GOVERNMENT OF INDIA
भारत सरकार
GOVERNMENT OF INDIA
जल संसाधन, नदt £वकास और गंगा संर¾ण मं€ालय
Ministry of Water Resources, River Development and Ganga Rejuvenation
के ¤\2य जल और tव\यत
अनस
ंधान शाला
Central Water & Power Research Station
खड़कवासला, पुणे - 411 024
Khadakwasla, Pune – 411 024
TENDER DOCUMENT
(E-PROCUREMENT MODE) FOR
Supply, Installation, Testing and Commissioning of Automatic Weather Station, Datalogger-Telemetry under NHP for CWPRS, Pune -24
[Two Envelope with e-Bidding]
Government of India
Ministry of Water Resources, RD & GR
Central Water & Power Research Station Khadakwasla, Pune-411024
Fax: 020-24381004, Telephones: 020-24103220 Email: cpc.cwprs-pune@gov.in, Web: www.cwprs.gov.in
e- Notice Invite Tender
File No. CWPRS/CPC/AAO(P)/NHP/107/2018/ Dated: 16.11.2018
The Scientist-C, Construction and Procurement Cell, CWPRS, Pune, India on behalf of President of India invites online e-tenders through the website http://eprocure.gov.in/eprocure/app under Two bids system from eligible and qualified bidders for the supply of following goods:
NIT No. | 107/2018-19 |
Name of the Item/Goods | Supply, Installation, Testing and Commissioning of Automatic Weather Station, Datalogger-Telemetry under NHP for CWPRS, Pune -24 |
Earnest Money Deposit (EMD)/Bid Security | Amount: Rs. 65,500/- |
Validity : 120 days + 45 days | |
Date of release of Tender through e-procurement Portal | 16.11.2018 at 18.00 hrs. |
Date & Time of Pre bid meeting | 29.11.2018 at 1500 hrs |
Last date for seeking clarification if any. (online only i.e through e-mail) | 10.12.2018 up to 17:00 hrs |
Last date & time for submission of online bid through e-procurement Portal http://eprocure.gov.in/eprocure/app | 17.12.2018 up to 11.00 hrs. |
20.12.2018 at 11.00 hrs. | |
To be notified later. | |
Validity period of Bid | 120 days |
Delivery Period of the items / Goods | 90 days from date of issue of Contract Agreement |
Officer Inviting Bids | The Scientist – C, Construction & Procurement Cell (CPC), Central Water & Power Research Station, Khadakwasla, Pune-411024 |
1. Bid Documents can be downloaded from CWPRS website http://www.cwprs.gov.in or from the Central Public Procurement Portal http://eprocure.gov.in/eprocure/app free of cost.
2. Bidders should enroll/register in the e-procurement module of Central Public Procurement Portal through the website http://eprocure.gov.in/eprocure/app for participating in the bidding process.
3. Bidders should also possess a valid Digital Signature Certificate (DSC) of Class III for online submission of bids.
4. Bids received on CPP portal (http://eprocure.gov.in/eprocure/app) only will be considered. Bids in any other form sent through sealed cover/email/post/fax etc. will be rejected.
5. Any change/corrigendum/extension of opening date in respect of this tender shall be issued through CPP Portal only and no press notification will be issued in this regard. Bidders are therefore requested to regularly visit our CPP Portal for updates.
6. The amount of Earnest Money Deposit (EMD)/Bid Security of Rs. 65,500/- in the form of Demand Draft/Fixed Deposit Receipts (FDR) of any Nationalized/ Scheduled Bank in favour of “Pay and Account Officer, CWPRS, Pune”. The bidder should upload the scanned copy (.pdf) of the EMD along with Technical bid document.
7. The original copies of documents as mentioned in clause 15.7 of ITB and EMD / Bid Security or a copy of exemption certificate of EMD, valid up to the bid validity period (NSIC/MSME) for the items tendered should be submitted to the office of Scientist-C, CPC, CWPRS, Pune on or before 20.12.2018 at 11:00 hrs by personally or through post or courier. The bid will be opened of those documents received by office within stipulated date and time. Other bids will not open and it will be treated as rejected.
8. On opening date, the bidder can login and see the bid opening process. After opening the bids, he/she will receive the competitor bid sheets.
9. The bidders should upload the scanned copy of duly signed full bid documents (.pdf) along with compliance report/statement.
10. The intending bidder, in case of Prime Equipment Manufacturers shall upload a self- declaration on their letter-head as PDF file in Cover-I (Technical bid) of e-tender, along with the tender documents, confirming that they are regularly manufacturing, supplying, installing, testing & commissioning of the similar equipment for the last 2 years.
11. The intending bidder, in case of Authorized Distributor/ Authorized Dealer shall possess valid authorized Distributorship /Dealership license from Original Equipment Manufacturers. The bidder shall enclose the copy of the same as PDF file in Cover-I of the e-tender while submitting the bid.
12. The bidder must ensure to quote his/her item rate / percentage rate /Lump-sum bid in the attached Bill of Quantity (BoQ) (Financial Bid) in Excel Format only.
13. All the tender documents (Technical & Financial bid) to be uploaded as per this tender are to be digitally or duly signed by the bidder.
14. All the communications with respect to the tender shall be addressed to:
The Scientist -C
Construction and Procurement Cell Room No. 201, OCL Building
Central Water & Power Research Station (CWPRS)
Pune - Sinhagad Road, Khadakwasla Pune – 411024, Maharashtra
List of Documents to be scanned and uploaded within the specified date and time
i.e. period for bid submission:
COVER – I (Technical Bid)
i. Demand Draft/FDR of any Schedule Bank against EMD/Bid security. Bidders claiming exemption of EMD/Bid security, should provide documentary proof of their being registered as NSIC/MSE (indicating the terminal validity date of their registration) for the items tendered and the same shall be scanned and uploaded. If such a certificate is not submitted before date of opening of technical bids, for the items tendered, the bid will be treated as non-responsive and shall be rejected.
ii. Certificate of Registration for GST.
iii. OEM certificate/ Authorized Distributor/ Authorized Dealer shall possess valid authorized Distributorship /Dealership license from Original Equipment Manufacturers
iv. Duly signed full tender documents (.pdf) along with compliance report/statement.
v. Scanned documents as per clause 5.2 & 15.3 of ITB
COVER – II (Financial Bid)
i. Price Schedule/ Bill of Quantities (BoQ)
Scientist-C Construction and Procurement Cell
Copy to: 1. Dr. Annapurna Patra, Sc ‘B’, HMET Division through Shri S.D. Ranade, Sc ‘E’ for kind information
2. Notice Board
GOVERNMENT OF INDIA NATIONAL HYHDROLOGY PROJECT
WORLD BANK FUNDED
INVITATION FOR BIDS (IFB)
SHOPPING FOR GOODS
Date: 16/11/2018 NIT No.: 107/2018-19
1. The Government of India has received financing from the World Bank toward towards the cost of National Hydrology Project and intends to apply part of the proceeds toward payments under the contract for which this Invitation for Bids is issued. Bidders are advised to note the minimum qualification criteria specified in the Bidding Documents in order to qualify for the award of the Contract. In addition, they may also refer to paragraphs 1.6 and 1.7 of the World Bank’s Guidelines: Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers - January 2011, revised July 2014 setting forth the World Bank’s policy on conflict of interest.
3. The Scientist –C, Construction and Procurement Cell, Central Water and Power Research Station, Pune-24 invites bids electronically from eligible bidders for Supply, Installation, Testing and Commissioning of Automatic Weather Station, Datalogger- Telemetry under NHP for CWPRS, Pune -24. The Bidders may submit Bids for all of the packages.
Sl. No | Description of goods | Quantity | Location | Delivery Period |
1 | Supply, Installation, Testing and Commissioning of Automatic Weather Station (with sensors temperature, humidity, wind speed and direction, radiation, pressure; and mast of 10m height) with installation | 1 Set | CWPRS, PUNE | 90 days |
2 | Tipping Bucket Rain Gauge | 3 Nos | ||
3 | INSAT System, Server, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmision Unit) | 1 Set | ||
4 | Data Logger with GSM/GPRS | 1 No/Set | ||
5 | Annual Maintenance Contract for items 1, 2, 3 (excluding server) & 4 after regular warranty of two years | 5 Years | ||
6 | Data Acquisition System | 2 No. | ||
7 | Training of CWPRS officers by the firm at CWPRS, Pune | Lump Sum |
3. The Bidding Document is available online and can be downloaded free of cost by logging on to the website http://eprocure.gov.in/eprocure/app or http://www.cwprs.gov.in. The bids are to be submitted online through the e- procurement portal only (http://eprocure.gov.in/eprocure/app). Bids submitted manually will not be accepted. The bidders would be required to register in the website which is free of cost.
4. For submission of the Bid, the Bidder is required to have Digital Signature Certificate (DSC) from one of the Certifying Authorities authorized by Government of India for issuing DSC. Aspiring bidders who have not obtained the user ID and password for participating in e-procurement in this Project, may obtain the same from the website: http://eprocure.gov.in/eprocure/app
5. Bids must be accompanied by Bid Security/EMD for the amount and in the form specified in the Bidding Document. Bid security shall have to be valid for 45 days beyond the validity of the bid. Bids should be valid for 60 days after the deadline date specified for submission. Procedure for submission of Bid Security is described in Para 7 below.
6. Bids must be submitted on http://eprocure.gov.in/eprocure/app on or before 11:00 hrs on 17.12.2018 and will be opened online on 20.12.2018 at 11:00 hrs. Record of bid opening will be electronically shared with bidders. If the office happens to be closed on the date of opening of the Bids as specified, the Bids will be opened on the next working day at the same time and venue. Any bid or modifications to bid (including discount) received outside e-Procurement System will not be considered. The electronic bidding system would not allow late submission of bids.
7. The Bidders are required to submit specified original documents as per clause
15.7 of ITB including original Bid Security in approved form to Scientist – C, Construction & Procurement Cell (CPC), Central Water & Power Research Station, Khadakwasla, Pune-411024 at the address given below before the date and time specified for opening of the Bids on 20.12.2018 at 11:00 hrs by registered post/speed post/courier or by hand, failing which the Bids will be declared non-responsive and will not be opened.
8. Other details can be seen in the bidding documents. The Purchaser shall not be held liable for any delays due to system failure beyond its control. Even though the system will attempt to notify the bidders of any bid updates, the Purchaser shall not be liable for any information not received by the bidder. It is the Bidder’s responsibility to verify the website for the latest information related to the Bid.
Name and address of Purchaser
The Scientist ‘C’
Construction and Procurement Cell Room no.201, OCL Building
Central Water and Power Research Station Pune – Sinhagad Road
Khadakwasla, Pune-411024
Tel. No: +91-20-24103220
Fax No. +91-20-24381004
NATIONAL HYDROLOGY PROJECT WORLD BANK FUNDED
Invitation for Bids for Goods under Shopping
1. The Scientist ‘C’, Construction and Procurement Cell, CWPRS, Khadakwasla, Pune-24
invites Bids which shall be submitted in the e-Procurement Portal for the following Goods:
Sl. No | Description of goods | Quantity | Location | Delivery Period |
1 | Supply, Installation, Testing and Commissioning of Automatic Weather Station (with sensors temperature, humidity, wind speed and direction, radiation, pressure; and mast of 10m height) with installation | 1 Set | CWPRS, PUNE | 90 days |
2 | Tipping Bucket Rain Gauge | 3 Nos | ||
3 | INSAT System, Server, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmision Unit) | 1 Set | ||
4 | Data Logger with GSM/GPRS | 1 No/Set | ||
5 | Annual Maintenance Contract for items 1, 2, 3 (excluding server) & 4 after regular warranty of two years | 5 Years | ||
6 | Data Acquisition System | 2 No. | ||
7 | Training of CWPRS officers by the firm at CWPRS, Pune | Lump Sum |
2. Detailed Invitation for Bid is available on http://eprocure.gov.in/eprocure/app. The Bidding Document is also available online and can be downloaded free of cost by logging on to the http://eprocure.gov.in/eprocure/app or http://www.cwprs.gov.in
3. The deadline for submission of Bids is 17.12.2018 at 11:00 hrs. Bids will be opened on1
20.12.2018 at 11:00 hrs.
