+ All Categories
Home > Documents > TENDER DOCUMENTATION

TENDER DOCUMENTATION

Date post: 01-Jan-2022
Category:
Upload: others
View: 13 times
Download: 0 times
Share this document with a friend
16
Page 1 of 16 TENDER DOCUMENTATION for processing bids in the small-scale public contract (hereinafter the “Public Contract” and Contract Awarding Procedure” or “Tender Procedure”) commenced outside the scope of the Act No. 134/2016 Coll., on Public Contracts Awarding (hereinafter only as the “Act”) Public Contract name: INS/GNSS Navigation System Type of award procedure: Open procedure Subject matter of public contract: Deliveries Public procurement mode: Small-scale Contracting Authority: Czech Technical University in Prague Faculty of Electrical Engineering
Transcript
Page 1: TENDER DOCUMENTATION

Page 1 of 16

TENDER DOCUMENTATION

for processing bids in the small-scale public contract (hereinafter the “Public Contract” and

“Contract Awarding Procedure” or “Tender Procedure”) commenced outside the scope of the Act No. 134/2016 Coll., on Public Contracts Awarding (hereinafter only as the “Act”)

Public Contract name: INS/GNSS Navigation System

Type of award procedure: Open procedure

Subject matter of public contract: Deliveries

Public procurement mode: Small-scale

Contracting Authority: Czech Technical University in Prague Faculty of Electrical Engineering

Page 2: TENDER DOCUMENTATION

Page 2 of 16

TENDER DOCUMENTATION for processing a bid to public contract

This public contract shall be a small-scale public contract in the meaning of the Sec. 27 of the Act. The contracting authority shall comply with principles laid down in Sec. 6 of the Act pursuant to Sec. 31 of the Act. Any other principles or processes are not stipulated by the Act, any prospective statutory references are in the document used only analogously.

Participants are required to send all communications related to the public contract to the following contact person:

Contact person: Mgr. Miroslav Knob

Phone: +420 732 181 247

Email: [email protected]

Public Contract name: INS/GNSS Navigation System

Type of award procedure: Open procedure

Subject matter of public contract: Deliveries

Public procurement mode: Small Scale Public Contract

Contracting Authority: Czech Technical University in Prague Faculty of Electrical Engineering

Registered office: Jugoslávských partyzánů 1580/3, 160 00 Prague 6 – Dejvice, Czech Republic

ID number: 684 07 700

Person authorised to act on behalf of the Contracting Authority :

prof. Mgr. Petr Páta, Ph.D., dean

Page 3: TENDER DOCUMENTATION

Page 3 of 16

1. SPECIFICATION OF SUBJECT MATTER OF PUBLIC CONTRACT

1.1. CLASSIFICATION OF THE SUBJECT MATTER

Common Procurement Vocabulary (CPV):

38110000-9 - Navigational instruments

1.2. DESCRIPTION OF SUBJECT MATTER OF PUBLIC CONTRACT

The tender calls for delivery of INS/GNSS Navigation System. Subject-matter of the Public Contract is in detail specified in Annex No. 1 Technical Specifications (Requirement Specification Document).

The Public Contract is awarded within the project: Výzkumná infrastruktura pro doktorské studijní programy na ČVUT FEL, Reg. No.: CZ.02.1.01/0.0/0.0/16_017/0002280, European Structural and Investment Funds, Operational Programme Research, Development and Education

Participants shall prepare the bid in accordance with all requirements of the Contracting Authority and in accordance with this Tender Documentation and all its Annexes.

1.3. TIME OF DELIVERY

Expected initiation of performance: immediately after effectiveness of the Contract

Expected ending of performance: 8 weeks after effectiveness of the Contract

1.4. PUBLIC CONTRACT IMPLEMENTATION PLACE

Place of delivery shall be: CTU in Prague FEE-Department of Measurement Technická 2 166 27 Praha 6 – Dejvice

1.5. EXPECTED VALUE OF PUBLIC CONTRACT FOR ALL PARTS OF PUBLIC CONTRACT

Expected value of the Public Contract: 863 000 CZK net of VAT

The expected value of the Public Contract is also the maximum total bid price, which cannot be exceeded by the participants. The Contracting Authority doesn’t have greater funds for the performance. If a participant’s total bid price exceeds the referred-to maximum value, then the participant shall be excluded for the reason of failing to meet the tender requirements.

