+ All Categories
Home > Documents > REQUEST FOR PROPOSAL (R F P) (Public Tender) for proposal (r f p) (public tender) procurement of...

REQUEST FOR PROPOSAL (R F P) (Public Tender) for proposal (r f p) (public tender) procurement of...

Date post: 13-Jun-2018
Category:
Upload: buikien
View: 221 times
Download: 0 times
Share this document with a friend
34
REQUEST FOR PROPOSAL (R F P) (Public Tender) PROCUREMENT OF AIRBORNE LASER SCANNER- DIGITAL CAMERA SYSTEM (LSDC) NATIONAL REMOTE SENSING CENTRE INDIAN SPACE RESEARCH ORGANISATION DEPARTMENT OF SPACE, GOVT. OF INDIA, BALANAGAR, HYDERABAD, TELANGANA STATE, INDIA, PIN CODE: 500037
Transcript

REQUEST FOR PROPOSAL (R F P)(Public Tender)

PROCUREMENT OF AIRBORNE LASER SCANNER- DIGITALCAMERA SYSTEM (LSDC)

NATIONAL REMOTE SENSING CENTREINDIAN SPACE RESEARCH ORGANISATIONDEPARTMENT OF SPACE, GOVT. OF INDIA,

BALANAGAR, HYDERABAD, TELANGANA STATE,INDIA, PIN CODE: 500037

CONTENTS1 BACKGROUND.......................................................................................................................... 12 INSTRUCTIONS FOR SUBMITTING THE PROPOSALS ................................................................ 23 TECHNICAL SPECIFICATIONS AND REQUIREMENTS ................................................................ 5

3.1 CONFIGURATION OF THE LSDC SYSTEM .................................................................... 53.2 LASER SCANNER SYSTEM SPECIFICATIONS ................................................................ 63.3 DIGITAL CAMERA SPECIFICATIONS............................................................................. 93.4 GENERAL SPECIFICATIONS........................................................................................ 113.5 SOFTWARE REQUIREMENTS .................................................................................... 123.6 PROCESSING HARDWARE REQUIREMENTS.............................................................. 133.7 DOCUMENTATION.................................................................................................... 133.8 TRAINING.................................................................................................................. 133.9 WARRANTY............................................................................................................... 143.10 SUMMARY OF SPECIFICATIONS ............................................................................... 153.11 ADDITIONAL TECHNICAL INFORMATION SOUGHT FROM THE VENDOR................. 17

4 ELIGIBILITY CRITERIA, TERMS AND CONDITIONS .................................................................. 194.1 ELIGIBILITY CRITERIA ................................................................................................ 194.2 VALIDITY OF THE BIDS .............................................................................................. 194.3 BILL OF MATERIALS .................................................................................................. 194.4 DELIVERY .................................................................................................................. 194.5 INSTALLATION & ACCEPTANCE ................................................................................ 194.6 INSURANCE............................................................................................................... 204.7 SECURITY DEPOSIT.................................................................................................... 204.8 PERFORMANCE BANK GUARANTEE (PBG) ............................................................... 204.9 PAYMENT TERMS ..................................................................................................... 214.10 BASIC CUSTOMS DUTY ............................................................................................. 214.11 LIQUIDITED DAMAGES ............................................................................................. 224.12 PATENT INDEMNITY ................................................................................................. 224.13 ARBITRATION ........................................................................................................... 224.14 FORCE MAJEURE ...................................................................................................... 22

Annexure - 1 .................................................................................................................................. 23Annexure - 2 .................................................................................................................................. 24Annexure - 3 .................................................................................................................................. 25Annexure - 4 .................................................................................................................................. 30

Page 1 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc1 BACKGROUND

1.1 Indian Space Research Organisation (ISRO), Department of Space (DOS), Government of India

(GoI) is the premier organisation in the country responsible for developing space based systems

comprising of launch vehicles, satellites and ground segment facilities to meet the country’s

applications requirements in communication, broadcasting, metrology and remote sensing.

1.2 National Remote Sensing Centre (NRSC) is a centre of the ISRO with end to end capabilities in

both Satellite and Aerial Remote Sensing.

1.3 NRSC is the only civilian government agency carrying out aerial remote sensing in India with

sensors like Aerial Cameras, Laser Scanners and Synthetic Aperture Radars. Several International

and national tasks have been carried out using the aircraft platform. As a solutions provider,

NRSC is involved in carrying out satellite and aerial remote sensing application projects,

generating satellite and aerial images/orthophotos, geo spatial database preparation and

providing GIS services. The different types of aerial remote sensing services offered are:

a. Airborne LiDAR and digital camera surveys and processing for close contouring

/DEM generation mapping.

b. Airborne surveys with Large Format Digital Cameras

c. Supply of photographic prints and enlargements with rectification, scanning of aerial

photographic data, digital ortho-images and large scale geo spatial database

preparation / utility GIS

d. Airborne Synthetic Aperture Radar (SAR) surveys.

1.4 NRSC has two Beechcraft Super King Air B200 aircraft which are being used for Aerial Surveys.

The aircraft are pressurised executive aircraft and has been specially modified to have cut-outs

with Optical Flats for installation of sensors like Large Format Digital Camera, Airborne Laser

Scanner, SAR etc.

1.5 Structural modifications and instrumentation have been carried out in the aircraft and certified

by Federal Aviation Agency (FAA), USA and Director General of Civil Aviation (DGCA), India. The

aircraft is capable of carrying out aerial surveys from 1,000 feet to 28,500 feet AMSL.

1.6 NRSC intends to augment its airborne sensors with one more Airborne Laser Scanner and Digital

Camera, hereafter referred to Laser Scanner Digital Camera (LSDC).

Page 2 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc2 INSTRUCTIONS FOR SUBMITTING THE PROPOSALS

2.1 The proposal should be submitted in NRSC e-procurement portal

https://eprocure.isro.gov.in in two part.

2.2 The objective of this RFP is to facilitate the vendors to participate in the selection process by

providing necessary information and guidelines for submission of proposals.

2.3 The proposal should be submitted as two part bid – technical bid and price bid. Only the models

in production for which comprehensive onsite warranty support shall be provided by the vendor

must be quoted.