4. Bidders are advised to note the minimum qualification criteria specified in the bidding documents. Interested Bidders may participate in the bidding process as per instructions given in the Bidding Documents.
Name and address of Purchaser
The Scientist ‘C’
Construction and Procurement Cell Room no.201, OCL Building
Central Water and Power Research Station Pune – Sinhagad Road
Khadakwasla, Pune-411024
Tel. No: +91-20-24103220
Fax No. +91-20-24381004
TABLE OF CONTENTS
PART 1 – BIDDING PROCEDURES
Section 1 - Instructions to Bidders 11
Section 2 - Bidding Forms 23
PART 2 - SUPPLY REQUIREMENTS
Section 3 - Schedule of Requirements 32
PART 3 – CONTRACT & CONTRACT FORMS
Section 4 - General Conditions of Contract 78
Section 5 - Contract Forms 85
PART 4 – Bank Policy - Corrupt and Fraudulent Practices
Section 6 - Bank Policy - Corrupt and Fraudulent Practices 92
PART 1 – BIDDING PROCEDURES
SECTION 1 - INSTRUCTIONS TO BIDDERS
Section 1 - Instructions to Bidders (ITB)
A. General
1. Scope of Bid
2. Source of Funds
1.1 The Purchaser, namely Scientist ‘C’, Construction and Procurement Cell, CWPRS, Khadakwasla, Pune - 24 issues these Bidding Documents for the supply of Goods and Related Services as specified in Section 3, Schedule of Requirements. The name and identification number of this Shopping procurement is 107/2018-19
2..1. Purchaser intends to apply a portion of the funds from the World Bank to eligible payments under the contract for which these Bidding Documents are issued.
3. Eligible Bidders
4. Corrupt and Fraudulent Practices
3.1 A Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. For further details, the Bidder may refer to Clauses 1.6 and 1.7 of the World Bank’s Guidelines: Procurement of Goods, Works and Non- Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, January 2011, revised July 2014.
4..1. The World Bank requires compliance with its policy in regard to corrupt and fraudulent practices as set forth in Section 6.
B. Preparation of Bids
5. Documents Comprising the Bid
5.1 The Bid shall comprise Two Parts, namely the Technical Part and the Financial Part. These two Parts shall be submitted simultaneously.
5.2 The Technical Part of Bid shall comprise the following:
(a) Letter of Bid – Technical Part in accordance with ITB Clause 6;
(b) Bid Security in accordance with ITB 13;
(c) Written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 14.2;
(d) Documentary evidence in accordance with ITB Clause 10 that the Goods and Related Services conform to the Bidding Documents;
(e) Documentary evidence in accordance with ITB Clause 11 establishing the Bidder’s qualifications to perform the contract if its bid is accepted;
(f) Manufacturer’s Authorization in accordance with ITB Clause 11.1 (a), on the form provided in Section 2;
(g) Performance Statement of supplies of similar goods made during the last 3 years, in accordance with ITB 11.2;
(h) List of Goods & Related Services indicating Bidder’s offered delivery period, on the form given in Section 3.
(i) Affidavit confirming correctness of information and documents submitted with the Bid, as per format given in Section 2; and
(j) ……………………. [IA should add any other document, if required]
5.3 The Financial Part of Bid shall comprise the following:
(a) Price Schedule (BoQ) (using the Schedule uploaded with the bidding documents) wherein the rates shall be entered online.
6. Letter of Bid and Price Schedules
6.1 The Bidder shall submit the Letter of Bid – Technical Part, and Price Schedules using the forms furnished in Section 2, Bidding Forms. The forms must be completed without any alterations to the text. All blank spaces shall be filled in with the information requested.
7. Alternative Bids
7.1 Alternative bids shall not be considered.
8. Bid Prices and Discounts
8.1 Price Schedules shall conform to the requirements specified below.
8.2 All lots (Contracts) and items must be listed and priced separately in the Price Schedules.
8.3 The price to be quoted in the Financial Part shall be the total price of the Bid, including any discounts offered.
8.4 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected.
8.5 If so specified in ITB 1, bids are being invited for individual lots (contracts) or for any combination of lots (packages). Prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot.
8.6 Prices shall be quoted as specified in the Price Schedule included in Section 2, Bidding Forms as stated below:
(i) (a) For domestic goods: the price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable), including Goods and Services Tax (GST)
(b) For imported goods: the price of the Goods quoted EXW shall be excluding GST but including customs duty and any other taxes as applicable. Customs duty exemption certificate (refer Govt. notification No.51/96-customs dated 23.07.1996 and No. 10/96-Central Excise dated 01.03.1997) shall be provided by CWPRS.
(ii) Other taxes which will be payable on the Goods if
the contract is awarded to the Bidder; and
(iii) The price for inland transportation, insurance, and other local services required to convey the Goods to their Final Destination (Project Site), namely Central Water and Power Research Station, Khadakwasla, Pune-411024.
(iv) Price for Related Services, if any.
9. Currencies of Bid
9.1 The Bidder shall quote in Indian Rupees only in BoQ.
10. Documents Establishing the Conformity of the Goods and Related Services
10.1 To establish the conformity of the Goods to the Bidding Documents, the Bidder shall furnish as part of its Technical Part of Bid, the documentary evidence that the Goods conform to the technical specifications and standards specified in Section 3, Schedule of Requirements.
11. Qualifications of the Bidder and Documentary Evidence
11.1 The documentary evidence of the Bidder’s qualifications to perform the contract, if its bid is accepted, shall be submitted as part of its Technical Part of Bid, to establish to the Purchaser’s satisfaction:
(a) (i) that if a Bidder that does not manufacture or produce the Goods it offers to supply, it shall submit with its Bid the Manufacturer’s Authorization and confirmation to provide Manufacturer’s warranty/guarantee for the goods along with the supply, on the form included in Section 2. The Bidder has the option to furnish the said Authorization from the Authorized Dealer or Distributor in which case, the Form provided in Section 2 may be modified by the Bidder suitably. However, if the Bidder itself is an Authorized Dealer or Distributor, it may submit Certificate evidencing this position – in lieu of Manufacturer’s Authorization.
(ii) that supplies for any particular item in each schedule of the bid should be from one manufacturer only. Bids from agents offering supplies from different manufacturers for the same item of the schedule in the bid will be treated as non-responsive.
(b) that the Bidder meets the following qualification criterion:
The bidder should have supplied goods similar to the type (& capacity) specified in the Schedule of Requirements up to at least 100% of the quantity in any one of last 3 years. At least 40 % of the quantity in case of equipment offered for supply should have been in successful operation for at least one year as on date of bid opening.
11.2 The Bidder shall also submit with its Bid, details of supplies of similar goods made during the last 3 years preceding the deadline for Bid submission, using the Proforma for Performance
Statement included in Section 2. Bidders shall invariably furnish documentary evidence (End User's certificate) in support of the satisfactory operation of the goods as specified above.
11.3 Bids from Joint Ventures are not acceptable.
11.4 Financial Capability:
The bidders should have annual sales turnover of minimum of Rs. 33.00 Lakh in the past 3 years. The Bidder shall furnish documentary evidence that it meets the Financial capability.
12. Period of Validity of Bids
12.1 Bids shall remain valid for the period of 60 days after the bid submission deadline date prescribed by the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.
13. Bid Security 13.1 The Bidder shall furnish as part of its Technical Part of Bid, a
Bid Security/EMD, in original for an amount of INR 65,500/- in favour of “Pay and Accounts Officer, CWPRS, Pune” [IA should insert the amount equivalent to 2 % of the estimated cost of the lot; in case Bids are being invited for several lots, Bid Security amounts should be tabulated for each Lot in a Table to be added below for this purpose.]
Bid Security/EMD should be in one of the following forms:
(i) Demand Draft issued by a nationalized/scheduled bank; or
(ii) Fixed Deposit/Time Deposit certificates issued by a nationalized/scheduled bank for equivalent or higher values are acceptable provided these are pledged in favour of the “Pay and Accounts Officer, CWPRS, Pune” and such pledging has been noted and suitably endorsed by the bank issuing the deposit certificates.
The Bid Security / EMD shall be valid for forty-five (45) days beyond the original validity period of the Bid.
13.2 If a Bid is not accompanied by a substantially responsive Bid Security / EMD, it shall be rejected by the Purchaser as non- responsive.
13.3 Bid Security / EMD of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s signing the contract and furnishing the Performance Security pursuant to ITB 33.
13.4 The Bid Security / EMD of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the contract and furnished the required performance security.
13.5 The Bid Security / EMD may be forfeited:
(a) if a Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Letter of Bid, or
14. Preparation and Signing of Bid
any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 32; or
(ii) Furnish a performance security in accordance with ITB 33.
14.1 The Bidder shall prepare the Bid as per details given in ITB 15.
14.2 The Bid shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of Power of Attorney and shall be submitted with the Bid. The name and position held by each person signing the authorization must be typed or printed below the signature.
14.3 Corrections, if any, in the bid can be carried out by editing the information before electronic submission on CPP Portal (http://eprocure.gov.in/eprocure/app)
C. Submission and Opening of Bids
15. Electronic Submission of Bids, and Submission of Original Documents
15.1 Bids, both Technical and Financial Parts, shall be submitted online on the e-Procurement Portal (CPP Portal) specified in ITB Clause 1. Detailed guidelines for viewing Bids and submission of online Bids are given in the CPP Portal. Any Bidder can log on to this CPP Portal and view the IFB and details of Works/Goods for which Bids are invited. However, every Bidder has to enrol/ register in the CPP Portal, and should have valid Digital Signature Certificate (DSC) in the form of smart card/e-token obtained from any Authorised Certifying Agency. The Bidder should register in the CPP Portal using the relevant option available. Then the Digital Signature registration has to be done with the e-token, after logging onto the website. The Bidder can then log in the CPP Portal through the secure login by entering the password of the e-token & the user id/ password chosen during registration.
The Bidder should go through the Bidding Document carefully and submit the specified documents, along with the Bid otherwise the Bid may get rejected.
15.2 The Bidder shall submit Bid in two separate online folders/envelopes2 simultaneously, i.e. Folder 1, for the Technical Part and Folder 2 - for the Financial Part.
15.3 The ‘Technical Part of Bid’ submitted online by the Bidder shall comprise the following documents and the Bidder shall upload scanned copies of these documents with the Bid.