2. BID PROCESSING CONDITIONS AND REQUIREMENTS FOR ALL PARTS OF PUBLIC CONTRACT

2.1. TERM OF BID SUBMISSION

Bids shall be submitted not later than 26 July 2021, 4:00 PM

2.2. SUBMISSION REQUIREMENTS

The Contracting Authority will only accept bids submitted in electronic format.

An electronic tool eGordion v. 3.3 - Tenderarena ("Tenderarena"), available online at www.tenderarena.cz, will be used to submit the offer in electronic form.

Page 4: TENDER DOCUMENTATION

Page 4 of 16

The Contracting Authority reminds that the participant must be a properly registered supplier in the Tenderarena system. The Contracting Authority reminds the participant that the registration is not immediate and is subject to approval by the Tenderarena administrator who has 2 business days for acceptance or rejection of the registration if the application for registration does not contain all the required data.

The registration to the Tenderarene electronic tool is possible also by sending the signed original hardcopies of:

- document proving subjectivity of organization (eg. certificate of incorporation or another relevant document)

- letter of attorney to act on behalf of the organization (It is not required if you are statutory representant)

via the post or via the courier services to the Tenderarena.

2.3. IDENTIFICATION DATA

The bid must include identification details of the participant, in particular the following: commercial name of the company, registered office, ID No., person authorised to act on behalf of the participant or a person authorised to represent the participant, contact post address and e-mail address for correspondence between the participant and the Contracting Authority within the given Public Contract.

2.4. REQUIRED LANGUAGE

The bid must be written in Czech, Slovak or English, unless otherwise specified.

2.5. JOINT BID

If the bid is submitted jointly by more participants (joint bid), the participant shall specify a person in the bid who shall be empowered to represent these participants for communicating with the Contracting Authority during the Tender Procedure.

2.6. BID STRUCTURE

The participant shall submit the bid containing the following documents and parts, whereas the following structure is only recommended:

1. Introduction page: Public Contract name, basic identification details of the Contracting Authority and Participant

2. General information about the participant: Name of the participant, legal form, registered office, ID number, VAT number, bank details, names of the members of the Company's statutory body incl. contacts (telephone, data box ID, e-mail, address), person authorized to act on behalf of the Participant, including a written representation mandate and a contact email to be used for communication with the Contracting Authority within the Public Contract.

3. Bid cover note: The bid cover note shall include the following details: Public Contract name, basic identification details of the Contracting Authority and participant (including persons empowered to be involved in further proceedings and stating an enterprise categorisation in accordance with the Recommendation 2003/361/ES), participant shall state the contact e-mail address for electronic communication with the Contracting Authority. The participant may use Annex No. 2 hereto.

Page 5: TENDER DOCUMENTATION

Page 5 of 16

4. Qualification: Documents demonstrating qualification meeting structured as mentioned in Article 3 hereof.

5. Total bid price structured as required under Article 5 of this tender documentation.

6. Purchase Contract: Draft Contract (Annex No. 5) in editable form accompanied by required information (required information are designated within the Draft Contract and include Catalogue sheets and technical specification in other form). The Participant is obliged to respect the Business Terms and Condition (BTC) set out in the Draft Contract.

2.7. REQUEST TO EXPLAIN THE TENDER DOCUMENTATION

The Contracting Authority will provide explanations to the tender documentation based on a request pursuant to Section 98 of the Act. The written form of the request for explanation of the tender documentation must be delivered by e-mail: [email protected], or through the data box jsyfw2t or through the Tenderarena.

2.8. TENDER DEADLINE

The contracting authority did not specify the tender deadline for this Public Contract.

3. QUALIFICATION OF PARTICIPANTS FOR ALL PARTS OF PUBLIC CONTRACT

3.1. QUALIFICATION

A contractor qualifies for performance of the Public Contract if it proves fulfilment of:

Basic Criteria pursuant to Section 74 of the Act

Professional Criteria pursuant to Section 77 of the Act

Technical Qualification Criteria pursuant to Section 79 of the Act

3.1.1. BASIC CRITERIA

A contractor is not qualified if:

a) it was effectively convicted of a criminal offence listed in Annex No. 3 to the Act or for a similar offence pursuant to the legal code of the country of contractor’s registered office in the country of its registered office in the last 5 years before commencement of the tender; expunged convictions are not taken into account,

b) it has a due tax arrears in the tax records in the Czech Republic or the country of its registered office,

c) it has due arrears on premiums or penalties on public health insurance in the Czech Republic or the country of its registered office,

d) it has due arrears on premiums or penalties on social security and contributions to the state employment policy in the Czech Republic or the country of its registered office,

e) it is in liquidation, if a decision on default has been issued against it, if it has been ordered to go into forced receivership pursuant to other legal regulations, or is in a similar situation pursuant to the legal code of the country of the contractor’s registered office.

