minute or less for 99% of all flashes.

vi. No more than 2% of reported lightning flashes can be considered false alarms.

5.1 The LDNS DMS shall provide the following data characterizing the observed lightning

activity:

a.

1. Pulse, Flash, or Frequency Source time in Coordinated Universal Time

(UTC)

2. Latitude in decimal degrees

3. Longitude in decimal degrees

4. Type: Cloud to Ground (CG) or In-Cloud (IC)

5. Peak Current (Pulse or Flash)

6. Radiated Power (Frequency Sources)

7. Polarity

8. Multiplicity

9. Flash and Stroke

10. Number Sensors

11. Error Ellipse Information (Semi-Axis, Major Axis, Angle)

12. Chi Squared

b. System Architecture and Deployment Requirements

i. Data collection, processing, and storage functions of the LDNS DMS shall

be performed by a single stack processing server.

ii. The supplier shall install the LDNS DMS at SDSC SHAR data centre

onsite. The supplier shall furnish computer hardware, software and IT

services required for system performance. Detailed description must be

provided in tender response.

iii. Data storage shall have capacity to handle historical data and allow SDSC

to conveniently transfer the data to its hard disc storage archives.

iv. The vendor /supplier shall have a defined and documented data feed for

ingest into SDSC SHAR’s various GIS display systems, databases and

applications.

v. Access to user portals must be provided through standard web browser-

based software with username/password controls.

Page 25: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

25

c. Data Display System (DDS) Requirements

i. DDS should have a feature to visualize location and attributes of lightning

strikes.

ii. DDS shall feature map-based GIS information on country, area and

coordinate selection. End users shall be able to zoom in and out and still

see this information.

iii. Archived data shall be fetched and visualized by inputting start and end

date as well as geographic information for selected location.

iv. All CG and IC lightning data parameters shall be displayed for every

lightning stroke or flash identified with latency no greater than 1 minute.

v. DDS content shall be accessible to user from avaible PC workstations at

SDSC SHAR using standard campus network and the internet.

vi. Software updates should be updated regularly during warranty & CAMC

period with free of cost

o Automated lightning notification functionalities:

1. The DDS shall provide a tool that enables each individual user to define

specific alerts based on presence of lightning in a specific area.

2. Notification channels shall include visual, audible, and others.

d. System Monitoring and Statistics Requirements

i. The LDNS DMS will perform for the LDNS in the network all remote

monitoring, troubleshooting, re-programming, firmware updates,

uninstallations and tests.

ii. The LDNS DMS will monitor status of sensors for functionality and will log

the historical performance and status data.

iii. A visual map-based representation of live LDNS status shall be made

available to system operator from the CPU.

45. Specification of Computer Hardware for SDSC SHA R LDNS

Configuration should consists of two servers and workstation. Server and Workstation

should be of Latest technology and Specifications with Dual Xeon class processors

and with an HDD capacity of minimum 4TB, configured in RAID1, hot swappable,

>256GB RAM, Monitor >65 Inches LED, should have facility to archive the data

generated for future analysis and a proper data base to retrieve the information for any

particular region/day or time. The retrieved data should be in ASCII format and

Page 26: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

26

optionally in other scientific format viz GRIB, netCDF, HDF etc. The software provided

should be a standard user friendly one.

46. Sensors Protection, Calibration and Certificati on

Detailed Scheme and implementation of Sensors Protection, Calibration is to be

provided. Proper Certification for each sensor is required. Sensor should comply with

the international norms and should have passed the standard test for Radiated

Emissions, Conducted Emissions, Radiated Immunity, Conducted Immunity,

Extensive transient protection on power and communications, Electrical Fast

Transients, and Electrostatic. Sensor communications and power (UPS and surge

protection) must be sealed in an environmental enclosure preferably IP66 integrated

into the sensor. The sensor shall be self-contained for operation in external

environment.