(i) Letter of Bid – Technical Part as per format given in Section 2;
(ii) Bid Security in accordance with ITB 13;
(iii) Delivery Period Offered: List of Goods & Related Services indicating Bidder’s offered delivery period, on the form given in Section 3;
(iv) Authorization: Power of Attorney of signatory of Bid in accordance with ITB 14.2;
(v) Manufacturer’s Authorization in accordance with ITB 11.1 (a), on the form provided in Section 2;
(vi) Affidavit confirming correctness of information and documents submitted with the Bid in accordance with ITB Clause 5, on the form provided in Section 2;
(vii) Performance Statement of supplies of similar goods made during the last 3 years, in accordance with ITB 11.2;
(viii) Compliance of Goods and Related Services with Technical Specifications and Standards: Documentary evidence in accordance with ITB Clause 10;
(ix) Qualifications of the Bidder: Documentary evidence of Bidder’s qualifications to perform the Contract in accordance with ITB 11.1; and
(x) Authorized address and contact details of the Bidder having the following information:
Name of Firm
Address for communication Telephone No.(s): Office Mobile No.
Facsimile (FAX) No.
Electronic Mail Identification (E-mail ID)
15.4 The Technical Part of Bid shall not include any financial information related to the Bid price. Where material financial information related to the Bid price is contained in the Technical Part of Bid, the Bid shall be declared non-responsive
15.5 The Financial Part of Bid submitted online by the Bidder shall comprise the following:
(a) Price Schedule (BoQ) (using the Schedule uploaded with the bidding documents) wherein the rates shall be entered online. Upon entry of unit rates for all the items, total Bid Price would be calculated automatically by the System and displayed.
15.6 All documents are required to be signed digitally by the Bidder. The System generates a Unique Bid Identification Number, time stamped as per server time, as an acknowledgement for Bid submission.
16. Deadline for Submission of Bids
15.7 Submission of Original Documents
Bidders are required to submit the following documents in original to the Purchaser’s office.
(i) Original Bid Security / EMD in approved form or a copy of exemption certificate of EMD, valid up to the bid validity period (NSIC/MSME) for items tendered
(ii) Affidavit confirming correctness of information and documents submitted with the Bid, using the Format given in Section 2; and
(iii) Original Power of Attorney.
These original documents should be received by the Purchaser before the date and time fixed for opening of Technical Part of Bids (20/12/2018 at 11:00 hrs) either by registered/speed post/courier or by hand, failing which the Bid will be declared non-responsive, and will not be opened. Hard copies of Bids or any other documents are not required to be submitted.
15.8 Any Bid or modifications to Bid (including discount) received outside the e-Procurement System (CPP Portal) shall not be considered.
15.9 Bids submitted manually or by Telex, or Cable or by Fax will be rejected as non-responsive.
16.1 Bids must be uploaded online no later than the 17.12.2018 at 11:00 hrs . A Bidder may modify its Bid any number of times by using the appropriate option for Bid modification on the e- Procurement Portal, before the deadline for submission of Bids. For Bid modification and consequential re-submission, the Bidder is not required to withdraw its Bid submitted earlier. The last modified Bid submitted by the Bidder within the deadline for bid submission shall be considered as the Bid. The modification and consequential re-submission of Bids is allowed any number of times.
16.2 A Bidder may withdraw its Bid by using the appropriate option for Bid withdrawal, before the deadline for submission of Bids. However, if a bid is withdrawn, re-submission of the Bid is allowed
17. Late Bids 17.1 The electronic bidding system would not allow any late
submission of Bids after due date and time as per server time.
18. Public Opening of Technical Parts of Bids
18.1 The Purchaser shall publicly open Technical Parts of all Bids online in the Purchaser’s office, on 20.12.2018 at3 11:00 hrs in the presence of Bidder’s designated representatives and anyone who chooses to attend, and this can also be viewed by the Bidders online. The Financial Parts of the Bids shall remain unopened in the e-Procurement System, until the subsequent public opening, following the evaluation of the Technical Parts of the Bids.
In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids will be opened at the appointed time and location on the next working day.
18.2 In all cases, original documents submitted as specified in ITB
15.7 shall be first scrutinized, and Bids that do not comply with the provisions of ITB 15.7 will be declared non-responsive and will not be opened.
18.3 The Purchaser shall prepare a record of the Technical Part Bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification. The Bidders’ representatives who are present shall be requested to sign the record of bid opening maintained by the Purchaser. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record.
The Technical Part Bid opening summary will be uploaded on the e-Procurement Portal (CPP Portal).
18.4 Only Technical Parts of Bids that are opened at Bid opening shall be considered further for evaluation.
D. Evaluation of Bids
19. Confidentiality 19.1 Any effort by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post qualification of the bids or contract award decisions may result in the rejection of its Bid.
19.2 From the time of bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.
20. Clarification of Bids
20.1 To assist in the examination, evaluation, comparison and post- qualification of the bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing.
E. Evaluation of Technical Parts of Bids
21. Evaluation 21.1 The Purchaser’s determination of a bid’s responsiveness is to
be based on the contents of the bid itself.
21.2 A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the Bidding Documents without material deviation, reservation, or omission.
21.3 Evaluation of Technical Parts of Bid with respect to documents and information furnished in the Bid pursuant to ITB Clause
15.3 shall be taken up. The Purchaser will determine whether
each Bid (a) has been properly signed and supported by the Power of Attorney in favour of the signatory of the Bid; (b) is accompanied by the Bid Security/EMD of requisite amount and validity in the approved form; (c) meets the eligibility criteria defined in ITB Clause 3; (d) Delivery Period offered meets the specified requirements; and (e) has furnished details of compliance with Technical Specifications.
21.4 Bids from Agents, without proper authorization from the Manufacturer and without proper agreement to furnish the manufacturer’s guarantee/warranty, shall be treated as non- responsive.
21.5 Bids offering delivery beyond the stipulated delivery will be treated as non-responsive.
21.6 General conditions of Contract stipulate payment schedule offered by Purchaser. If the Bid deviates from that schedule the Bid will be treated as non-responsive.
21.7 If a bid is not substantially responsive to the Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
21.8 The Purchaser shall determine, to its satisfaction, whether all eligible Bidders, whose Bids have been determined to be substantially responsive to the bidding document, meet the Qualification Criteria specified in ITB Clause 11.1.
21.9 The bidders those who are technically qualified, technical demonstration (at CWPRS, Pune or nearest Pune) by the bidders is compulsory to verify the technical competency of the goods before opening of their financial bids, as per terms and conditions of the bid document. The information will be communicated by this office to the technically qualified bidders for their technical competency for demonstration of the goods. (It is applicable for a given type of goods and the same will be decided by the Purchaser)
22. Notification of Result of Evaluation of Technical Parts
22.1 Only Bids that are both substantially responsive to the bidding document, and meet all Qualification Criteria shall qualify for opening of the Financial Parts of their Bids at the second public opening.
22.2 Evaluation of Technical Parts of Bid will be completed by the Purchaser , and a list will be drawn up of the qualified bidders whose Financial Part of Bids will be eligible for opening.
22.3 Purchaser shall notify in writing those Bidders who have failed to meet the Qualification Criteria and/or whose Bids were considered non-responsive to the requirements in the bidding document, advising them as under:
(a) That their Technical Part of Bid failed to meet the
requirements of the bidding document; and
(b) That their Financial Part of the Bid shall not be opened.
22.4 The result of evaluation of the Technical Parts of Bid shall also be made public on e-Procurement Portal.
22.5 The Purchaser shall notify in writing those Bidders whose Technical Parts of Bids have been evaluated as substantially responsive as under:
(a) their Bid has been evaluated as substantially responsive to the bidding document and met the Qualification Criteria;
(b) their Financial Part of Bid will be opened online; and
(c) notify them of the date and time of the online/public opening of the Financial Parts of the Bids.
F. Public Opening and Evaluation of Financial Parts of Bids
23. Public
Opening of Financial Parts of Bids
23.1 The financial bids shall be opened online on the CPP portal on the notified date. All the bidder’s names, the Bid prices, the total amount of each bid, including any other details can be viewed online at the time of financial bid opening.
23.2 The electronic summary of the bid opening will be generated and uploaded online. The Purchaser will also prepare minutes of the Bid opening, including the information disclosed and upload the same for viewing online.
24. Correction of Arithmetical Errors
25. Evaluation of Financial Parts of Bids
26. Determination of Evaluated
24.1 The e-Procurement System automatically calculates the total amount from unit rates and quantities. The System also automatically populates the amount in words from the amount in figures and therefore there is no scope of discrepancy and need for arithmetic correction.
25.1 During the detailed evaluation of Financial Parts of Bid, the substantial responsiveness of the Bids will be further determined with respect to those bid conditions i.e. Price Schedule. The Purchaser shall confirm that the following documents are in accordance with the requirements specified in the bidding document. If any of these documents or information is missing, the offer shall be rejected.
(a) Price Schedules in accordance with ITB Clauses 6, 8 & 9.
25.2 If a Bid is not substantially responsive, it will be rejected by the Purchaser, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.
26.1 The Purchaser shall evaluate each Bid that has been determined, up to this stage, to be substantially responsive.
Bid prices 26.2 To evaluate a Bid, the Purchaser shall only use all the
factors, methodologies and criteria defined in ITB Clause
26.3. No other criteria or methodology shall be permitted.
26.3 To evaluate a Bid, the Purchaser shall consider the following:
(a) Bids will be evaluated for the lowest cost for all the items together and the Contract will comprise the item(s) awarded to the successful Bidder.
(b) An item not listed in the Price Schedule shall be assumed to be not included in the Bid, and provided that the Bid is substantially responsive, the average price of the item quoted by substantially responsive Bidders will be added to the Bid price and the equivalent total cost of the Bid so determined will be used for price comparison.
(c) Evaluated price shall be arrived up to Final Destination (i.e. CWPRS, Pune) at by adding (i) price of Goods quoted EXW including GST (ii) other taxes, if any, payable on the Goods (iii) price for inland transportation, insurance, and other local services required to convey the Goods to their Final Destination and (iv) price for Related Services, if any.
27. Comparison of Bids
27.1 The Purchaser shall compare all substantially responsive bids evaluated in accordance with ITB Clause 26.3 to determine the lowest evaluated Bid.
28. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids
28.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders.
G. Award of Contract
29. Award Criteria 29.1 The Purchaser shall award the Contract to the Bidder whose
offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.
30. Purchaser’s Right to Vary Quantities at Time of Award
30.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section 3, Schedule of Requirements, provided the variation does not exceed 15% and without any change in the unit prices or other terms and conditions of the Bid and the Bidding Documents.
31. Notification of Award; Publication of Award & Recourse to
31.1 Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful Bidder, in writing, that its Bid has been accepted. The Purchaser shall enclose with Notification of Award, the Contract Agreement Form duly filled in for getting it signed by the selected Bidder.
unsuccessful
Bidders 31.2 Until the formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.
31.3 The Purchaser shall publish on its website. http://eprocure.gov.in/eprocure/app or www.cwprs.gov.in the results identifying the Bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of Bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests in writing the grounds on which its bid was not selected.
31.4 Upon the successful Bidder’s furnishing of the Performance Security in accordance with ITB Clause 33 and signing the Contract Agreement Form pursuant to ITB Clause 32, the Purchaser will promptly notify each unsuccessful Bidder.
32. Signing of Contract
32.1 The successful Bidder shall sign with date, the Contract Agreement Form sent by the Purchaser pursuant to ITB 31.1, and return it to the Purchaser within 10 days of the date of receipt of the Notification of Award.
33. Performance Security
33.1 Within ten (10) days of the receipt of Notification of Award from the Purchaser, the successful Bidder shall furnish the Performance Security in the form specified in the GCC in favour of “PAO, CWPRS, Pune”. The Purchaser shall promptly thereafter notify the name of the winning Bidder to each unsuccessful Bidder.