2.3.1 The technical bid should contain

a) Data sheets of all subsystems and optional items of the LSDC

b) Onboard hardware configuration

c) Ground processing system configuration

d) Work flow for data processing and work flow till the DTM, orthophoto.

e) Sample Calibration report and Aero Triangulation report

f) List of customer base preferably for the model quoted

g) List of deliverable

h) Schedule and the details of the training to be provided at NRSC Engineers

i) Filled in technical compliance statement as given in the Annexure - 3

j) Details of Statutory Duties and Taxes applicable with regard to different items

k) Empty price bid in-line with the format enclosed in Annexure - 4. Vendor should

provide the details of the item description for the optional/additional items quoted.

Vendors are encouraged to submit additional details in their technical bid, as deemed

fit, including company profile, letters of appreciation/ references and experience.

2.3.2 The price bid should contain the price details of the total system along with

a) The price breakup of all sub-systems

b) Price Breakup of additional/optional items asked

c) Cost breakup of pre-processing and post processing software

d) Cost breakup of warranty/extended warranty

Page 3 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsce) Payment terms in actual figures

f) The applicable statutory duties and taxes

2.4 The purchase order will be placed with the technically qualified vendor whose price bid is the

lowest (L1). The evaluation of price bids to arrive at L1 is based on the basic hardware and

software configuration required for mission planning, data acquisition and pre-processing. The

additional licenses for software modules (beyond the mandatory 2 sets) will not be considered

for computation of L1.

2.5 Pre-Bid Meeting: Pre-Bid Meeting between NRSC and the prospective vendors interested in

submitting proposals will be held at NRSC Hyderabad as per the details given in the Public

Tender notice. During this meeting, vendors can seek clarifications required by them to generate

proposals. The addendum/ corrigendum if any, after the pre-bid meeting shall be published in

NRSC and ISRO websites and will be accessible to all the vendors. The bid submitted by the

vendors must comply to the RFP together with the addendum/corrigendum published. NRSC

strongly recommends participation by the vendors in pre-bid meeting at their own cost. Those

who wish to participate should send their willingness regarding their participation with name,

position, address and contact details at least four days in advance before the pre-bid meeting.

Foreign nationals must indicate their nationality, passport details. The Visa must be a Business

Visa. Tourist Visa is not acceptable. A scanned copy of the passport must be sent to Head,

Purchase and Stores, National Remote Sensing Centre, ISRO, Balanagar, Hyderabad-500037,

Telangana, India. Email: [email protected]. Any change in the date and venue of the Pre-Bid

meeting will be intimated to all vendors in advance.

2.6 The proposals and communications must be addressed to :

The Head, Purchase & Stores DivisionNational Remote Sensing Centre,Indian Space Research Organisation,Balanagar, Hyderabad, Telangana State - 500 037, INDIA

Phone : +91-40-23884065Fax : +91-40-23878695e-mail : [email protected]

2.7 DO NOT INCLUDE PRICE DETAILS ANYWHERE IN THE TECHNICAL BID.

Page 4 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc

2.8 The vendors should submit their proposals before the last date given in the tender notification.

Tenderers can come to NRSC during the opening of technical bids. Late / delayed submission of

proposals will not be considered. Technical Proposals will be opened in the presence of the

attending tenderers or their authorised representatives. Authorised representatives must carry

a proper identification proof and an authorisation letter. The price bids will be opened in the

presence of the attending tenderers or their authorised representatives on a date that will be

notified individually to the vendors whose technical bids are found to be suitable.

2.9 The technical bid should contain the following undertaking by the vendor.

QUOTE

I / we have gone through all the terms and conditions indicated in RFP TENDER No:

NRSC/PUR/2017003560 and accept all of them. The information contained in this submitted

proposal is true to the best of my / our knowledge.

Signature of authorised representativeWith Office Seal

Date :_______________Place :_______________

UNQUOTE

Page 5 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc3 TECHNICAL SPECIFICATIONS AND REQUIREMENTS

3.1 CONFIGURATION OF THE LSDC SYSTEM

The Airborne Laser Scanner-Digital Camera (LSDC) System should have the following sub-systems:

a) Laser Scanner assembly: Capable of transmitting and receiving the laser pulses, housing the

required optics and the scanner mechanism.

b) Control Electronics and acquisition systems: Laser controller, the camera controller and all the

electronics.

c) Operator control interface / graphical user interface: User friendly interface to operate and

monitor scanner and camera.

d) Medium Format Metric Digital Camera: Capable of capturing images that are used for

photogrammetric purposes.

e) Dual Frequency GNSS Receiver capable of receiving data from GNSS constellations and

computing the position of the aircraft platform..

f) Position and attitude information System – Inertial Measurement Unit: Capable of measuring

and acquiring the position and attitude information of the sensor platform.

g) Flight Management System: To guide the pilot and operator towards the desired track and to

support the automatic operation of scanner and camera.

h) Portable Field processing system for on-field data pre-processing and quick look data analysis

The vendor should supply an integrated LSDC system with the Laser scanner assembly, the medium

format digital camera, the dual frequency GNSS system for obtaining position, an Inertial Measurement

system for attitude information, the equipment rack housing the controllers for scanner and the digital

camera and a flight management system. The digital camera specification should be such as to obtain

60% overlap at the optimal settings quoted for Laser Scanner. The equipment rack should house the

controller systems for the Laser scanner, GNSS system, Position and attitude information system and the

Digital Camera. The portable processing system is required for field processing and quick look data

analysis. The technical bid should contain the list of different sub-systems, Interface cables, pre-

processing software, post processing software and proprietary hardware/software/interfaces, if any.

The vendors should provide clause by clause compliance along with the details as requested against

each clause. The vendors are encouraged to provide information on any additional features of the

Page 6 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscsystem other than the specified ones in this RFP. The following figure gives the system level block

diagram of the Laser scanner Digital camera system:

3.2 LASER SCANNER SYSTEM SPECIFICATIONS

A few of the following specifications for the Laser scanner are inter-dependant. Hence, the

requirements are specified for the best achievable parameters independently.

3.2.1 Laser pulse rateThe LSDC system should be capable of data collection at laser pulse rate of 1 MHz or more.

3.2.2 Scan rateThe LSDC system should be capable of across scan at the rate with a minimum of 70 Hz.

3.2.3 Field of View (FOV)The LSDC system should be capable of scanning a 50° (±25°) or higher field of view. The system

should have variable FOV.

3.2.4 AccuracyThe LSDC system should be capable of providing horizontal accuracy (1σ) of better than 40 cm

and the vertical accuracy (1σ) better than 20 cm in the end product (LAS file output) at a flying

altitude of 3000m AGL with 40° FOV.

Page 7 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc3.2.5 WavelengthThe LSDC system should collect the data at 1064 nm laser wavelength.