47. Year of Production

Supplies should be of latest manufacture, conform to the production standard and

should have 100% of the defined life at the time of delivery. Deviations if any should

be brought out by the vendor/supplier in the Technical Proposal.

48. Support Service

Vendor / supplier should provide complete training to SDSC SHAR Officials at vendor’s

facility before installation and at SDSC SHAR during installation and commissioning.

If the bidder has Indian agent, the bid for computers, server and display unit should

be quoted in Indian rupee. After the specified warranty period, the Indian technicians

would be required to repair and maintain the equipment during its exploitation. To

enable this, an appropriate Engineering Support would be required to be provided by

the supplier.

The vendor/supplier is required to provide Itemised Spare Parts Price List (Prices to

be indicated only in the commercial offer), list of optional equipment, the likely

consumption rate of the spares based on the exploitation pattern of the equipment.

The vendor /supplier would have to finalise the terms for the life time product support

in the current contract only.

Page 27: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

27

The firm will train SDSC SHAR Officials for 'O' level training at on and off Site. The

training is to include details of the application and maintenance aspects of the system.

The training should enable them to provide effective day-to-day and emergency

support after installation and commissioning. The training plan should be devised so

as to train the personnel to fully operate and diagnose basic faults and to be able to

further impart training to others. The syllabus and duration of training is to be provided

by the vendor/supplier at the time of supply.

SDSC SHAR reserves the right to modify the syllabus/duration to its requirements. The

customer would have the option to amend the Cost of Manufacturers’ Recommended

List of Spares proposed by the seller within two years of the expiry of the warranty

period. The seller would either 'Buy Back' the spares rendered surplus or exchanges

them on cost to cost basis with the spares as required by the customer. The said

spares would be purchased/ replaced by the seller based on the prices negotiated in

the contract.

49. Logistic requirements

The bidder should survey the area and identify locations for placing sensors in

consultation with SDSC SHAR. The firm should take care of any work related to

installation and protection of sensors, and central processor, interfacing sensors with

field processing unit, interfacing the signal with broadband through TCP-IP and GSM

2G/3G testing of isolated nodes and interacted system. All related civil works required

for installation and protection of the sensors including solar power, proper earthing

should be taken care of by the bidder. SDSC SHAR may assist in finding suitable

places for installing sensor at sites identified by the bidder.

50. Deliverables: The bidder should list out the li st of deliverables.

Bidder should conduct Site Acceptance and network Acceptance Tests to the

satisfaction at SDSC SHAR. The bidder should have considerable expertise in

installing, commissioning and maintenance of such network elsewhere and should be

in this business for at least 5 years. They should give written documentary proof for

the same. List of users using the network should be provided.

Page 28: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

28

51. Government Regulations.

It may also be confirmed that there are no Government restrictions or limitations in the

country of the supplier or countries from which sub components are being procured

and/or for the export of any part of the system being supplied.

52. Authorized vendors :

The vendor is required to give full details of authorized vendors that may have been

appointed by them for marketing of this equipment in India. These details should include the

scope of work and responsibilities that have been entrusted with the said party in India. If

there is non-Involvement of any such party then the same may also be communicated in

your offers specifically

If the equipment being offered by you has been supplied / contracted with any organization,

public / private in India. The details of the same may be furnished in the technical as well as

commercial offers. You are required to give a written undertaking that you have not supplied/

is not supplying the similar systems or subsystems at a price lower than that offered in the

present bid to any other Ministry/ Department of the Government of India and if the similar

system has been supplied at a lower price than the details regarding the cost, time of supply

and quantities be included as pan of the commercial offer. In case of non-disclosure If it is

found at any stage that the similar system or sub-system was supplied by you to any other

Ministry/ Department of the Government of India at a lower price, then that vary price, will

be applicable to the present case and, with due allowance for elapsed time, the difference

in the cost would be refunded to the Buyer, if the contract has already been concluded