33.2 Failure of the successful Bidder to submit the above- mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security in accordance with ITB 13.5. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.
Section 2 – Bidding Forms
Table of Forms
Letter of Bid –Technical Part 24
Price Schedule (BoQ) 27
Manufacturer’s Authorization 28
Proforma for Performance Statement 29
Form of Affidavit for Correctness of Information and Documents 30
Letter of Bid –Technical Part
INSTRUCTIONS TO BIDDERS: PLEASE DELETE THIS BOX ONCE THE DOCUMENT HAS BEEN COMPLETED.
The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and address.
Note: All italicized text is for Bidder’s guidance in preparing these forms and shall be deleted from the final products.
Our Reference: No.............................. Dated..........................
To:
The Scientist ‘C’
Construction and Procurement Cell Central Water and Power Research Station Khadakwasla, Pune-411024
Sir,
Subject: Supply, Installation, Testing and Commissioning of Automatic Weather Station, Datalogger-Telemetry under NHP for CWPRS, Pune -24
Ref : NIT No. 107/2018-19
1. We, the undersigned, hereby submit our Bid, in two parts, namely: (a)Technical Part; and
(b)Financial Part
2. In submitting our Bid, we make the following declarations:
(a) No reservations: We have examined and have no reservations to the Bidding Documents;
(b) Conformity: We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services [insert a brief description of the Goods and Related Services];
(c) Bid Validity Period: Our bid shall be valid for the period of 60 days, from the deadline fixed for the bid submission, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(d) Performance Security: If our bid is accepted, we commit to obtain a performance security in accordance with ITB Clause 33 and GCC Clause 11 for the due performance of the Contract;
(e) Eligibility: We meet the eligibility requirements and have no conflict of interest;
(f) One Bid Per Bidder: We are not participating in more than one bid in this bidding process;
(g) Government owned entity: We are not a government owned entity/ We are a government owned entity but meet the requirements specified in the World Bank’s Guidelines referred to in ITB 3.1; [Bidder should select the appropriate option as applicable.]
(h) Ineligibility: Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract - has not been declared ineligible by the Bank, or under Indian laws or official regulations;
(i) Binding Contract: We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.
(j) Not Bound to Accept: We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.
(k) Suspension and Debarment: We have not been debarred from participation in bidding/removed from approved list (dealings suspended) by the Central or any State Government or by the World Bank.
(l) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any type of Collusion, Fraud and Corruption.
(m) Prevention of Corruption Act: We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely, “Prevention of Corruption Act 1988.”
Yours faithfully,
Authorized Signature
Name & Title of Signatory _ In the capacity of [insert legal capacity of person signing the Letter of Bid]
Name of Bidder Address
Dated on _ day of _, _ [insert date of signing]
Price Schedule Forms
[The Bidder shall fill in the Price Schedule online (using the Schedule uploaded with the bidding documents) in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedule shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]
BILL OF QUANTITIES (BoQ)
Name of Bidder [insert complete name of Bidder] ; NIT No: 107/2018-19
PRICES IN INR | ||||||||||
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8 | 9 | 10 | 11 |
Line Item No | Description of Goods/ Related Services | Quantity | Unit | Delivery Date at place of Final destination | Country of Origin | Unit price EXW [including GST for Domestic goods only] | Price for inland transportation, insurance and other services required to convey the Goods to their final destination including related services (CWPRS, Pune) | Other taxes payable if Contract is awarded (such as Customs duty for imported goods etc) | Total EXW price (Col 3X7) | Total Price (Grand Total) (Col 10+9+8) |
1.01 | Supply, Installation, Testing | 1 | Set | |||||||
and Commissioning of Automatic Weather Station | ||||||||||
(with sensors temperature, | ||||||||||
humidity, wind speed and | ||||||||||
direction, radiation, pressure; | ||||||||||
and mast of 10m height) with | ||||||||||
installation | ||||||||||
1.02 | Tipping Bucket Rain Gauge | 3 | Nos | |||||||
90 days from the date of issue of contract agreement | ||||||||||
1.03 | INSAT System, Server, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmission Unit) | 1 | Set | |||||||
1.04 | Data Logger with GSM/GPRS | 1 | Set | |||||||
1.05 | Annual Maintenance Contract | 5 | Years | |||||||
for items 1.01, 1.02, 1.03 | ||||||||||
(excluding server) & 1.04 after | ||||||||||
regular warranty | ||||||||||
1.06 | Data Acquisition System | 2 | Nos | |||||||
1.07 | Training of CWPRS officers by | Lump | Lump | |||||||
firm at CWPRS, Pune | Sum | Sum | ||||||||
Total Price |
Manufacturer’s Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its bid in accordance with ITB Section.]
Date: [insert date (as day, month and year) of Bid Submission]
NIT No.: 107/2018-19
To:
The Scientist ‘C’
Construction and Procurement Cell Room no.201, OCL Building
Central Water and Power Research Station Khadakwasla, Pune-411024
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 15 of the General Conditions of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Dated on _ day of _, _ [insert date of signing]
PROFORMA FOR PERFORMANCE STATEMENT
[Reference: ITB 11.2]
Proforma for Performance Statement (for a period of last 3 years)
NIT No.107/2018-19 Date of opening. 20.12.2018 Time 11:00 Hours
Name of the Bidder _
Order placed by (full address of Purchaser) | Order No. and date | Description and quantity of ordered equipment | Value of order | Date of completion of delivery | Remarks indicating reasons for late delivery, if any | Has the equipment been satisfactorily functioning? (Attach a certificate from the Purchaser/Consignee) | |
As per contract | Actual | ||||||
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8 |
Signature and seal of the Bidder
FORM OF AFFIDAVIT FOR CORRECTNESS OF INFORMATION AND DOCUMENTS SUBMITTED WITH BID
[Reference ITB 5]
[This affidavit should be on a non-judicial stamp paper of Rs.10/- and shall be attested by Magistrate/ Sub-Judge/ Notary Public]
I, ………………………………………………… (name of the authorised representative of the Bidder) solemnly affirm and state as under:
1. I hereby certify that all the information and documents furnished with the Bid submitted online in response to NIT No.
107/2018-19 date 16/11/2018 issued by The Scientist – C, CPC, CWPRS, Pune - 24 for Supply, Installation, Testing and Commissioning of Automatic Weather Station, Datalogger- Telemetry under NHP for CWPRS, Pune -24 are true and correct.
2. *I hereby certify that I have been authorised by
…………………………… …………………………………. (the Bidder) to sign on their behalf, the Bid mentioned in paragraph 1 above.
Deponent
Place: …………….
Date: ………………
* This sub-paragraph is not applicable if the Bidder is an individual and is signing the Bid on his own behalf.
PART 2 - SUPPLY REQUIREMENTS
SECTION 3 – SCHEDULE OF REQUIREMENTS
1. LIST OF GOODS & RELATED SERVICES AND DELIVERY PERIOD 33
2. TECHNICAL SPECIFICATIONS 34
3. COMPLIANCE STATEMENT 59
4. INSPECTIONS AND TESTS 76
1. LIST OF GOODS & RELATED SERVICES AND DELIVERY PERIOD
Line Item No. | Description of Goods and Related Services | Quantity | Physical unit | Final Destination (Project site) | Desired Delivery Period for completion of supply from the date of the Contract | Bidder’s offered Delivery Period [to be provided by the Bidder] |
1 | 2 | 3 | 4 | 5 | 6 | 7 |
[inse | [insert description of Goods/Related | [insert | [insert | [insert place of | [insert the number of | [insert the number of |
rt | Services] | quantity | physical | Delivery] | days from the date of | days from the date of |
item | of item to | unit for | the Contract] | the Contract] | ||
No] | be | the | ||||
supplied] | quantity] | |||||
1 | Supply, Installation, Testing and Commissioning of Automatic Weather Station (with sensors temperature, humidity, wind speed and direction, radiation, pressure; and mast of 10m height) with installation | 1 set | set | CWPRS, Khadakwasla, Pune-24 | 90 Days | |
2 | Tipping Bucket Rain Gauge | 3 | Nos | |||
3 | INSAT System, Server, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmision Unit) | 1 | Set | |||
4 | Data Logger with GSM/GPRS | 1 | No/Set | |||
5 | Annual Maintenance Contract for items 1, 2, 3 (excluding server) & 4 after regular warranty of two years | 5 | Years | |||
6 | Data Acquisition System | 2 | Nos | |||
7 | Training of CWPRS officers by the firm at CWPRS, Pune | Lump Sum | Lump Sum |
Note:
1. All details should be filled in by Purchaser except for Colum 7.
2. Delivery Period offered by the Bidder should be filled in Column 7 by the Bidder.
2. TECHNICAL SPECIFICATIONS
Technical Specification TBR, AWS, Data acquisition system , Data logger, telemetry and Civil works for AWS installation, training of staff.