3.2.6 Roll CompensationThe LSDC system should be capable of carrying out roll compensation for the aircraft roll.

3.2.7 Intensity & ReturnsThe LSDC system should collect and record radiometric intensities (minimum 8 bit) of the return

target pulses. The system should record at least 3 returns.

3.2.8 Waveform digitisationThe system should have full return waveform recording in addition to recording of the returns.

3.2.9 Operating AltitudeThe LSDC system should be capable of operating at maximum flying height of 3500m AGL or

higher in a pressurised aircraft.

3.2.10 Flight Management and Navigation systemFlight management and Navigation system (FMS) to control the scanner and interfacing to

GNSS/INS systems for position and altitude information during the acquisition should be

provided. Separate Operator display and Pilot display are required with controls to select and

vary the settings. FMS should support automatic mode of acquisition for both the scanner and

the digital camera.

3.2.11 Dual Frequency Positioning SystemThe LSDC system should have a dual frequency GNSS receiver (GPS+GLONASS) for providing

position information to the sensor, to the FMS and for KGPS processing on ground.

a) The system should have at least 8 channels per constellation.

b) The system should have a logging capability for 8 hours or more.

c) Two FAA certified airborne antennae should be supplied for use with the system.

d) It is preferable to have SBAS and GAGAN compatible system.

3.2.12 Position and Attitude Information SystemThe Integrated LSDC system supplied should have an IMU for providing position and attitude

information to the sensor/FMS and for KGPS processing on ground.

Page 8 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsca) The precision of the IMU should be 0.0025° or better in Pitch & Roll and 0.005° or better

in Yaw. The sampling rate of the data should at least be 200Hz.

b) The system should have a logging capability for 8 hours or more.

c) It is preferable to have drift rate <0.01 deg/hr.

3.2.13 Operating ModesThe LSDC system should have two modes of operation: Normal mode and Test mode.

In the test mode, the system should have the ability to operate and/or monitor key subsystems

individually for diagnostic purposes.

The normal operation mode should provide:

a) User selection/variation of all the settings like field of view, scan rate, pulse rate returns,

full wave recording

b) Display of sampled real time data and continuous health monitoring of key sub-systems

c) Display of any events or error messages

d) Logging of all the events and error messages in a log file that can be used for diagnosing

the health and operation of the system.

e) It is preferable that the configuration of LSDC should be such that the Digital Camera

should be independently operable of Laser scanner.

3.2.14 Data Recording Media and CapabilityThe LSDC system should have continuous on-board recording capability of 8 hours or more. The

recording media should be Solid State data cartridges. It is preferable to have an in-flight data

downloading capability to a plug-n-play disk through a high speed interface (eSATA, USB3.0)

a) Required number of data cartridges as per the system configuration should be supplied

to meet the eight hours or more recording capability at the maximum PRF setting of the

laser scanner.

b) Two additional data cartridge sets of minimum required configuration (as detailed in

point (a) above) of the system are to be supplied i.e. a total of three sets of data

cartridges have to be supplied.

Page 9 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc3.3 DIGITAL CAMERA SPECIFICATIONS

The LSDC system should have an integrated frame type, Medium format, Colour, Metric Digital Camera

which shall be used for photogrammetric purposes. The camera should be interfaced to the FMS along

with the Laser scanner for automatic recording along with Laser point data. The digital camera supplied

should comply with the following specifications:

3.3.1 Spectral resolutionThe camera output image should be in colour (RGB) and preferably with NIR also. Image must

have a resolution of minimum of 8 bits for each channel. Filters should be provided for avoiding

vignetting effects.

3.3.2 Frame sizeThe camera should a medium format camera with an image format of 60 MPix or better.

3.3.3 Field of view (FOV)Digital camera should be installed along with Laser scanner system. The FOV of the Digital

Camera should be 50° across track or higher.

3.3.4 Photogrammetric calibrationThe camera output will be used for photogrammetric purposes. Hence, the optics should be

calibrated to meet photogrammetric requirements and the calibration report should be given

along with the digital camera.

3.3.5 Direct Geo-referencing (DG) absolute accuracyThe DG accuracy achievable after DGPS accuracy should be within two pixels when compared

with control points in WGS-84.

3.3.6 ResolutionImage resolution should be better than 15cm GSD at 1000m AGL altitude.

3.3.7 Interval between exposures and ground speedThe camera should be capable of capturing images with 60% forward overlap at 180 to 200 kts.

The maximum speed at which the camera can be operated for optimum performance should be

given in the technical bid.

Page 10 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc3.3.8 Shutter / exposure controlManual control of shutter and aperture should be provided. Both automatic (timed/overlapped

and through Flight management system) and manual mode of exposure should be provided. The

camera should have shutter speeds upto 1/500 sec or faster.

3.3.9 Motion compensationIt is preferable for the camera to have necessary built in hardware for carrying out forward

motion compensation (FMC) to compensate for the aircraft velocity.

3.3.10 Image storage of Digital CameraThe LSDC system should have continuous on-board recording capability of 8 hours. The

recording media should be by using Solid State data cartridges. It is preferable to have an in-

flight data downloading capability to a plug-n-play disk through a high speed interface (eSATA,

USB3.0).

a) Required number of data cartridges as per the system configuration should be supplied

to meet the eight hours or more recording capability.

b) Two additional data cartridge sets of minimum required configuration of the system are

to be supplied i.e. a total of three sets of data cartridges have to be supplied.

3.3.11 Digital Camera output dataa) The image output should be available in TIFF or any other lossless formats compatible

with COTS photogrammetric/image processing software. The output format should be

user selectable.

b) Quick look view of the image captured is required to assess the data quality onboard

during the flying operations.

3.3.12 Flight Management and Navigation systemFlight management and Navigation system to control the digital camera and interfacing to

GNSS/INS systems for position and altitude information during the exposure should be provided.

Page 11 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc

3.4 GENERAL SPECIFICATIONS

3.4.1 Equipment control rackAll the electronics and controller systems except the sensor/scanner should preferably be

housed in a single rack configuration.

3.4.2 Weight and dimensionsThe technical bid should give the details of the Laser scanner Digital Camera system (scanner,

camera and control rack) and the breakup weight for all the sub-systems such as scanner

assembly, Digital camera, position and attitude information system. The height of the controller

rack should be less than 4 feet in order to install in B200 aircraft and the base should fit in

standard B200 seat railing.