53. Performance of existing Networks : The vendor/supplier must provide third party

refereed papers and/or corporate or government references on the validation of lightning

data and performance of similar Lightning Detection Network in operation elsewhere in

support of the technological confirmation and proof of the network performance. The firm

should have its lightning detector network currently operational with any Govt./National

agencies, Documentary evidence in support of the above must also be submitted. These

evidences will be verified during evaluation of technical offer.

a) User Trials:

The field evaluation trails of the Lightning detection system would be carried out by the

Buyer's team in India or outside India at sites specified by the Buyer. The vendors should

Page 29: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

29

be ready to offer the equipment for field evaluations at Buyer site or exiting networks

supplied by the vendor with similar proposed configuration and sensors along with

operational and display software. The Lighting detection system should be offered for

evaluation on a 'No Cost No Commitment' basis by those firms that technically qualify.

b) Factory Acceptance Test : The Factory Acceptance Test (FAT) is essential to evaluate

the lightning sensors during and after the assembly process by verifying that it is built

and operating in accordance with specifications and data integration with Central

processing Unit.

54. Integration into other datasets: Configuration of software application for integration of

lightning data with other datasets of SDSC SHAR such as Doppler Weather Radar, AWS,

Satellite imageries and Numerical Weather prediction models (GFS, ECMWF, WRF and

other NWP models) shall be the responsibility of supplier. All data are to be in WMO

formats or Universal formats like NetCDF, HDF and GRIB

55. Equipment final T&E: For an equipment to be introduced in service, it is mandatory that

it successfully clears all test and evaluations. The trial evaluation process comprises the

following phases:-

a) Technical & Environmental evaluation

b) EMI/EMC Certification

The Test and Evalution and system acceptance plan w ill be submitted by the

supplier / vendor after discussions with the SDSC S HAR at the time of supply .

a) Scope: The final T & E would be aimed at establishing the conformance of the offered

equipment to the operational characteristics, features stipulated and other conditions

of the RFP.

b) Lightning detection system: The basic capability of the Lightning detection system will

be checked as per operational requirement at the site. The performance characteristics

will be checked on perusal of the test results, relevant data and certified documents.

The vendor must provide the test results along with relevant data to assess compliance

with stipulated operational characteristics and features.

Page 30: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

30

c) Software: The software will be tested for all operational characteristics as per RFP.

The vendor must provide the test results along with relevant data to assess compliance

with stipulated operational characteristics and features.

d) Technical and Environmental Evaluation: Technical evaluation would be carried out to

assess the conformity of the system and associated equipment with the stipulated

operational characteristics and features.

e) EMI/EMC Certification and Documents: All EMI/EMC documents will be verified.

Assessment of all Operational and Technical Documents together with data from

installed networks will be verified

Page 31: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

31

Annexure -I

EXCEPTIONS AND DEVIATIONS In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.

SL.NO

Reference in Specification

Dept. Spécification

Offered Spécification DEVIATION

PAGE NO

CLAUSE NO

NOTE:

Only deviations are to be written in this ANNEXURE

Any deviations taken by the Bidder to the stipulations of the Proposal document shall be

brought out strictly as per this format and enclosed along with the bid.

Any deviations not brought out as per this Proforma and written elsewhere in the Proposal

document shall not be recognized and the same is treated as null and void.

Any willful attempt by the Bidders to camouflage the deviations by giving them in the covering

letter or in any other documents that are enclosed may render the Bid itself non-responsive.

(SIGNATURE OF VENDOR/ SUPPLIER)

Page 32: REQUEST FOR PROPOSAL (RFP) Lightning Detection and ...

32

Annexure - II

Price Bid format

Sl.No Item Description Quantity Unit Price

Taxes & Duties

Total Price

1 Lightning Sensors

2 Lightning Detection Network System Data Management System (LDNS DMS)

3 Lightning visualization and Analysis software

4 Installation and Commissioning

5 Any other item which is required for LDNS can be listed chronologically

6 Training

7 CAMC for 5 years (mention year wise split-up)

(SIGNATURE OF VENDOR/ SUPPLIER)