1. Automatic Weather Station (AWS)
1.1 AWS Sensors
Feature | Value |
Site Conditions | |
Ambient | 1 to 50 degrees C |
Humidity | 10% to 100%, |
Altitude | 500 to 550 m |
Temperature Sensor | |
Sensor Type | Resistance type Temperature Sensor |
Range | -40 to 60 Degree C |
Resolution | ± 0.1°C |
Accuracy | -40 ° C to +40 with in ±.1°C and above it ±.2°C |
Response Time | 10 sec or lesser |
Self-aspirated | To ensure continuous supply of air free from turbulence, water droplets and radiation |
Output Interface | Digital output compatible with Data logger |
Power Supply | 12V DC |
Accessories | All Accessories for mounting the instrument e.g. special cross arm clamps or flag, if any shall be provided |
Humidity Sensor | |
Sensor Type | Capacitive/ Solid State Humidity Sensor |
Range | 0 to 100 % |
Resolution | 1% |
Accuracy | ±3% or better |
Response Time | 10 sec or lesser |
Output | Digital output compatible with Data logger |
Wind Speed and Direction Sensor | |
Sensor Type | 1.Ultrasonic sensor (No moving Parts) |
Range | 60m/s for speed ;0-360 Degree |
Resolution | 0. 1 m/s for speed; ±1 Degree for direction |
Accuracy | ±0.5 m/s for speed≤5m/s& 10% beyond 5m/s ; ±5 Degree or better for wind direction |
Response Time | Less than 1 sec lag in operating range |
Accessories | All Accessories for mounting the instrument e.g. special cross arm clamps or flag, if any shall be provided |
Sensor Type | 2. Cup anemometer (solid state magnetic sensor) for wind speed |
Range | 0.5-89m/s |
Resolution | 0.1m/s |
Accuracy | ±0.5 m/s for speed≤5m/s& 10% beyond 5m/s ; ±5 Degree or better for wind |
Output | Digital output compatible with Data logger |
Response Time | 10 sec or better |
Sensor Type | Wind vane and potentiometer for wind direction |
Range | 0-360 Degree |
Resolution | 1 Degree |
Accuracy | ±7% |
Response Time | 10 sec or better |
Output | Digital output compatible with Data logger |
Pressure Sensor | |
Sensor Type | Solid state |
Range | 600 - 1200 hPa |
Resolution | ± 0. 1 hPa |
Accuracy | ± 0.2 hPa |
Response Time | 10 sec or better |
Output | Digital output compatible with Data logger |
Solar Radiation Sensor | |
Sensor Type | ISO Secondary class Pyranometer |
Spectral Range | 400-1100 nm |
Range | 0-2000W/m2 |
Resolution | 5 W/ m2 |
Accuracy | 2 % or better |
Response Time | 10 sec or better |
General Features | |
Material | Corrosion Resistance Metal (Stainless steel/ Aluminum or PVC) |
Tools | Complete tool kit for operation and routine maintenance |
Manuals | Full Documentation and maintenance manual in English |
Accessories | Sensor Mounting support, cables and other accessories as required |
Output Interface | Analogue output Compatible with Data logger |
Power Supply | 12 V DC or switch rated for 12 VDC |
Note: Calibration certificate for each sensors have to provide by the vendor at the time of delivery
1.2. Mast and Support
Features | Value |
Height | 10 m(Height adjustable for installing the sensors) |
Resistance to wind | Including guys rope and all accessories / tools for mast mounting must be able to resist a wind speed of 110 km/hour. |
Resistance to corrosion | Corrosion free(metal). |
Material | Aluminium or stainless steel |
Resistance to wind | Able to resist a wind speed of 110 km/hour. |
Resistance to corrosion | Corrosion free. |
Components | - lightning rod, ground rod and conductors - lightning / over voltage protection devices for sensors, data logger, transmitter and power supply, as required |
2 Tipping Bucket Raingauges
2.1 Tipping Bucket Raingauge (Type-I)
Feature | Value |
Site Conditions | |
Ambient Temperature | 1 to 50 degrees C |
Humidity | 10% to 100%, |
Altitude | 500 to 550 m |
Sensor | |
Sensor Type | Tipping Bucket reed switch |
Intensity Range | 0-250 mm/h or better |
Resolution | 0.5 mm |
Accuracy (Intensity) | 2% or better |
General Features | |
Output Interface | Digital outpout compatible with Data logger |
Material | Corrosion Resistance Metal (Stainless steel) |
Enclosure | Ability to service tipping buckets without involving the re-leveling of the gauge. |
Protection | NEMA 4 or IP65 |
Tools | Complete tool kit for operation and routine maintenance |
Manuals | Full Documentation and maintenance manual in English |
Accessories | Sensor Mounting support, cables and other accessories as required |
Specific Features | |
Collecting Funnel Diameter | 200 mm or 8 Inch or equivalent |
Insect Screen | Insect covers on all openings should be provided |
2.2 Tipping Bucket Raingauge (Type-II)
Feature | Value |
Site Conditions | |
Ambient Temperature | 1 to 50 degrees C |
Humidity | 10% to 100%, |
Altitude | 500 to 550 m |
Sensor |
Sensor Type | Tipping bucket reed switch |
Range | 0 -150mm/hr or better |
Resolution | 0.1mm or better |
Accuracy (Intensity) | 2 % or better, |
Collecting Funnel Diameter | 200 mm or 8 Inch or equivalent |
General Features | |
Output Interface | Digital output compatible with Data logger |
Power Supply | 12 V DC or switch rated for 12 VDC |
Material | Corrosion Resistance Metal (Stainless steel) |
Enclosure | NEMA 4 |
Tools | Complete tool kit for operation and routine maintenance |
Manuals | Full Documentation and maintenance manual in English |
Accessories | Sensor Mounting support, cables and other accessories as required |
2.3 Tipping Bucket Raingauge (Type-III, for Snow (hourly) measurement)
Feature | Value |
Site Conditions | |
Ambient Temperature | -40 to 50 degrees C* |
Humidity | 10% to 100%, |
Altitude | 2000 to 6000 m* |
Sensor | |
Sensor Type | Tipping bucket reed switch |
Range | 0 to 700mm/hr |
Resolution | 0.2mm or better |
Accuracy (Intensity) | 0.2 mm/hr; ±2% @ < 250 mm/hr (9.8 in/hr) ±3% @ 250 to 500 mm/hr (9.8 to 19.7 in/hr) |
General Features | |
Output Interface | Digital output compatible with Data logger |
Power Supply | Main power: 10- 30VDC, SDI -12 Power: 9-16 VDC |
Material | Corrosion Resistance Metal (Stainless steel) |
Enclosure | NEMA 4 |
Tools | Complete tool kit for operation and routine maintenance |
Manuals | Full Documentation and Maintenance manual in English |
Accessories | Sensor Mounting support, cables and other accessories as required |
Specific Features | |
Funnel Diameter: | 200 mm (7.87 in) |
* Temperature and altitude range for the site are selected to create test facility for TBR at CWPRS for testing of snow gauges in the high altitude regions of Himalayas.
3. INSAT System, Server, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmission Unit)
3.1 GSM/GPRS Modem
GSM / GPRS Modem (for telemetry of Data to server and communication with 2 Nos Electronic display boards)
Feature | Value | |||||
Ambient Site Conditions | ||||||
Operating Temperature | From -20o C to +60o C | |||||
Performance | Data Reception availability of 95% or better | |||||
Form factor | The Transmitter should either be integral part of data logger specified above, or it should be supplied as independent unit compatible with supplied data logger | |||||
Specific Features | ||||||
Communication Direction | Utilize GPRS connection | network | for | two-way | TCP/IP | (INTERNET) |
VPN protocol | Radio to utilize VPN protocol | |||||
Transmission trigger | Data collection to be triggered by interrogation from Data Center, or by event based transmission triggered by remote site | |||||
Power Saving | Ability to disable interrogation system in order to save power at remote site | |||||
Communication Protocol | Data transmission to execute HTTP Post or FTPS to transmit data to the Data Centre | |||||
Accessories | All associated equipment, including Antenna all cables and mounting hardware | |||||
Antenna features | ||||||
Frequency range | 900 MHz: 824-960 MHz/1800MHz:1710-1880 MHz | |||||
Im Impedance | 50 ohms | |||||
VSWR | ≤ 2.0 | |||||
Radiation | Omni-directional | |||||
Operating temperature | -10 to + 60 degrees Celsius | |||||
connector | SMA adaptable to GSM/GPRS modem | |||||
cable length | As required | |||||
Note- 1) Data will be transmitted from Data Logger to Boards through server.
2) Validated data from server will be transmitted to two Electronic Display Boards via GSM/GPRS or through cable. The cost of SIM cards along with recharge for entire warranty & AMC period at Data logger and Server will be borne by
bidder.
3.2 INSAT Radio
Feature | Value |
Operating Temperature | From -20°C to + 60°C |
Environment Relative Humidity | 0 to 100% |
Carrier Stability | In steps of 100 Hz from 402.0 MHz to 403.0 MHz |
Career Frequency | 402 - 403 MHz |
Modulator | PCM/BPSK |
Data coding | NRZ(L) |
Output Power | 3-10 W, user settable |
Data Bit Rate | 4.8 kbps |
Frequency Stability | |
a) Long term | Transmit frequency inaccuracy including aging of oscillator should not exceed ± 400 Hz per year. Oscillator/synthesizer should have provision to adjust for the long-term drift |
b) for temperature | ± 0.20oC or better for +10oC to +60oC ± 0.35oC or better for -20oC to + 10oC |
Signal Bandwidth | 6.0 KHz maximum or better |
Output Power | 3-10 W (settable) |
Power Stability | ±1 dB |
Spurious | -60 dB or better |
Harmonics | -40 dB or better |
Antenna cable | LMR 400 grade or better |
Performance | Data reception availability of 99% or better |
Operating power | Switched 12V D.C controlled by data logger. |
Form factor | The transmitter should either be integral part of the data logger specified above, or it should be supplied as independent unit compatible with the supplied data logger. |
Yagi Antenna | |
Polarization | LHCP or RHCP, switchable in field |
Gain Minimum | 11 dbi or better |
Centre Frequency | 402-403 MHz |
Mounting | Proper mounting and Pointing arrangement for 360 degree azimuth and elevation adjustment |
Operating Wind speed | 250 kmph |
Wind Survival | 300 kmph |
Material | Rust-proof and oxidation-proof |
Operating rain rate | 100 mm/hr and water proof |
Specific Features | |
Satellite System | INSAT radio system to be used on the INSAT satellite operated by ISRO |
Certification | Certificate of acceptance required by ISRO and/or IMD/ CWC/NPMU as part of the bid package |
Accessories | All associated equipment, including GPS, GPS Antenna, INSAT antenna, all cables and mounting hardware . |
INSAT Antenna will be installed at AWS site.
Note- 1) The selection of frequency and mode of transmission shall be through software settings only.
2) If any sensor is not connected then it should transmit ' ' Characters in place of the sensor value.
3.3. Server Specifications:
Network Server | |
Processor | Intel® Xeon® processors E5-2620 v4 series or better |
Memory | 32 GB RAM scalable up to 256 GB with minimum 2400HZ frequency or better |
HDD | Hard Drive capacity of a minimum of 2 TB with RAID 5 HDD or higher SSD or better |
RAID Support - | 12Gbps dedicated slot for the first RAID; support for up to four RAID adapters |
Network Controller | 2 x 10/100/1000 MBPS, minimum 2x1Gb Ethernet controller |
Ports | Minimum 2 x USB 2.0 front, 2 x USB 3.0 rear, 1 x USB 2.0 internal for hypervisor/1 front (optional) and 1 back |
System Management | Minimum IMPI 2.0 complaint, LAN connectivity to provide remote console and management. |
Operating System | Latest Windows Server with media and manual, Antivirus with Internet Security for all inbound and outbound HTTP, SMTP & FTP traffic across the network. |
Power Supply | 1/2 redundant 550W AC/750W AC/ 900W AC/ 1500W AC |
Certification | ISO 9001:2008, 14001:2015, certified manufacturer for all components. |
Mounting | Rack Mountable server with rack mounting kit. The servers will be fixed in a rack with casters and glass door. The architect of servers should be 100% redundancy with heat beat/status being reported to the administrator on E-mail/SMS in case of failure event |
Keyboard | 104 keys or higher OEM USB Keyboard |
Mouse | Optical Scroll with USB interface. |
Monitor | 24 inch or better Full HD ; Resolution :- 1920*1200 pixel |
Graphics | 2GB Graphics or better |
Backup | Battery for Backup of Server unit is 3days and Reception of Telemetry unit is 21 days. |
Model | will be specified as the latest available at the time of delivery with manuals, will have a minimum of bays to accommodate the hot swap disk bays. |
Installation and Commissioning | Supplier should Install and commission Server as per specifications for both software and hardware. |
Manuals | Operation Manual, User Manual, Trouble shooting Manual in English Language in both soft and hard copy format along with Server. |
3.4. Real Time Data Acquisition System (RTDAS) for Server :-
i. RTDAS software simplify the weather monitoring process and aids in data communication with the Data logger, Data Acquisition System and also in data display and analysis, The software should be capable of generating daily, weekly, monthly and annual summaries, extremes (Low/ High) and charts.
ii. System should have reliable , field proven State of Art, High Speed Communication
iii. Software shall be built around MS Windows Operating System.
iv. Expandable for future requirement.
v. System to display Present as well as History trends/charts/data.
vi. Software should able to validate the data.
Requirement for Electronic Display Boards (EDBs)- (EDBs are not part of this Bid)
i. In case of sensor/server failure, EDB should display the' NIL' data,
ii. All communication to EDB will be through GSM/GPRS.