3.4.3 Scanner and Camera mountingNRSC aircraft have been modified for installing aerial cameras as per FAA approved STC. The

LSDC scanner and camera should fit in the place of standard aerial camera mount. The

dimensional details and the drawings are given as Annexure-1. The aircraft are pressurised and

have optical flats (having internal transmittance of >99% for wavelengths of 370nm to 1600nm)

in the window for installing the camera/scanner. NRSC aircraft optical flat has no Anti-reflective

(AR) coating. The LSDC system should be installable in the optical port and operable for it’s full

FOV of the system without any modification to the aircraft. The mounting fixture for scanner

assembly should include features and optical apertures to mount the digital camera within the

dimensions of the aircraft optical port referred.

3.4.4 Input powerThe power supply requirements for the LSDC system shall not be more than 50A at 28V DC. The

technical bid should contain the details of power consumption for each sub-system (scanner

assembly, Digital camera and position & orientation system) and the power points/circuit

breakers/connectors required for each of the sub-system. The deliverables should include a

ground power supply unit operable at 230V/50Hz AC for ground testing of the LSDC system.

3.4.5 Ground power supplyGround power supply unit operable at 230V/50Hz AC for ground testing of the LSDC system is to

be provided.

Page 12 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc3.4.6 Operating temperature and HumidityThe LSDC system should be capable of operating in the temperature range of 10°C to 35°C and a

humidity range of 15 - 80% (Non-condensing). The technical bid should give the details of

storage and operating conditions of the LSDC system and also the required precautions to be

taken up while operating in a pressurised aircraft with optical flat.

3.4.7 CertificationsThe environmental and airworthiness certification details of the system should be given along

with the technical bid. The Laser scanner system should be complied with RTCA-DO-160 or

equivalent certification.

3.4.8 EMI/EMC:NRSC aircraft avionics operates in the frequencies as mentioned in Annexure-2. The LSDC

system while operating in the aircraft should ensure that there are no EMI/EMC issues with

aircraft and should demonstrate error free data acquisition.

3.5 SOFTWARE REQUIREMENTSThe software modules that are required before LAS file generation are considered pre-processing

software and the modules that are required after LAS file generation like LiDAR classification tools, DEM,

DTM, orthophoto and contour generation tools are considered post processing software.

3.5.1 All the software modules should be in GUI based and should support recent Microsoft

Windows OS.

3.5.2 The software supplied along with the LSDC system should have the following modules.

a. A mission planning software should be supplied along with the LSDC system with

outputs compatible to the FMS used. The mission planning module should be

capable to handle mission planning for both Laser scanner and Digital camera of the

LSDC system.

b. Software for GNSS/IMU data processing in different modes like DGPS, PPP etc.. and

integration with the LSDC data.

c. Software for laser data pre-processing module should be supplied with the output

format in latest version of standard LAS format compatible to commercial GIS

package, LiDAR classification modules and image processing packages.

Page 13 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscd. Software for Camera pre-processing module should be supplied with the output be

in TIFF or any other lossless formats with a provision for user selection.

e. Necessary modules for Camera Exterior Orientation (EO) generation and

misalignment computation should also be provided.

3.5.3 Two licenses should be supplied along with the LSDC system - One license for all

modules should be a standalone license (to be installed in the field system) and the

second license can be network based floating. The technical bid should clearly indicate

the licensing policy for the software modules including the number of processing cores

for each license.

3.5.4 The vendors should quote for the all the software modules separately in the price bid

and should quote for each additional license as NRSC might buy more licenses.

3.5.5 If there is an integrated workflow environment that includes the functionality of these

modules, the details of such package should be given in detail in the technical bid. The

cost component of such an integrated package can be indicated in one of the above

specified modules in the price bid.

3.6 PROCESSING HARDWARE REQUIREMENTSThe vendors must supply a portable field processing system to carry out the pre-processing and

quick look analysis of acquired laser and camera data. The configuration of a portable processing

system for downloading from data cartridges and quick look analysis of the acquired data must

be given in the technical bid. One set of entire software modules/packages required for mission

planning and pre-processing (one of the two sets as mentioned in Software requirements

clause) is to be provided with this field processing system. Any specific interfaces (controllers

and cables) that are required to download the onboard data are to be supplied.

3.7 DOCUMENTATIONThe necessary technical, operations and maintenance manuals for both Software and hardware

sub-systems should be provided along with the LSDC system. One soft copy and two sets of hard

copies of the necessary manuals are to be provided. The details of the documentation that will

be supplied along with the system should be given in the technical bid.

3.8 TRAINING

Page 14 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscThe vendor should provide training to NRSC engineers at NRSC campus, Hyderabad in terms of

the sensor installation, lever arm measurements, mission planning software, in-flight

operations, GNSS/IMU processing, pre-processing software, quality analysis etc.. The training

should be provided by OEM Engineers / OEM trained / OEM certified personnel. The duration of

the training shall be at least for 10 days. The technical bid should contain details of the training

schedule.

3.9 WARRANTYThe vendor shall provide an onsite comprehensive warranty of 5 years which shall be

extendable by 2 or more years through mutually agreeable terms. Warranty will start from the

date of issue of Onsite Acceptance Test certificate by NRSC.

3.9.1 The supplier shall be the warranty provider for the sensor system along with all the third

party sub-systems which as a total constitute the LSDC system.

3.9.2 The supplier shall provide 24x7 support during the warranty period.

3.9.3 Under the warranty and extended warranty period, the company shall provide all

software, hardware and firmware updates at NRSC, Hyderabad.

3.9.4 During warranty period, all the hardware, software and firmware problems are to be

rectified at NRSC, Hyderabad. A few situations like factory calibration/ major failures,

equipment shipping shall be permitted on a case by case basis at no extra cost for

service. The expenditure for sending the system from NRSC to OEM facility and return

from OEM to NRSC, Hyderabad shall be borne by the supplier. The supplier shall provide

Bank Guarantee for the cost of the system valid till the system is received at NRSC after

calibration/repair/replacement.

3.9.5 During warranty period, any loaner system(s), if offered in place of a faulty system, the

vendor shall bear all kinds of expenses including both ways freight and customs

clearance charges. Analysis and verification of any problems in the data cannot be

attempted in the factory and should be attended in NRSC, Hyderabad due to data

restrictions at NRSC. The expenditure incurred should be borne by the vendor.

3.9.6 Mass memory modules / Solid State drives / Hard disks on failure / fault will not be

Page 15 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscreturned to the vendor and have to be replaced at free of cost during the warranty

period.