The contractor proves the fulfilment of the basic qualification criteria in relation to the Czech Republic by submitting written affidavit. The participant may use Annex No. 3 hereto.

Page 6: TENDER DOCUMENTATION

Page 6 of 16

3.1.2. PROFESSIONAL CRITERIA

The professional criteria will be proven by a participant who, pursuant to Section 77(1) of the Act, submits, in relation to the Czech Republic, original or a copy of an extract from the commercial register or other similar records, if other legal regulations require registration in such records.

3.1.3. TECHNICAL QUALIFICATION CRITERIA

The technical qualification criteria will be proven by a participant who submits:

Pursuant to Section 79(2)(b) of the Act a list of important supplies provided in the past 3 years before commencement of the tender, including indication of the price and period of provision and identification of the client.

Minimal level of qualification and manner of fulfilment proving:

The supplier meets this qualification criterion if it has performed at least 1 supply of similar character during last 2 years.

The supply of similar character is a supply of integrated INS/GNSS Navigation System with minimum value of 500 000 CZK.

Participant shall make a part of its bid an affidavit on due provision of previous similar supply that shall contain at least the following information (1) name of the client and its registered office, (2) description of provided supplies (supply shall be identified by a description detailed enough so that requirements stipulated herein might be assessed by the Contracting Authority), (3) term of the supply provision, (4) purchase price of the provided supply and (5) name of contact person and contact information, where the Contracting Authority may verify the provided information.

Participants are recommended to use a form affidavit that is attached hereto as an Annex No 4.

3.2. FORMAL REQUIREMENTS OF QUALIFICATION DOCUMENTS

The contractor will submit originals or simple copies of documents proving the fulfilment of qualification criteria. Documents proving the fulfilment of qualification criteria which are in a language other than the Czech, Slovak or English language must be translated into the Czech or English language.

Documents proving the professional qualification criteria pursuant to Section 77(1) of the Act must prove the fulfilment of the required qualification criterion no more than 3 months before the commencement date of the tender.

3.3. PROVING QUALIFICATION THROUGH THIRD PARTY

The contractor may prove a certain part of its technical qualification criteria or professional qualification criteria, with the exception of the criteria pursuant to Section 77(1) of the Act, required by the Contracting Authority, through third persons. In this case, the contractor is obliged to submit to the Contracting Authority:

1. documents proving the fulfilment of professional qualification criteria pursuant to Section 77(1) of the Act by the third person,

2. documents proving the fulfilment of the missing part of the qualification criteria by the third person, and

Page 7: TENDER DOCUMENTATION

Page 7 of 16

3. written commitment of the third person to provide the fulfilment intended to perform the Public Contract or to provide the assets or rights which the contractor will use in order to perform the Public Contract, minimally in the scope in which this third person proved the qualification criteria on behalf of the contractor.

3.4. JOINT BID

In the case of collective participation of participants and professional qualification criteria pursuant to Section 77(1) of the Act must be proven individually by each contractor.

4. TECHNICAL CONDITIONS

The Contractor must fulfil all the conditions for the subject of performance set out in this tender documentation and in particular in Annex No 1 (Technical Specifications).

5. MANNER OF PROCESSING THE PRICE BID

5.1. BID PRICE FORM

The participant shall be obliged to give the Total bid price within its bid in the structure price net of VAT, VAT and price including VAT. The bid price shall be given in CZK.

5.2. BID PRICE SCOPE

The bid price is the maximum price that cannot be exceeded and shall include all costs that the participant shall incur during performing the Contract. The bid price must also include any costs not explicitly specified but about which the bidder knew or should and could have known considering its professional knowledge, exercising all professional care.

5.3. BID PRICE MODIFICATION

The price may only be modified in connection with any changes to tax regulations regarding the VAT.

6. PAYMENT CONDITIONS FOR ALL PARTS OF PUBLIC CONTRACT

Payment conditions are specified in the Purchase Contract that is an integral part of this tender documentation in a form of Annex No. 5.