Additional Requirements :-
i. Whole System (AWS, Data Logger, INSAT, GSM/GPRS, Data Acquisition system. (Laptop), server with backup , SIM cards) should have warranty of 2 Years and subsequent AMC for the same is for 5 years excluding Data Acquisition system (Laptop) and server.
ii. Required SIM cards at AWS site & Server for uninterrupted GSM/GPRS communication with Electronic Display Boards are to be provided by the bidder along with subscription for entire warranty and AMC period. Cost these shall be borne by the bidder during warranty and AMC period.
iii. Required software provision and development of Real Time Data Acquisition system (RTDAS) is to be done by bidder.
iv. Any additional requirement, module and/or accessories, if required, should be suggested by the bidder and price of the same should be included in the bid.
v. Bidder to go through the entire bid document and adhere to each and every point and/or requirement mentioned.
vi. Data centre is the respective server where data is expected to be received. Data through GSM/GPRS will be received at CWPRS Server. In case of INSAT based telemetry, the Data Centre is Earth receiving station (ERS) server maintained by IMD Pune/ CWC Delhi
3.5. Specifications for Installation of Data Logger and Telemetry System:-
The Data Logger, GSM/GPRS and INSAT will be installed at Control Room near AWS. INSAT Antenna will be install at AWS site as per WMO/ BIS Standards guidelines. A Data receiving Station will be installed at pre-designated location in CWPRS. This location will host GSM/GPRS, INSAT Data Reception, Server and Backup.
The Layout Drawing for installation of proposed Data Logger and Telemetry system is shown below.
Automatic Weather Station (AWS) + Data Logger + GSM/GPRS + INSAT +
Backup (Data Logger
+GSM/GPRS+INSAT will be Installed at Switch/Control Room near AWS)
Data Receiving unit (GSM/GPRS +INSAT) +
Server + Backup
Location 1:- Behind Main Building, Location 2:- In office premises, CWPRS, Pune CWPRS, Pune
4. Data Collection Platform
4.1 Power Supply
Feature | Units |
Battery | |
Voltage | 12 V low current drain (SMF) – easily available in Indian markets |
Type | Sealed Maintenance free |
Capacity | to provide 21 days of backup |
Charger | Charger from AC mains with protection |
General | |
The supplier should determine optimal batteries, such that system should be operational for at least 21 days in the absence of charging. It should provide power 12V,18V or as required for the various sensors and data logger installed in AWS.[Supply is from AC Main] |
4.2 Data Logger for Multiple Sensors of AWS and software
Functional Requirement:
1. The system shall automatically collect the observations from attached sensors, process and store them into its memory and transmit through GSM /GPRS & INSAT communication link to central station as per the preprogrammed measurement interval, And also system shall transmit hourly basis data of every full hour IST to the ERS through satellite at preprogrammed transmission time.
2. The DCP shall continuously monitor the status of the instruments, power supply and communications. In the event of failure of an instrument or sensor or disruption of any of the power sources, an alarm shall be sent back to the modeling center
3. The sensor signal conditioning unit should be integral part of the system.
4. The number of analog / digital SDI/ RS232 / RS485 etc channels in the Data Logger must be compatible to the sensors being supplied and also for other battery monitoring systems.
5. The system shall have provision to easy include and change the following information in the field as mandatory requirements
• Time of observation
• Sensor identification
• Data transmission time for INSAT & GSM/ GPRS communication
• Programmable Sensor data measurement interval
• Configuration of Measurement, Logging & GPRS/GSM data transmission interval
• Gain, offset, Datum parameterization for all sensors
• Configuration of FTP server & mobile number of data
6. The system shall have an integrated microprocessor based data acquisition and storage system having adequate hardware configuration and software support to serve as an interface between sensors and communication link to perform tasks.
7. Providing necessary electrical power to the sensors and conversion of electrical output signals from the sensors into engineering values based on calibration equation stored in the memory. Fully compatible with all type of sensors provide in the package shall be mandatory
8. The system should be stand alone and all programming functions/setup to be carried out through system keypad and display independent of PC laptop
9. Storage of observed data along with time for all the parameters in the memory. Memory capacity to retain at least 365 days data is required. Data shall be available even if the power supply to the system has failed ( RAM Backup battery) for one year.
10. The system should be capable of continuous updating the values of sensed parameters and post processing the instantaneous values in to average values over a specified period of time for transmission to the DCP with earth receiving station.
11. Full compatibility with all types of sensors provided in the packages shall be mandatory.
12. The system shall have in built sensor simulation system option to conduct test on the system for field installation, two point calibrations.
13. Management of DCP transmitter to optimize the battery consumption.
14. The system shall support the following functions
a) Easy programming set up
b) Multitasking capability
c) User friendly software programming
d) The system shall have self-diagnostic facility and be capable of displaying station ID/Sensor ID codes and messages in the display panel for general identification of the fault. It should have facility to monitor these codes and other health status through an external laptop/PC
e) Set up shall be organizes in tree of menus and submenus. Protection of setup parameters and data through password should be supported by the system. In addition, The DCP shall support the manual entry of data through keypad and its display
f) Data including the setup and program files shall be transferable to from the system via a serial port to PC/ Laptop, SD card, USB or other suitable memory device and vice versa
15. The data logger shall be programmable locally in the field via laptop/PC
16. DCP should be supplied with software for configuration and troubleshooting.
17. The surge suppression in the form of fuse or the appropriate device shall be provided for all interfaces to protect the data logger from surges emanating from the sensors
18. Data Logger shall be compatible with TDMA type UHF transmitters and mode of INSAT communication is Time Division Multiple Access (TDMA).
19. The Data Logger shall store data in memory, in case of GPRS/GSM communication failure. The data shall be transferred automatically once GPRS/GSM communication is retained. This will ensure no data loss during no communication also.
Technical specification for Data logger
Site Condition | |
Ambient temperature | 1 to 50 degrees C |
Relative humidity | 10% to 100%, |
Altitude | 500 to 550 m |
General features | |
Model | Well proven and widely used model, produced by a primary brand name and tested in a large number of installations. Provide manufacturer’s certificate that the model proposed has been in production for at least 3 years. |
Design | Open design, operating with a wide variety of sensors. |
Firmware Operating system | Multi tasking operating system capable to log data and transmit at same time (Licensed version). |
Change of setup | Change of setup does not affect logged data. |
Plug and play | Plug and play ease of setup using a windows based graphical views. |
Resolution | ADC resolution ≥ 16 bit. |
Conversion | +/- 1 LSB |
Accuracy | |
Sample intervals | 1sec to 24 hours in 1 sec increments (user selectable) |
Visual Display | LED/LCD to operate in the range(-100 C to 550 C) viewing current data and setting values |
Watch dog timer | System should reset upon microprocessor failure |
Real time clock | GPS synchronized, stability: 1 ppm/year or better |
Flash memory | Non-volatile Flash memory that can store one year of data and expandable to a minimum of 1GB. |
Recording Interval | Individual recording intervals for each sensor/parameter |
Battery/Power Supply | 12 V chargeable maintenance free 65AH capacity , low current drain (quiescent ≤10.0mA) |
Triggering | User configurable alarms (triggering) |
Voltage level | Monitoring of voltage level. |
Internal clock | Internal clock with drift less than 2 seconds per year or using GPS |
Input Interface | As required for the sensors |
Input/ Output interface | Should match minimum requirements : - for use with AWS, 16 analogue channels and 8 digital input / output channels needed. - Analog /Digital/Pulse Inputs:- Data Logger should support for all data received from AWS and TBR sensors . - The SDI-12, RS232, RS 485, RJ 45 and USB interfaces are required to connect to different purposes. - output needed for: a) manual readout. etc b) direct data downloading to a USB flash drive without the need for a laptop or data retrieval device. c) Port for configuration :- One Serial Port RS232 and USB for communication with Laptop and programming d) 2 ports for communication with Telemetry (GSM/INSAT) device. Note: The Data logger should have at least 2 ports for data transmission via Telemetry devices (GSM/INSAT). Both Telemetry and Electronic Display Boards (EDB) systems should work simultaneously for redundancy. The type of port required for telemetry device may be different (Serial, RS 485, RS 232, RJ 45, etc) and proposer may offer multiple models having different combination of ports. e) Display Port :- Optional port for connecting external screen for data in running text. Note: The port for attaching external display device to show data as running text. |
Enclosure | For wall-mounting in a shelter / enclosure with protection IP65 (NEMA 4) or better |
Operating System | Windows software for system configuration / communication. |
language | English version |
Licenses | All required licenses included |
User levels privileges | Different user levels, system of user rights / passwords, access restricted to authorised personnel. |
Data security | Redundant storage, periodic automatic backup procedures. |
System integrity | System integrity check procedures |
Others | AWS software simplify the weather monitoring process and aids in data communication with the Data logger, Data Acquisition System and also in data display and analysis. (The software should be capable of generating daily, weekly, monthly and annual summaries, extremes (Low/ High) and charts-- should be available in server) |
Accessories | Serial cable + adaptor (if required) for notebook connection. All accessories (fixing units etc.) as required |
Tools | complete tool kit for installation and routine maintenance giving full detail ( number of pieces and type) |
Manuals | Full documentation and maintenance instructions in English (2 copies). |
Internal battery | Internal battery backup for clock lithium battery, storage 2 years |
General Features | a) Alarms and Triggers at server side b) Flash Memory over writing option c) Self diagnostic facility d) Statistical Data Analysis Min/Max, Cumulative, Instantaneous, Average. e) Ability to add or remove sensors f) Keypad for displaying or transmitting data to memory stick, configuration of data logger and sensors. g) If any sensor is not connected then it should transmit ' ' Characters in place of the sensor value. |
4.3 Enclosure
Site Condition | |
Ambient temperature | 1 to 50 degrees C |
Relative humidity | 10% to 100%, |
Altitude | 500 to 550 m |
Equipment | To accommodate data logger, sensor cards, battery and regulator, transmitter unit, over voltage protection devices, etc. |
Material | Material should withstand hostile environment and provide protection against vandalism and be agreed with the Purchaser. Protection IP65 (NEMA 4) or better. |
Locks | safety locks of good quality |
5. Annual Maintenance Contract after regular warranty of two years for items:
1. Automatic weather Station (with sensors temperature, humidity, wind speed and direction, radiation, pressure; and mast of 10m height) 2. Tipping Bucket Rain Gauge 3. INSAT System, GSM/GPRS, Monitor and Backup with Battery (Reception/Transmission Unit) 4. Data Logger with GSM/GPRS
6. Data Acquisition System (Laptop) - Qty- 2 Nos
Feature | Value |
Software | |
Operating System | Licensed windows 10 professional or better |
Version | English language version |
General Features | |
RAM | 8 GB |
Hard Disk | 1 TB |
Processor | Intel Core i5 or better |
Rotation Speed (Storage) | 5400 RPM or better |
CPU Speed | 2.8 GHZ or better |
Memory Speed | 1600MHz or better |
Battery/Power Supply | Suitable and backup for 6 hours. |
Visual Display (Monitor) | 15 inch LED full HD; Resolution = (1920 *1080) |
USB port | 6 |
Optical Device | DVD Read Write 16X |
Graphics | 2 GB or better |
7. Training of CWPRS officers by firm at CWPRS, Pune as detailed in Terms and Conditions
Specifications for Civil Works for AWS System
Fencing of the AWS site with a provision of gate for movement along with switch room outside the fencing and approach road will be carried out by the purchaser (CWPRS) at the designated site. Civil works associated with Tower Foundation, Rain Gauge foundation, foundation of Anchor Rod and Guy Rope will be carried out by the bidder as per WMO/ BIS standards and in consultation with the officers of CWPRS.