3.9.7 In case there is any change in the workflow components (pre-processing modules)

during the warranty period, the vendor is bound to replace the existing software

modules with the new ones at no extra cost during warranty period.

3.9.8 The supplier shall place one suitably trained service engineer in India to attend to any

problems that are reported during the warranty and extended warranty period. The

service engineer should visit the site within 2 days to investigate the problem and take

further action.

3.9.9 Penalty clause

During the warranty period, failure of system and subsystems should be rectified or

resolved within 10 calendar days from the date of problem reporting. If the system is

not rectified within this period, then the payment for the warranty shall be recovered

on per day basis proportionally for the period the system is not rectified, if the delay is

attributable to the vendor. No penalty will be imposed on the vendor if a working loaner

system is supplied in place of the faulty system during the defective period.

3.10 SUMMARY OF SPECIFICATIONSThe summary of technical specifications required for LSDC system is given herewith for easy reference.

Vendors must refer to each clause in RFP for full details. This table should not be used as technical

compliance matrix.

Sl. No. RFP Clause Description Specification

LASER SCANNER SPECIFICATIONS1. 3.2.1 Laser Pulse Rate 1 MHz or more

2. 3.2.2 Scan Rate of the scanner 70 Hz or more

3. 3.2.3 Field of View 50° or more

4. 3.2.4 Horizontal Accuracy(1σ) of the productat 3000m AGL

< 40cm

5. 3.2.4 Vertical Accuracy(1σ) of the product at3000m AGL

< 20cm

Page 16 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscSl. No. RFP Clause Description Specification

6. 3.2.5 Wavelength of the laser 1064 nm

7. 3.2.6 Roll Compensation Mandatory

8. 3.2.7 Intensity & Returns minimum 8 bit, 3 returns

9. 3.2.8 Full Wave form recording for returnwaveform

Mandatory

10. 3.2.9 Maximum operating altitude 3500m AGL or higher

11. 3.2.10 Flight Management and Navigationsystem

Mandatory

12. 3.2.11 a GNSS system Dual frequency receiver; GPS andGLONASS with at least 8 channelsper constellation

13. 3.2.11 b GNSS Recording duration 8 hrs or more

14. 3.2.12 a IMU Precision 0.0025° in Pitch/Roll0.005° in Yaw

15. 3.2.12 a IMU sampling rate 200 Hz or more

16. 3.2.14 a Laser Data recording Duration 8 hrs or more

17. 3.2.14 b Laser Data cartridges to be supplied Minimum cartridge configurationset for the system and twoadditional data cartridge sets tobe supplied.

DIGITAL CAMERA SPECIFICATIONS18. 3.3.1 Spectral resolution Colour (RGB), 8 bit

NIR preferable19. 3.3.2 Frame Size >60 MPix ; Medium Format

20. 3.3.3 Field of View >50° (across track)

21. 3.3.5 Direct Geo-referencing absoluteaccuracy

Better than two pixels

22. 3.3.6 Resolution 15cm or better at 1000m AGL

23. 3.3.8 Shutter Speed 1/500 sec or faster

24. 3.3.9 Forward motion compensation Preferable

25. 3.3.10 a Camera Data recording duration 8 hrs or more

26. 3.3.10 b Camera Data cartridges to be supplied Minimum cartridge configurationset for the system and twoadditional data cartridge sets

27. 3.3.11 Output Image format TIFF or Lossless format

GENERAL SPECIFICATIONS28. 3.4.2 Dimensions – Rack Height Max. 4 feet

Page 17 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscSl. No. RFP Clause Description Specification

29. 3.4.3 Dimensions – Scanner Assembly andCamera

Should fit in aircraft windowgiven in Annexure-1

30. 3.4.4 Input power consumption 50 A max. at 28V

31. 3.4.5 Operating Temperature 10 to 35°C

32. 3.4.5 Operating Humidity 15 - 80% (Non-condensing)

3.11 ADDITIONAL TECHNICAL INFORMATION SOUGHT FROM THE VENDORThe technical bid shall contain:

a) The variation of Laser Pulse Repetition Frequency (PRF) permissible with flight altitude

above the ground.

b) Indicate the mechanism of laser scanning used.

c) Information regarding the variation of maximum field of view with the scan rate.

d) Details of Points spacing and Variation of vertical and horizontal accuracies (1σ) at an

AGL of 1000m, 2000m, 3000m and 3500m with 50° FOV, aircraft velocity of 180 kts and

maximum Pulse rate possible for that altitude.

e) Laser power and eye safe range details.

f) The range, vertical and horizontal accuracies(1σ) achievable at 3000m AGL, 40° FOV in

the end product (LAS file) with various post processing techniques such as KGPS, PPP,

etc..

g) The range (minimum flying altitude and maximum flying altitude) supported by the

system in both pressurised and unpressurised condition.

h) Details of Roll compensation capability of laser scanner and the mode of compensation

(software/hardware).

i) Details of make, model and type of memory module that goes into the FMS. The

vendors must specify the size, and the number of memory modules supplied as a part of

the main system.

j) Whether a single disk is used for both laser data and camera data or separate disks are

used

k) The detailed datasheet of the system providing the details of the make, model, and

number of channels in the GNSS receiver used.

l) Full datasheet of the IMU containing information of the type of IMU used, the drift

rates and information whether the IMU and GNSS data can be individually processed.

Page 18 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscm) Whether the GNSS and IMU data is separately available to the user.

n) Full datasheet giving the details of the make of the camera, type and sensor used.

o) The format size, pixel size, accuracy and other technical details of the camera.

p) The camera data accuracies achievable with different post processing techniques like

KGPS, PPP, and with ground control points.

q) Details of the minimum and maximum heights at which the camera can be operated in

pressurised and unpressurised conditions.

r) Details and features of the all the pre-processing software modules that shall be

supplied with the system.

s) Calibration cycle: The vendors should clearly indicate the factory calibration cycle, if

required, for the LSDC system in the technical bid

t) Specifications for a lab processing workstation to carry out the pre-processing and post

processing activities.

Page 19 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc4 ELIGIBILITY CRITERIA, TERMS AND CONDITIONS

4.1 ELIGIBILITY CRITERIA

4.1.1 The Vendors submitting their proposals should be either the manufacturer or

authorised dealer of the system. In case of authorised dealers, documentary proof of

authorisation has to be submitted in the technical proposal.