7. EVALUATION CRITERIA

a) In accordance with Section 114 (1) of the Act, bids will be evaluated according to their economic merit.

b) The Contracting Authority has stated that the economic merit of bids shall be determined as the most advantageous ratio of the bid price and quality of the offered device. Percent weights are determined for the individual technical parameters assessed. Other parameters that are not scored are considered to be the minimum that the equipment must meet (listed in Annex 1 - Technical Specification). The method of evaluation is given in Annex No. 6 (Criteria Evaluation Method).

c) The participant shall not be authorised to make the bid subject to any conditions. Any conditions or provision of several different values in the bid in parts that are subject to the evaluation shall constitute a reason to exclude the participant from the Tender Procedure. Similarly, the contracting authority shall proceed in the event that the value being evaluated is given in a different currency or form than the contracting entity requires.

Page 8: TENDER DOCUMENTATION

Page 8 of 16

7.1 INDIVIDUAL PARTIAL EVALUATION CRITERIA

i. Bid price – 40%

ii. Technical quality – 60%

Numerical order

Description of the parameter Weights

1 In-Run Bias Stability (min. AllanVar) 25% 2 Angular/Velocity random walk 25% 3 Nonlinearity/Scale factor error 20% 4 Axis Misalignment 10% 5 GNSS receiver – observed frequencies 10% 6 Data Interface 5% 7 Weight of the system 5%

8. OTHER REQUIREMENTS

8.1. LIST OF SUBCONTRACTORS

The Contracting Authority requests the Participant to submit a list of subcontractors in the bid if they are known to the Participant and indicate which part of the Public Contract each of the subcontractors will fulfil.

8.2. VERIFICATION OF INFORMATION

In accordance with Section 39(5) of the Act, the Contracting Authority may verify the authenticity of data, documents, samples or models provided by the participant and may also procure them itself.

8.3. BIDS VARIANTS

The Contracting Authority does not allow variants of the bids.

8.4. FURTHER CONDITIONS FOR THE CONCLUSION OF A CONTRACT

The Contracting Authority requests pursuant to Section 104(1) of the Act the selected economic operator to meet the following further conditions for the conclusion of the contract:

a) a submission of AVAR characteristics (for parameters 1 – 3 stated in Annex no. 1 Section 2) by means of a submission of documentation contains data (indicated in graphs) measured on the device identical (of similar character) to the subject matter of this public contract.

9. BIDS OPENING

Due to electronic form of the bid submission, the opening of the bids is non-public. Opening of the bids will be carried out in accordance with the Section 109 of the Act.

Page 9: TENDER DOCUMENTATION

Page 9 of 16

10. LIST OF ANNEXES:

1. Technical Specifications 2. Bid Cover Note (to be completed and returned with the bid) 3. Affidavit – Basic Qualification (to be completed, signed and returned with the bid) 4. Affidavit – Technical Qualification (to be completed, signed and returned with the bid) 5. Purchase Contract (to be completed and returned with the bid) 6. Criteria evaluation method On behalf of the Contracting Authority: In Prague, on …………………………………………… prof. Mgr. Petr Páta, Ph.D., dean

Page 10: TENDER DOCUMENTATION

Page 10 of 16

Annex no. 1. – Technical Specifications

The Tender calls for a delivery of INS/GNSS Navigation System.

1. General conditions 1. usage – air/terrestrial applications (+ marine beneficial) 2. Integrated GNSS engine, RTK solution is beneficial but not required 3. Offered equipment including all accessories must not be used or refurbished. 4. Offered equipment must conform to European Union EMC directive and European Union

electrical standards. 5. The subject matter also includes:

a) transport of goods to the place of installation, b) operational, installation and maintenance manuals of the offered equipment and

other documents that are necessary for the proper takeover and use of the offered equipment in English language and in electronic form;

c) accessories for the system connectivity and extra set of connectors for quick system integration into already existing HW, GNSS antennae

d) online or at the place of delivery training covering the system integration/usage/operation;

e) 1 year on-line/on-phone assistance for the system integration/installation and operation matters.

2. Technical Parameters – requirements Numerical

order Description of the parameter Required value

1 In-Run Bias Stability (min. AllanVar) < 0.5 °/hr, < 0.2 mg

2 Angular/Velocity random walk < 0.5 °/hr, < 100 μg/Hz

3 Nonlinearity/Scale factor error < 0.05 %/0.05 %, < 0.2 %/0.2 %

4 Axis Misalignment < 1 mrad between all inertial sensor axes

5 GNSS receiver - L1 GPS + GLONASS + Beidou

- SBAS - RTK + L2/B2 signal tracking optional

6

Data Interface - Ethernet - at least one from RS422,RS485,RS232 - CAN - I/O pins including GNSS PPS, SYNC