A. Proportions for concrete foundations: Prevailing standards as per site condition and requirement will be adopted by the Bidder in consultation with the CWPRS officers
B. Painting: The tower should be painted properly to avoid rusting by Bidder. All concrete foundations shall be painted using white cement by the Bidder.
C. All cabling should be done concealed (drawing to provided)
Services to be offered by the Bidder
i. Supply: The bidder should supply all the sensors, TBR, Data Acquisition system and other related accessories for successful installation of AWS system.
ii. Installation: The bidder should do the installation of entire automatic weather station including last mile connection civil works as per technical specifications.
iii. Commissioning: It includes post installation process of AWS to make it functional, to sense and record the state of weather through the data logger and software system. Connectivity of the system including AC mainline power system. Cabling of AWS and TBR systems, proper earthling for the lightening detector and the final step of data retrieval form the AWS system onto then DAS. It will also include the demonstration of complete functioning of the AWS system.
iv. Training of CWPRS Staff.: Training of CPWRS Personnel for operation and maintenance of AWS equipment(after commissioning)
v. Inspections and tests as per technical specifications.
vi. Tool kit for assembly and maintenance as per technical specifications.
vii. Manuals, documentation and reports as per technical specifications.
viii. Deployment of Staff: A software specialist conversant with handling AWS should be deployed in CWPRS for three months for successful installation and to address the post installation, trouble shooting and customization of the software.
ix. Maintenance of Data acquisition System
Note:
System Warranty :- Whole System (AWS, Data Logger, INSAT, GSM/GPRS, Data Acquisition system (Laptop), server with backup , SIM cards) Should have warranty of 2 Years and subsequent AMC for the same is for 5 years excluding Data Acquisition system (Laptop) and server.
Backup :- system with battery should have backup for 21 days for whole system expect Server . Server should have 1 day’s backup.
Data Format :- Data received at server should be in the form of .CSV and Excel sheet. Data should store immediately in hard disk at server after reception
Terms and Conditions
1. Bid Related Requirements
1.1 General
All Goods materials to be incorporated in the supply be new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract.
Wherever reference is made in the Technical Specifications to specific standards and codes to be met by the goods and materials to be furnished or tested, the provisions of the latest current edition or revision of the relevant standards or codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national or relate to a particular country or region, other authoritative standards that ensure substantial equivalence to the standards and codes specified will be acceptable.
1.2 Plans and Schedules to be provided
A project execution plan shall be provided after award of Contract, including system design block diagrams, a list of critical engineering activities, a manufacturing and delivery schedule, the proposed training programme, as well as guidelines and standard drawings for civil works.
1.3 Spare Parts
A list of recommended high-usage spare parts for a period of ten (10) years of operation must be submitted by the manufacturer along with cost of these spare parts. High-value spare parts, such as entire components, shall not be included in this list. The Bidder shall indicate a number of spare parts which are not intended for immediate installation. These spare parts will be available for short-term replacement of damaged or malfunctioning stations, while arrangements are made for repair, warranty or purchasing spare parts.
In addition, the Bidder must submit a complete listing of spare parts for each equipment component (sensors, data loggers, power supply, telemetry devices, server etc.) with a price list to remain valid for seven (7) years from the date of commissioning of AWS along with other sensors and necessary equipment. Cost of these spares shall not be included in Contract Price as well as in the Bid Price for evaluation. Spares shall be ordered separately for supply as needed.
1.4 Shipping and delivery
The Bidder shall be responsible, at his costs, for loading, transporting, shipping and unloading of the equipment to be supplied under the contract from the point of manufacture to the final destination of delivery. The transportation of equipment to field locations for installation after receiving inspection shall also be the responsibility of the Bidder as part of installation requirement.
The Bidder shall provide such packing of the equipment as is required to prevent its damage or deterioration during transit to its final destination.
1.5 Field Visits
For installation and subsequently for maintenance of the stations, the Bidder must have team of technical staff to meet the requirement and equipped for field visit. As back up, the system must be designed in such a way and the training component must be strong enough that equipment installation at remote stations can also be done by the Purchaser’s staff, if required. Appropriate training courses shall be conducted by the contractor’s experts. All systems must be preassembled and an end-to-end test must be passed prior to installation.
1.6 Civil Works
The Bidder shall provide the detailed instructions and standard design drawings like footprints of the equipment required for installation. The main civil works like the fencing and switch room with power supply point inside the fence shall be provided by the Purchaser.
1.6.1 Civil Works by Bidder
The civil works related to installation of equipment like erection of concrete block for Data Collection Platform, mounting of the equipment etc are responsibility of the bidder. The Bidder shall carry out the ‘last mile connection civil works’ required for installation such as foundation to AWS mast, foundation for raingauges and underground cabling.
2. Geographical and Ambient Specifications
2.1 Location And Climatic condition
All materials and equipment supplied under these specifications shall be suitable for being delivered, stored and operated under continental conditions with extreme changes of temperature between winter and summer and between day and night. It is the bidder’s responsibility that the offered equipment / configuration be appropriate for the following locations and climatic conditions:
Latitude | 18° 31' N |
Longitude | 73° 55' E |
Elevation | 558 m |
Temperature range | 1° to +50° C (air temperature) |
Relative humidity range | 10 to 100% |
2.2 Units
Measurement units of all the equipment / systems to be procured shall be metric.
2.3 Accessories and Tools
All accessories, tools and fixtures required for installation and dismounting/ remounting of the equipment shall be treated as a part of the supply for each type of equipment. Devices and instruments required for sensor re-calibration shall be offered separately.
2.4 Documentation
The bidder must submit full documentation, including user’s manuals and guidelines for operation and maintenance in English, for all equipment and software components supplied. In addition a project-specific system operation manual has to be prepared, including
Specific equipment layout; A procedural handbook;
System block diagrams (logical connections); Wiring diagrams;
Interface specifications, including communication protocols and configuration modes; Software licenses.
The documents will also be transformed in to web-based helpline. The manual shall be provided both as hardcopy (2 copies) and on CD-ROM/ Pen Drive media.
3 .Training Component
3.1 Training Program
The Bidder is required to provide an extensive training programme for the system. The training set forth in the following paragraphs is a minimum requirement and the bidder should propose any additional training that he considers critical for long term success of the system operations.
The Bidder is expected to provide an outline or table indicating the contents of each of the required courses. The table shall describe the specific topics to be covered for each day of the training period.
The Bidder is responsible for the salaries of the training instructors and all training materials. The training is to be imparted at CWPRS.
3.2 Training in General Operation
Training shall be provided by the bidder in several phases as required for the system. The training shall include both classroom and field trainings and will be continued during Operation& maintenance (O&M) period. The bidder is required to have hydro-meteorological equipment specialists or personnel conversant in the field. The training shall include:
Sl. No. | Description | Numbers of training sessions/Year | Number of Participants per session |
1 | User Training Course for working staff. | • 2 no. for the first year • 1 no. in second year • 1 no of training in any of the subsequent | 10 |
years of AMC | |||
2 | Operation and Maintenance course (two weeks). Course topics will include sensor calibration, data logger configuration, data downloading, data retrieval, collection, compilation, processing, maintenance requirements, and procedures for equipment configuration, installation, site testing and commissioning. | • 1 no of training in each year of first two years • 1 no of training in any of the subsequent years of AMC | 5 |
3 | Design, operation and maintenance of the database at Central Data Centre at CWPRS including back-up, recovery and web- services. | • 1 no of training in each year of first two years • 1 no of training in any of the subsequent years of AMC | 5 |
4 | Specialized Training for Maintenance Technicians i.e., O&M | • 1 no of training in each year of first two years • 1 no of training in any of the subsequent years of AMC | 5 |
The training course will take place at CWPRS. In case of formal training, the CWPRS will provide classroom and other logistics. The Bidder will facilitate the training professional and the training materiel. On-the-job training will be provided by the Bidder in conjunction with the installation of AWS stations and during the course of maintenance as required.
The Bidder shall prepare a training course plan and include the same in the Bid Document. These trainings will be scheduled as described above for refreshing the trained staff and training of additional staff.
The classroom training, hands on experience and troubleshooting will be prepared as video for easy access and will be posted on the web. All training modules will be also provided as a media file (Windows Media Player Compatible) on a USB Drive. Five copies in hard copy and CD media shall be required.
4. Installation Requirements
Data Collection Platform (DCP)
The AWS should be installed in such a manner that the data logger, batteries, is located well above expected high water to ensure that the instruments are not submerged.
4.1.1. Lightning Protection
AWS shall employ a grounding system that will protect the electronic equipment from electrical surge caused by lightening. The system will consist of a single point grounding system which will tie all grounding wires to a copper grounding plate. The plate will then be connected with a copper grounding strap to a grounding rod. The Bidder will provide all the components for this installation and properly install the Single Point Grounding System at the station.
4.1.2. Enclosure and Wiring Specifications
The installation of AWS will consist of a tamper proof enclosure that will be installed outdoors. The enclosures must come equipped with a keyed lock where no other tool can be used to open the enclosure other than using the correct key. The enclosure must be sealed and secured in a NEMA type 4 enclosures as to prevent water and insects from entering the enclosure. Wires leading in and out of the enclosure must be properly secured and protected from sharp edges. Electrical or any other kind of tape to protect wires leading in and out of the enclosure will not be acceptable.
Instruments should be secured in an orderly fashion inside of the instrument shelter and all wiring and cables should be well organized and clearly labeled and secured (see figure below).
AWS Sensors well organized in an orderly Fashion
The DCP will allow programmable measurment times and data collection intervals. The measured data will be stored on the DCP, and utilize data storage that will drop off (over write ) the oldest data as new data stored, through the DCP is required to store a minimum of 12 months of data before any dta drops off. The table below provides a guideline to indicate how offten the data should be measured and logged. However the time interval should be user selectable as and when required.
Parameter | Unit | Time Interval |
Temperature | C | 15 minutes |
Humidity | % | 15 minutes |
Wind Speed | ms-1 | 15 Minutes |
Wind Direction | Deg True | 15 minutes |
Pressure | hPa | 30 minutes |
Radiation | Wm-2 | 30 minutes |
Accumulated Rainfall from TBR | mm | Each tip event or 1 min |
Battery Voltage | V | 1 hour |
5. Automatic Weather Station
The automatic weather station should be equipped to measure following parameters on real time basis:
Rain fall
Air Temperature Relative Humidity Solar Radiation Wind Speed Wind Direction
Atmospheric Pressure Snowfall sensor
5.1 Specifications for Installation
AWS stations will be placed in open fields and away from any obstructions that may disturb the measurements. WMO guidelines should be followed during the installation in the selected site at CWPRS. The AWS will require a 10 m tower. The hardened enclosure will be attached to the tower at 1.5 m above the ground. Then temperature/ relative humidity will be mounted at 2 m above the ground and sufficiently away from any objects that may produce long wave radiation. The wind speed/direction sensor will be place that the top of the 10 m tower. The rain gauge will be placed away from the tower, at least 3 m from the tower, and no closer than the 2 times the difference in height (top of the rain gauge to the top of the nearby objects) to other objects. INSAT Antenna will be mounted as per WMO/ BIS Guidelines. The tip of the rim of rainguage should be about 0.50m above ground. Same is the criteria for TBR measuring snowfall. Radiation sensor should be place at a height of 3 m above the ground level. Pressure sensor should be placed at a height of 2.0 m. INSAT Antenna will be mount at tower according to WMO/BIS Guidelines.The photograph of AWS mounted with all the sensors is attached.