4.1.2 The OEM should have supplied at least 10 systems (can be of different models) during

the last 5 years from the last date for submission of the bid. Documentary proof should

be enclosed with the technical proposal.

4.1.3 In case of foreign vendors, the vendor should have an office in India or must have an

arrangement with an Indian company for supply, installation and onsite

maintenance/warranty support. The technical bid should contain the company profile

and infrastructure of the Indian company that will support the maintenance activities.

4.2 VALIDITY OF THE BIDS

Offers must be valid for 12 months from the last date for submission of the bids.

4.3 BILL OF MATERIALS

The vendors should provide the bill of materials of all the sub-systems, disks, interfaces

(cables/controller cards), other units, licenses, ground processing equipment and the

software modules along with the number of licenses which are a part of basic LSDC system

in the technical bid.

4.4 DELIVERY

The supplier shall deliver the system at NRSC, Balanagar within a maximum of four months

from the date of release of Purchase Order. In case of imported stores, the supplier should

specify the mode of delivery, applicable delivery terms in the technical bid. In case of

indigenous stores the quotation should be on FOR: Destination basis.

4.5 INSTALLATION & ACCEPTANCE

The supplier shall prepare and send an Acceptance Test Procedure (ATP) document which

shall be sent to NRSC after the PO is placed. The ATP shall be finalized by NRSC and will be

Page 20 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscused for acceptance of the system.

4.5.1 The system will be accepted only after on-site acceptance testing at NRSC,

Hyderabad in the aircraft.

4.5.2 The supplier is responsible for error free demonstration of the LSDC system in

NRSC aircraft during System acceptance at NRSC and any onsite issues including

EMI/EMC issues should be appropriately resolved by the supplier.

4.5.3 In case of foreign Service Engineers visiting NRSC for installation, training and

acceptance, the passport and VISA details of the personnel have to be sent to NRSC

well in advance to get necessary approvals for Dept. of Space and Bureau of Civil

Aviation Security (BCAS) clearances.

4.5.4 Upon delivery of the system, NRSC will obtain the Regulatory permissions for entry

of the Service Engineers and convey the readiness for installation to the vendor.

The Service Engineers shall arrive at NRSC no later than 10 working days after the

intimation from NRSC for commencing the ATP. The ATP shall be completed within

two months from the commencement of ATP.

4.5.5 Delays occurring due to reasons that are not attributable to vendor will not be

accounted in vendor’s account.

4.6 INSURANCE

Any expenses for the insurance from the OEM factory to NRSC shall not be borne by NRSC.

The LSDC system is at supplier’s risk from the date of delivery at NRSC till the final

acceptance and NRSC shall not insure the system.

4.7 SECURITY DEPOSIT

Upon receipt of Purchase order, the vendor has to submit a Bank Guarantee (BG) towards

Security Deposit for 10% of the PO value (excluding warranty price) within 15 days. The

Security Deposit should be valid till the completion of supply, installation, training and

acceptance of the LSDC system.

4.8 PERFORMANCE BANK GUARANTEE (PBG)

The vendor has to provide a performance bank guarantee for 10% of the total PO value

(inclusive of warranty). The PBG should be from a Nationalized Bank/Scheduled Bank to

Page 21 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsccover warranty period of five years plus 60 days as grace period or PBG can also be provided

on year by year basis with validity of one year and extendable for one more year before

expiry to cover warranty period of five years plus 60 days as grace period. The format for the

Performance Bank Guarantee will be provided by NRSC upon placement of Purchase Order.

4.9 PAYMENT TERMS

4.9.1 For Imported stores, our normal payment terms are by Sight Draft through State Bank of

India, HAL Campus Branch, Balanagar, Hyderabad – 500 037, India.

4.9.2 The purchase order value excluding installation, training, warranty price and applicable

duties/taxes is considered as item value.

4.9.3 If any advance payment is required by the vendor, a maximum of 30% of the item value

can be paid on submission of proof of dispatch of the system and submission of a Bank

Guarantee for the advance amount from a Nationalised Bank as per the format provided

by NRSC. The Bank guarantee shall be valid till the completion of supply, installation,

training and final acceptance of the LSDC system.

4.9.4 The 60% payment of the item value (plus the applicable taxes for 90% of the item

value), installation & training price (plus taxes) and other mandatory duties/taxes will

be made within 30 days after delivery, training, installation, calibration and final

acceptance of the system at NRSC, Hyderabad.

4.9.5 The remaining 10% of the item value (plus applicable taxes) will be paid against the

submission of performance bank guarantee (PBG) and subject to the liquidated

damages, if applicable as specified in Liquidity damages clause.

4.9.6 The payment during the 5 year warranty period shall be paid on quarterly basis at the

end of each quarter on satisfactory performance during that quarter.

4.9.7 The suppliers shall furnish price details only in the format provided by NRSC.

4.10 BASIC CUSTOMS DUTY

NRSC/ISRO being a Govt. of India organisation, is entitled to pay only concessional customs

duty @ 5.15% on issue of Customs Duty Exemption Certificate by competent authority in

NRSC, wherever required. Customs Duty Exemption Certificate shall be provided upon

submission of necessary documentation like details of the deliverables, shipping invoice,

MAWB/HAWB etc., by the supplier in advance.

Page 22 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc4.11 LIQUIDITED DAMAGES

For delays attributed to vendor in completion of entire project beyond the stipulated

completion time, Liquidated Damages (LD) at 0.5% per week or part of the week subjected

to a maximum of 10% of the order value shall be recovered.

4.12 PATENT INDEMNITY

Vendor shall on a continuing basis, defend or settle any suit or proceedings brought against

NRSC based on a claim that any device made to the Manufacturer's design and furnished

there-under constitutes an infringement of any existing patent in India or any international

patent, provided vendor is notified in writing and is given complete authority and

information required for the defense, and vendor shall pay all damages and costs awarded

against NRSC. lf any device furnished hereunder is likely to or does become the subject or a

claim for patent infringement, vendor shall, at it’s expense, either procure for NRSC or the

right to continue using the device or modify it to become non-infringing or substitute

another device or substantially the same.

4.13 ARBITRATION

Settlement of disputes shall be through arbitration. The arbitration procedure shall be as

per Indian Arbitration and Conciliation Act, 1996. Arbitration proceedings will be held in

Hyderabad only. Legal disputes will be settled through courts in Hyderabad, Telangana

State, India.