7 Weight of the system < 3 kg

8 Inertial sensors - FOG/MEMS YES

9 Sensor Range min. ±200 °/s, max. ±500 °/s

min. ±8 g, max. ±16g

10 Inner inertial sensors’ sampling min. 1 kHz

11

Output - EKF estimated – position, velocity, Euler angles/Quaternions, angular rates, accelerations, sensors’ bias

- GNSS NMEA + RAW data

12 Output Raw data of inertial sensors (update rate

min. 200 Hz)

Page 11: TENDER DOCUMENTATION

Page 11 of 16

Numerical order

Description of the parameter Required value

13 System accuracy (sufficient number of usable satellites assumed)

roll/pitch/heading <= 0.1° rms

14 System accuracy (sufficient number of usable satellites assumed):

lon/lat: <= 1 m [CEP] if GNSS+SBAS, altitude <= 2 m [rms]

15 System accuracy (sufficient number of usable satellites assumed):

lon/lat: <= 2 m [CEP] GNSS, altitude <= 6 m [rms]

16 System accuracy (sufficient number of usable satellites assumed): velocity:

<= 0.2 m/s RMS

17 Operating temp. range -40°C up to min. 70°C

18 Environment min. IP64

19 Power supply DC – value in the range beginning between

(5 up to 12) V with maximal value in the range up to 40 V

20 Size all dimensions < 200 mm

21 SW for system management/settings and testing, and manual available in Czech or English language

YES

3. Warranty and service - The applicant is required to provide warranty on the supplied equipment in the length of

min. 1 year when the warranty period begins on the date of device installation.

- During the warranty period the applicant is obliged to remove defects free of charge and without delay, or to satisfy other entitlement of the contracting authority of defective performance, so that the applicant starts the complaints procedure no later than 14 days after the defect notification by the contracting authority (can be done by phone, letter, e-mail).

- Warranty period is prolonged by the duration of period between the defect notification by the contracting authority and its removal by the contender.

Page 12: TENDER DOCUMENTATION

Page 12 of 16

Annex no. 2

Bid Cover Note

Public Contract name: INS/GNSS Navigation System

Contracting Authority: Czech Technical University in Prague, Faculty of Electrical Engineering

Registered Office: Jugoslávských partyzánů 1580/3, 160 00 Prague 6 – Dejvice, Czech Republic

Company identification No.: 684 07 700

Person authorised to act on behalf of the Contracting Authority: prof. Mgr. Petr Páta, Ph.D., dean

Participant: [to be filled in by Participant]

Registered office: [to be filled in by Participant]

Id. No.: [to be filled in by Participant]

Tax Id. No.: [to be filled in by Participant]

Small / Medium-sized enterprises (in accordance with the Recommendation 2003/361/ES):

[YES/NO - to be filled in by Participant]

Bank: [to be filled in by Participant]

Person authorized to represent the participant: [to be filled in by Participant]

Contact person: [to be filled in by Participant]

Contact address: [to be filled in by Participant]

Tel: [to be filled in by Participant]

E-mail of the Contact Person: [to be filled in by Participant]

In [to be filled in by Participant] On [to be filled in by Participant]

[Signature - to be filled in by Participant] ……………………………………………………………. [Business name – statutory representative / attorney for the Participant – to be filled in by Participant]

Page 13: TENDER DOCUMENTATION

Page 13 of 16

Annex no. 3

Affidavit on Basic Criteria pursuant to the Sec 74 of the Act No. 134/2016 Coll., Public Contracts Awarding, as amended

(hereinafter the “Act”)

Public Contract Name: INS/GNSS Navigation System

Contracting Authority: Czech Technical University in Prague, Faculty of Electrical Engineering

(hereinafter the “Public Contract”)

Participant Business Name incl. Legal Form: [to be filled in by Participant]

Registered Office: [to be filled in by Participant]

Company Identification No.: [to be filled in by Participant]

Authorized Representative: [to be filled in by Participant]

(hereinafter the “Participant”)

I as a person authorized to act on behalf of the Participant hereby solemnly declare that that the Participant fulfils the basic stipulated by the Contracting Authority within the Public Contract pursuant to Section 74 of the Act. In [to be filled in by Participant] On [to be filled in by Participant]

[Signature - to be filled in by Participant] ……………………………………………………………. [Business name – statutory representative / attorney for the Participant – to be filled in by Participant]

Page 14: TENDER DOCUMENTATION

Page 14 of 16

Annex no. 4

Affidavit on Technical Qualification Criteria List of Important Supplies

pursuant to Sec 79(2)(b) of the Act No. 134/2016 Coll., on Public Contracts Awarding, as amended (hereinafter the “Act”)