5.2. Specifications for Civil Works
5.2.1 Tower Foundation, Rain Gauge foundation, foundation of Anchor Rod and Guy Rope
It will be done by the bidder as per WMO/ BIS standards and in consultation with the officers of CWPRS.
5.2.2 Proportions for concrete foundations
Prevailing standards as per site condition and requirement will be adopted by the Bidder in consultation with the CWPRS officers
5.2.3 Painting
The tower should be painted properly by Bidder to avoid rusting.
All concrete foundations shall be painted using white cement by the Bidder.
6 . Operational Requirements
The project requires the Bidder to provide System Specialist conversant with handling AWS, Telemetry, Data Logger, Server to fill the tasks of handling computer systems & software support along with installation of whole system. The Specialist shall visit CWPRS at least once in a month for checking and preventive maintenance and for periodical reports. The system specialist will take supervision of the Whole System from CWPRS. Regular dialogue is required between the Bidder and CWPRS. The specialist will have a firm grasp of the handling of AWS and its components, associated software and has the capability of training CWPRS officials as requested. The bidder’s representative would assist in putting the data on web as required by CWPRS. The specialists will also be responsible for operating the RTDAS software, Time Series software, and any other software that is procured as part of this tender. These services will be valid during warranty and AMC period.
7 . Warranty Period & AMC Period
The warranty period shall begin immediately after the whole system has been commissioned and Final Acceptance certificate issued. Whole System (AWS, Data Logger, INSAT, GSM/GPRS, Data Acquisition system (Laptop), server with backup , SIM cards) Should have warranty of 2 Years and subsequent AMC for the same is for 5 years excluding Data Acquisition system (Laptop) and server. The Bidder will be responsible to replace faulty or damaged equipment supplied through this contract. The bidder is responsible to rectify any operational issue / Software issue related to whole system.
The Bidder will electronically record all maintenance activities on software specified in this document. The Bidder will provide quarterly maintenance reports to CWPRS. The bidder may also be required to perform ad-hoc queries that are requested by the purchaser. Further explanation of the quarterly maintenance reports can be found in the “Maintenance Reports” section.
The costs of transportation and ancillary equipment and tools will be the responsibility of the bidder. The Specialist from bidder will restore station/sensor outages within 5 days of the outage occurring. This will mean that the Specialist from bidder will be at CWPRS to help reduce response time and meet the requirement of AWS outages lasting no longer than 5 days. The Software Specialists will be tasked to overseeing the collection of data, managing system software, and reprogramming if required.
7.1 Operation and Maintenance
The bidder shall provide a bid for Operation & Maintenance (O&M), which covers whole System (AWS, Data Logger, INSAT, GSM/GPRS, Data Acquisition system (Laptop), server with backup
, SIM cards) Should have warranty of 2 Years and subsequent AMC for the same is for 5 years excluding Data Acquisition system (Laptop) and server following the final acceptance. This will include the following activities:
7.1.1 Information Technology Specialists:
Provide quarterly operation and maintenance reports on computer operation, including the documentation of down time, other related activities as directed by the purchaser.
7.1.2 Maintenance Reports
There is a requirement for the bidder to provide quarterly operation & preventive maintenance reports during the O&M period. The reports are due on the 7th day of 4th month documenting the previous 3 month’s activity. The reports must include an accounting of all visits and actions taken.
7.2 Testing and Inspection
It is the Bidder’s responsibility to ensure that the equipment is sufficiently tested prior to shipment and installation. During final acceptance testing, the Bidder will have to demonstrate full functionality and performance of all system components according to specifications. Prior to final acceptance, all expenditures related to unsatisfactory performance of the equipment, such as the costs of repairs, additional site visits, shipping costs etc., will be at the Bidder’s expenses.
The costs for all tests and for all inspections to be made under the contract shall be borne by the Bidder and shall be deemed to be included in the Contract Price with the exception of the Purchaser’s costs for witnessing tests. The following inspections and tests shall be performed:
7.2.1 Factory Acceptance Test
Prior to system shipment, the bidder shall conduct a Factory Acceptance Test (FAT). The FAT shall be conducted at the bidder’s facilities and shall demonstrate “end-to-end” performance of the system components. In order to avoid delays, the factory acceptance testing shall not be witnessed. However, the bidder is required to write a FAT report that will describe the test layout, the individual testing results for each component, as well as any problems found. All deficiencies revealed by testing shall be rectified by the bidder at his own expenses and to the approval of the Purchaser. Rectified components shall be subject to re-testing.
7.2.2 Receiving Inspection
The system is to be inspected at CWPRS, after receipt of the shipment is received and delivered. The Bidder is to arrange for this receiving inspection as well as for customs clearance if required and delivery to CWPRS.
7.2.3 Site Installation and Acceptance Tests
The Bidder will install all the equipments and will undertake site tests of each lot of equipments included in the Schedule of Requirements. The exact locations for installation by Bidder shall be decided by the Purchaser.
After final configuration and programming, the Bidder will conduct an “end-to-end” operational test the station. A formal check list shall be followed and the results of the tests shall be recorded. The Purchaser’s person will be trained in conducting the same site acceptance tests. A Site Acceptance Test will be passed if all sensors and data collection platforms obtain and store correct values for a period of 24 hours.
7.2.4 Operational Test (OT)
Operational testing should be done on end to end basis for AWS to be installed. The test for AWS would include but not limited to:
Measurement of data by sensors and recording in Data-logger and server for all mode of communication as specified in section 5 of Technical specification (Telemetry).
Quality check on data and application of filters for minimum, maximum and rate of change limits
Presentation of quality checked data in tabular and graphical format on local workstations / Server
Continuous operation of the system for at least 72 hours period at CWPRS
The operational testing can be performed at CWPRS. During OT, all hardware and software components of this real time network have to be tested. The OT will be considered to be successful if all components as a whole have been operating without problems during at least
72 hours period. OT will be witnessed by the Purchaser’s designated representatives at CWPRS. If it passes OT it will go to the next stage, which is Final Acceptance
7.3 Final Acceptance
The final Acceptance shall be provided after test for “end-to-end” performance of the entire system for a period of one month. The bidder shall demonstrate and document that the system correctly generated 95% of all expected data (normally scheduled data collections) for the one- month period. The Bidder will produce a report documenting the quantities of data expected / received and indicating the success / failure of the test. The test will be repeated until the 95% success level is achieved.
All equipment failures will be counted except those that can be specifically determined to be “acts of God”. Failure of stations due to acts of God (natural disasters or other incidents) will not count against the 95%. Equipment needed for testing shall be provided by the Bidder.
When the system has passed the Final Test, the Bidder can apply for Final Acceptance. When Final Acceptance is given, the system will be officially considered to be under Warranty.
Before awarding the final acceptance, all the contractual requirements like trainings, user manuals, tool kits, installation and commissioning of Data centre including all the software and hardware etc must be complete in all respect.
Signature of the Bidder
2. COMPLIANCE STATEMENT For Supply, Installation, Testing and Commissioning of, AWS, TBR, INSAT system, Data logger, Data acquisition system
1. Automatic Weather Station (AWS)
1.1 AWS Sensors
Feature | Value | Bidder’s Compliance Yes/No/ Deviation if any |
Site Conditions | ||
Ambient | 1 to 50 degrees C | |
Humidity | 10% to 100%, | |
Altitude | 500 to 550 m | |
Temperature Sensor | ||
Sensor Type | Resistance type Temperature Sensor | |
Range | -40 to 60 Degree C | |
Resolution | ± 0.1°C | |
Accuracy | -40 ° C to +40 with in ±0.1°C and above it ±0.2°C | |
Response | 10 sec or lesser | |
Self-aspirated | To ensure continuous supply of air, free from turbulence, water droplets and radiation | |
Output Interface | Digital output compatible with Data logger | |
Power Supply | 12V DC | |
Accessories | All Accessories for mounting the instrument e.g. special cross arm clamps or flag, if any shall be provided | |
Humidity Sensor | ||
Sensor Type | Capacitive/ Solid State Humidity Sensor | |
Range | 0 to 100 % | |
Resolution | 1% | |
Accuracy | ±3% or better | |
Response | 10 sec or lesser | |
Output | Digital output compatible with Data logger | |
Wind Speed and Direction Sensor | ||
Sensor Type | 1.Ultrasonic sensor (No moving Parts) | |
Range | 60m/s for speed ;0-360 Degree | |
Resolution | 0. 1 m/s for speed; ±1 Degree for direction | |
Accuracy | ±0.5 m/s for speed≤5m/s& 10% beyond 5m/s ; ±5 Degree or better for wind | |
Response | Less than 1 sec lag in operating range | |
Accessories | All Accessories for mounting the instrument e.g. special cross arm clamps or flag, if any shall be provided |
Sensor Type | 2. Cup anemometer (solid state magnetic sensor) for wind speed | |
Range | 0.5-89m/s | |
Resolution | 0.1m/s | |
Accuracy | ±0.5 m/s for speed≤5m/s& 10% beyond 5m/s ; | |
Output | Digital output compatible with Data logger | |
Response | 10 sec or better | |
Sensor Type | Wind vane and potentiometer for wind direction | |
Range | 0-360 Degree | |
Resolution | 1 Degree | |
Accuracy | ±7% | |
Response | 10 sec or better | |
Output | Digital output compatible with Data logger | |
Pressure Sensor | ||
Sensor Type | Solid state | |
Range | 600 - 1200 hPa | |
Resolution | ± 0. 1 hPa | |
Accuracy | ± 0.2 hPa | |
Response | 10 sec or better | |
Output | Digital output compatible with Data logger | |
Solar Radiation Sensor | ||
Sensor Type | ISO Secondary class Pyranometer | |
Spectral Range | 400-1100 nm | |
Range | 0-2000W/m2 | |
Resolution | 5 W/ m2 | |
Accuracy | 2 % or better | |
Response | 10 sec or better | |
General Features | ||
Material | Corrosion Resistance Metal (Stainless steel/ Aluminum or PVC) | |
Tools | Complete tool kit for operation and routine maintenance | |
Manuals | Full Documentation and maintenance manual in English | |
Accessories | Sensor Mounting support, cables and other accessories as required | |
Output Interface | Analogue output Compatible with Data logger | |
Power Supply | 12 V DC or switch rated for 12 VDC |
Note: Calibration certificate for each sensors have to be provided by the vendor at the time of delivery
1.2. Mast and Support
Features | Value | Bidder’s Compliance Yes/No/ Deviation if any |
Height | 10 m(Height adjustable for installing the sensors) | |
Resistance to wind | Including guys rope and all accessories / tools for mast mounting must be able to resist a wind speed of 110 km/hour. | |
Resistance to corrosion | Corrosion free(metal). | |
Material | Aluminium or stainless steel | |
Resistance to wind | Able to resist a wind speed of 110 km/hour. | |
Resistance to corrosion | Corrosion free. | |
Components | - lightning rod, ground rod and conductors - lightning / over voltage protection devices for sensors, data logger, transmitter and power supply, as required | - |
2. Tipping Bucket Rain gauges
2.1 Tipping Bucket Rain gauge (Type-I)
Feature | Value | Bidder’s Compliance Yes/No/ Deviation if any |
Site Conditions | ||
Ambient Temperature | 1 to 50 degrees C | |
Humidity | 10% to 100%, | |
Altitude | 500 to 550 m | |
Sensor | ||
Sensor Type | Tipping Bucket reed switch | |
Intensity Range | 0-250 mm/h or better | |
Resolution | 0.5 mm | |
Accuracy (Intensity) | 2% or better | |