4.14 FORCE MAJEURE

Neither NRSC nor the vendor shall be liable to the other for any delay in or failure of their

respective obligations under this work order caused by occurrences beyond the control of

NRSC or the vendor because of fire, floods, power, acts of God, acts of public enemy, wars,

insurrection, sabotage, any law, statute or ordinance Agreement, action or regulations of

the Governments or any compliance therewith similar to the above. Either party shall

promptly but not later than thirty (30) days thereafter notify the other of the

commencement and cessation of such contingency and prove that such is beyond the

control and affects the implementation of this work order adversely and if such contingency

continues beyond six (6) months, both parties may mutually agree to discuss and agree

upon an equitable solution for cancellation of this purchase order or otherwise decide the

course of action to be adopted.

Page 23 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscAnnexure - 1

DIMENSIONS OF THE CAMERA WINDOW IN THE AIRCRAFT

2cm

Frame Optical Glass Flat

56cm

48cm

6cm

61cm

68.5cm

6cm

Sensor Mounting Frame

OPTICAL FLAT

Flightdirection

Page 24 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscAnnexure - 2

NRSC AIRCRAFT AVIONICS OPERATING FREQUENCY DETAILS

S.No. Instrument Freq. Range

1. Radio Communication Transmitter 117-135.975MHz2. Radio Communication Transmitter 2-29.999MHz3. Radio Communication Transmitter

(Standby)117-135.975MHz

4. Radio Communication Receiver 117-135.975MHz5. Radio Communication Receiver 2-29.999MHz6. Radio Communication Receiver

(Standby)117-135.975MHz

7. Automatic Direction Finder (ADF) 190-1749.5 KHz8. Instrument Lander System

i) Localiser Receiver 108-117.95 MHzii) Glidepath Receiver 329.15-335.00 MHziii) Marker Receiver 75.00 MHziv) VOR Receiver 108.00-117.95 MHz

v) DME Interrogator TX: 1025-1150 MHzRX: 962-1213 MHz

9. ATC Transponder TX: 1090 MHzRX: 1030 MHz

10. Weather Radar 9375 MHz (X band)11. Radio Altimeter 4300 MHz12. ELT 406 MHz

Page 25 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrsc

Annexure - 3

Technical Compliance StatementThe vendors should fill up the following points in the technical compliance statement that are requested

for in the RFP. These details are required besides the compliance matrix. The vendors should only fill

“YES” or “NO” or “NA” in the below “COMPLIANCE” column for answering “affirmative” or “negative”

or “not applicable” as the case may be, but should not be left unfilled. The vendor can use the

“REMARKS” column for giving description or explanation. The vendors may use additional sheets if

required with proper reference (S.No./ Clause no.) in both the documents: this checklist and the

additional sheet.

S.No.

RFPCLAUSE DESCRIPTION & REQUIREMENT DETAILS &

COMPLIANCE

Referencepage no. ofVendor Bid

Remarks

1. 3.1

Whether total configuration with the details of each sub-systems is given?Whether the list of sub-systems, Interface cables, pre-processing software, post processing software andproprietary hardware/software/interfaces provided?

2. 3.2.1 Laser Pulse Rate: minimum 1 MHz

3. 3.2.2 Scan Rate of the scanner: minimum 70 Hz4. 3.2.3 Field of View: 50° (±25°) or higher

5. 3.2.4

At 3000m AGL and 40° FOV, whetherHorizontal Accuracy (1σ) of the product < 40cmVertical Accuracy (1σ) of the product at < 20cmaccuracies are met?

6. 3.2.5 Wavelength of the laser: 1064 nm7. 3.2.6 Roll Compensation: Mandatory

8. 3.2.7Radiometric Intensity: minimum 8 bitWhether the system has the capability to record minimum 3returns?

9. 3.2.8 Full Wave form recording for return waveform: Mandatory

10. 3.2.9 Maximum Operating Altitude: 3500m AGL or higher

11. 3.2.10

Flight Management and Navigation system: MandatorySeparate Operator display and Pilot display are provided?Whether FMS supports automatic mode of acquisition forboth the scanner and the digital camera?

12. 3.2.11 GNSS system: Dual frequency receiver (GPS and GLONASS) isto be provided

13. 3.2.11 a System should have at least 8 channels per constellation

14. 3.2.11 b GNSS logging capability: 8 hours or more

15. 3.2.11 c Two FAA certified airborne antennae are to be provided.

Page 26 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscS.

No.RFP

CLAUSE DESCRIPTION & REQUIREMENT DETAILS &COMPLIANCE

Referencepage no. ofVendor Bid

Remarks

16. 3.2.11 d SBAS and GAGAN compatible system is preferable.

17. 3.2.12 aIMU Precision: 0.0025° in Pitch/Roll or better0.005° in Yaw or betterIMU sampling rate: 200 Hz or more

18. 3.2.12 b IMU Logging capability: 8 hours or more

19. 3.2.12 c Preferable drift rate <0.01 deg/hr

20. 3.2.13

Whether two modes of operation: Normal and test arepossible?In test mode, the system should have the ability to operateand/or monitor key subsystems individually for diagnosticpurposes.

21. 3.2.13 a Whether User selection/variation of all the settings ispossible?

22. 3.2.13 b Whether the system displays sampled real time data andcontinuous health monitoring?

23. 3.2.13 c Whether the system displays events or error messages?

24. 3.2.13 d Whether the system logs all the events and error messagesin a log file?

25. 3.2.13 e It is preferable that Digital Camera should be independentlyoperable of Laser scanner.

26. 3.2.14 aRequired number of data cartridges as per the systemconfiguration should be supplied to meet the eight hoursrecording capability are provided?

27. 3.2.14 b Whether total of three sets of data cartridges are supplied?

28. 3.3.1

Spectral resolution: Colour (RGB), minimum 8 bitNIR is preferable.Necessary filters are to be provided for avoiding vignettingeffects.

29. 3.3.2 Frame Size: >60 MPix ; Medium Format

30. 3.3.3 Field of View: >50° (across track)31. 3.3.4 Camera calibration report is to be provided

32. 3.3.5 Direct Geo-referencing absolute accuracy: Better than twopixels

33. 3.3.6 Resolution: 15cm or better at 1000m AGL

34. 3.3.7

Camera should be capable of capturing images with 60%overlap at 180 to 200 knots.Maximum speed at which camera can be operated is to beprovided in technical bid

35. 3.3.8Both automatic and manual mode of exposure is to beprovided.Shutter Speed: 1/500 sec or faster

36. 3.3.9 Forward motion compensation: Preferable

37. 3.3.10 a Required number of data cartridges as per the systemconfiguration should be supplied to meet the eight hours

Page 27 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscS.