Public Contract Name: INS/GNSS Navigation System

Contracting Authority: Czech Technical University in Prague, Faculty of Electrical Engineering

(hereinafter the “Public Contract”)

Participant Business Name incl. Legal Form: [to be filled in by Participant]

Registered Office: [to be filled in by Participant]

Company Identification No.: [to be filled in by Participant]

Authorized Representative: [to be filled in by Participant]

(hereinafter the “Participant”) I as a person authorized to act on behalf of the Participant hereby solemnly declare that that the Participant fulfils the technical qualification criteria stipulated by the Contracting Authority within the Public Contract pursuant to Sec 79(2)(b) of the Act, since we have realized the below mentioned supplies within the last three years. List of the Important Supplies:

Add lines if needed

In [to be filled in by Participant] On [to be filled in by Participant]

[Signature - to be filled in by Participant] ……………………………………………………………. [Business name – statutory representative / attorney for the Participant – to be filled in by Participant

Name of Client and its

Registered Seat

Name of Provider

(respectively its

relationship to

Participant)

Term of Realization (month and

year)

Financial Extent

Description of Supplies

Provided*

Contact Person of the Client and Contact

Data (Email/Phone)

[to be filled

in by

Participant]

[to be filled

in by

Participant]

[to be filled

in by

Participant]

[to be filled in

by Participant]

[to be filled in

by Participant]

[to be filled in

by Participant]

Page 15: TENDER DOCUMENTATION

Page 15 of 16

Annex no. 5 Purchase Contract (attached as a separate document) Annex no. 6 Criteria evaluation method The bid can achieve maximally 100 points. The score comes out of a calculation according to section A and section B of this article (see below) as a sum of scored points (A. + B.). In case of equal score, a higher score of technical conditions (i.e. section B) is preferred. When both final score and the score of technical conditions (i.e. section B) are equal, the lower bid price is preferred.

A. Bid price

Points calculation = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑏𝑖𝑑 𝑝𝑟𝑖𝑐𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑏𝑖𝑑 𝑝𝑟𝑖𝑐𝑒 * 0.4

B. Technical condition

Points Calculation = (xP1+xP2+xP3+xP4+xP5+xP6+xP7) * 0.6 The table below indicates the evaluation method for all parameters and its criteria:

Description of the

parameter Points for the particular criterion

P1: In-Run Bias Stability (min. AllanVar)

Step 1 = calculation for °/hr value = x = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 2 = calculation for mg value = y = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 3 = xP1 = ((x + y)/2) * 0.25

P2: Angular/Velocity random walk

Step 1 = calculation for °/hr value = x = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 2 = calculation for μg/Hz value = y = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 3 = xP3 = ((x + y)/2) * 0.25

P3: Nonlinearity/Scale factor error

Step 1 = calculation of nonlinearity value = x = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑎𝑡𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 2 = calculation of scale factor error value = y = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒

Step 3 = xP4 = ((x + y)/2) * 0.2

P4: Axis Misalignment xP5 = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒 * 0.1

Page 16: TENDER DOCUMENTATION

Page 16 of 16

Description of the parameter

Points for the particular criterion

P5: GNSS receiver Step 1 – criteria value setting w = Partial criterion L2 GPS: YES = 1 / NO = 0 x = Partial criterion L2 GLONASS: YES = 1 / NO = 0 y = Partial criterion B2 Beidou: YES = 1 / NO = 0 z = Partial criterion RTK: YES = 1 / NO = 0

Step 2 = xP6 = 100 * 𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒 𝑜𝑓 𝑡ℎ𝑒 𝑠𝑢𝑚 𝑜𝑓 (𝑤+𝑥+𝑦+𝑧)

𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑡𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒 𝑜𝑓 𝑡ℎ𝑒 𝑠𝑢𝑚 𝑜𝑓 (𝑤+𝑥+𝑦+𝑧)

Step 3 = xP6 * 0.1

P6: Data Interface xP7 = if integrated odometer interface: YES = 5 / if NO = 0

P7: Weight of the system xP8 = 100 * 𝑡ℎ𝑒 𝑚𝑜𝑠𝑡 𝑎𝑑𝑣𝑎𝑛𝑎𝑔𝑒𝑜𝑢𝑠 𝑣𝑎𝑙𝑢𝑒

𝑒𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑 𝑣𝑎𝑙𝑢𝑒 * 0.05


Recommended