No.RFP

CLAUSE DESCRIPTION & REQUIREMENT DETAILS &COMPLIANCE

Referencepage no. ofVendor Bid

Remarks

recording capability are provided?

38. 3.3.10 b Whether total of three sets of data cartridges are supplied?

39. 3.3.11 a Output Image format: TIFF or Lossless format

40. 3.3.11 b Whether Quick look view of the image captured is providedonboard?

41. 3.3.12

Whether Flight management and Navigation system willcontrol the digital camera and interface to GNSS/INS systemsfor position and altitude information during the exposure isprovided?

42. 3.4.1It is preferable that all the electronics and controller systemsexcept the sensor/scanner be housed in a single rackconfiguration.

43. 3.4.2 Dimensions – Rack Height: Max. 4 feet

44. 3.4.3

Whether the Scanner and camera is installable and operablefor full FOV in the optical flat port (dimensions as perAnnexure-1)?NRSC optical flat has no anti-reflective coating, hence underthis condition, there should not be any back reflections ornoise in the acquired data of LSDC system

45. 3.4.4

Input power consumption: 50 A max. at 28V.Details of power consumption for each sub-system (scannerassembly, Digital camera, position and orientation system,etc…) enclosed?Details of power points/circuit breakers/connectors requiredfor each of the sub-system enclosed?

46. 3.4.5 Ground power supply unit operable at 230V/50Hz AC forground testing should be provided.

47. 3.4.6

Operating Temperature: 10 to 35°C.Details of storage and operating conditions of the sensorgiven?Precautions to be taken up while operating in a pressurisedaircraft with optical flat given?Operating Humidity: 15 - 80% (Non-condensing)

48. 3.4.7

Whether environmental and airworthiness certificationdetails of the system enclosed?Is the Laser scanner system complied with RTCA-DO-160 orequivalent certification?

49. 3.4.8 Whether EMI/EMC is ensured as per the requirement?

50. 3.5.1 All the software modules should be in GUI based and shouldsupport recent Microsoft Windows OS.

51. 3.5.2 Details and features of the all the pre-processing softwaremodules are provided?

52. 3.5.2 a

Whether mission planning software supplied along with theLSDC system with outputs compatible to the FMS provided?The mission planning module should be capable to handlemission planning for both Laser scanner and Digital camera

Page 28 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscS.

No.RFP

CLAUSE DESCRIPTION & REQUIREMENT DETAILS &COMPLIANCE

Referencepage no. ofVendor Bid

Remarks

of the LSDC system.

53. 3.5.2 bSoftware for GNSS/IMU data processing in different modeslike DGPS, PPP etc.. and integration with the LSDC data is tobe provided.

54. 3.5.2 c

Software for laser data pre-processing module should besupplied with the output format in latest version of standardLAS format compatible to commercial GIS package, LiDARclassification modules and image processing packages is tobe provided.

55. 3.5.2 dSoftware for Camera pre-processing module should besupplied with the output be in TIFF or any other losslessformats with a provision for user selection is to be provided.

56. 3.5.2 eNecessary modules for Camera Exterior Orientation (EO)generation and misalignment computation are to beprovided.

57. 3.5.3Whether two licenses should be supplied along with theLSDC system as per requirement?Whether the technical bid contains licensing policy?

58. 3.5.4 Whether all the software modules are quoted separately inprice bid?

59. 3.5.5

Whether the details of an integrated workflow environment,if any that includes the functionality of all softwareprocessing modules, the details of such package is providedin the technical bid.The cost component of such an integrated package can beindicated in one of the above specified modules in the pricebid.

60. 3.6

Whether a portable field processing system to carry out thepre-processing and quick look analysis of acquired laser andcamera data is supplied?Whether the configuration of a portable processing systemfor downloading from data cartridges and quick look analysisof the acquired data is given in the technical bid?Whether one set of entire software modules/packagesrequired for mission planning and pre-processing is providedwith this field processing system?Any specific interfaces (controllers and cables) that arerequired to download the onboard data are to be supplied.

61. 3.7 Necessary documentation as mentioned is to be provided.62. 3.8 Training is to be given as per the clause.

63. 3.9 Acceptance to warranty clause including penalty is to begiven.

64. 4.1 Whether eligibility criteria is met?Provide details for the same.

65. 4.2 Offers must be valid for 12 months from the last date forsubmission of the bids.

66. 4.3 The vendors should provide the bill of materials.

Page 29 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscS.

No.RFP

CLAUSE DESCRIPTION & REQUIREMENT DETAILS &COMPLIANCE

Referencepage no. ofVendor Bid

Remarks

67. 4.4 Acceptance to delivery terms68. 4.5 Acceptance to installation and acceptance terms69. 4.6 Acceptance to insurance clause70. 4.7 Acceptance to provide security deposit

71. 4.8 Acceptance to provide performance bank guarantee72. 4.9 Acceptance to NRSC payment terms

73. 4.10 Acceptance to basic customs duty clause

74. 4.11 Acceptance to liquidated damages clause75. 4.12 Acceptance to patent indemnity clause76. 4.13 Acceptance to arbitration clause77. 4.14 Acceptance to force majeure clause

Page 30 RFP (NRSC/PUR/2017003560) for Procurement of LSDC

nrscAnnexure - 4

PRICE BID FORMAT

Sl.No. Item Price Remarks

1 Laser Scanner and Controller system2 Digital camera with lens and Controller system3 Flight planning software

4 GNSS/IMU Processing software

5 Pre-processing software for laser data

6 Digital camera data processing software

7 LSDC system Installation and Training cost8 Warranty for first year9 Warranty for second year10 Warranty for third year11 Warranty for fourth year12 Warranty for fifth year13 Applicable statutory duties and taxes14 Optional - Additional Flight planning software15 Optional - Additional GNSS/IMU Processing software

16Optional - Additional Pre-processing software for laserdata

17Optional - Additional Digital camera data processingsoftware

18Any other relevant/mandatory item(Please specify complete details of the additional itemsin the technical bid)

19Any other relevant/mandatory item(Please specify complete details of the additional itemsin the technical bid)

20Any other relevant/mandatory item(Please specify complete details of the additional itemsin the technical bid)

21Any other relevant/mandatory item(Please specify complete details of the additional itemsin the technical bid)

22Any other relevant/mandatory item(Please specify complete details of the additional itemsin the technical bid)


Recommended