Sei sulla pagina 1di 26

E-Tender for procurement of 3 (three) nos.

of Unmanned Aerial Vehicle for West


Bengal Police & Kolkata Police during Financial Year -2016-17.

Notice inviting e-Tender(NIT)

e-Tender Notice No. WBPD/ UAV/ NIT-01/2016-17

West Bengal Police Directorate


Bhabani Bhawan,
31, Belvedere Road, Kolkata-700027.

Page 2 of 26

Notice inviting e-Tender(NIT)


The following Terms & Conditions shall be complied by the prospective agencies /
bidder(s) for this e-Tender:1. Instructions to the Agencies/Bidder(s)
1.1 The West Bengal Police proposes to select agency/bidder (in a two Bid System i.e.
Technical bid with 70% weightage and Commercial bid with 30% weightage) through
CQCCBS(Cost Evaluation Under Combined Quality Cum Cost Based System) for supply
of 3 (three) nos. of Unmanned Aerial Vehicles(UAV) in accordance/congeniality to the
specifications as detailed below for West Bengal Police/Kolkata Police in the current
financial year-2016-17. The requirement projected is indicative only but may increase in
future.
1.2 Interested Agencies are invited to submit their proposals for the assignment which must
include the following, as detailed subsequently in this document.
(i) A Technical Proposal and
(ii)A Financial Proposal.
Scan copies of documents required mentioned in this NIT would be uploaded by the bidder
in the website https://wbtenders.gov.in . All documents/any of the documents uploaded
can be called for any time at any stage from a bidder in hard copies. Hard copies shall be
identical with the soft copy uploaded. Any discrepancy / divergence in such documents,
may lead to rejection of bid submitted by the concerned bidder.
1.3 The Agencies are required to provide professional, objective, and impartial service and at
all times hold the West Bengal Polices interest paramount, without any consideration for
future work, and strictly avoid conflicts with other assignments or their own corporate
interests.
1.4 Agencies have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of West Bengal Police or that may be
reasonably perceived as having this effect. Failure to disclose such situations by the Agency
may lead to disqualification of the Agency or termination of the contract.
1.5 Agencies must observe the highest standards of ethics during the selection and execution of
the contract. West Bengal Police may reject a proposal at any stage if it is found that the
firm recommended for award has indulged in corrupt or fraudulent activities in competing
for the contract in question. It may also blacklist the firm, either indefinitely or for a stated
period of time, if at any time it is found that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, the contract.
1.6 The Jurisdiction area will be Kolkata only in case of any legal dispute.
1.7 The Bidder will submit a declaration(Please see Annexure-A, below) to the effect that the
information submitted by him is correct and he will abide by the decision of DG & IGP, WB
with regard to this work. In the event of the information submitted by him being found to
Page 3 of 26

be false or fabricated in any manner whatsoever, the bidder may be suspended and/or
debarred.
2. Minimum Eligibility Criteria
2.1 The firm/bidder should be Original Vehicle Manufacturers (OVM) or Authorised Vendors
or Government Sponsored Export Agencies subject to the condition that in cases where the
same Vehicle on same rate (quoted inclusive of all taxes and others) is offered by more than
one of the aforementioned parties, preference would be given to the OVM.
2.2 The firm/bidder should provide
(a)

Credentials/Certificates/Documents regarding Supply of UAV i.e. execution of


works of similar nature and value to any govt. organization or PSU

(b)

User Satisfaction certificates of the organisations of repute like any govt.


organization or PSU having received similar work from the bidder/agency,

(c)

Bank Solvency Certificate issued by Bank in which the Bidder has got its account,
clearly specifying the maximum Bank Guarantee limit, over draft limit etc.

(d)

The Bidder must have minimum average annual turnover at least Rs 3 Crores in
INR. The audited balance sheet for last two years in this regard is to be submitted.

(e)

The Bidder should not owe any amount to the Government in the past.
Accordingly, Self-certification by the Bidder that there are no Government dues
outstanding against them to be submitted(Please refer Annexure-A) .

(f)

The Bidder should not be found to be blacklisted by any of the Government


Organizations / PSUs / Autonomous bodies. An undertaking by the Bidder to be
enclosed in this respect (Please refer Annexure-A).

(g)

Bidder is requested to submit the details of representatives of the firm dealing


with the tender and after sales service dealership network in India while
submitting the tender document along with their telephone and mobile numbers,
Fax and Email ID (representative) and Email ID of firm.

2.3

In the event of the tender being submitted by a firm or any bidder(s), Annexure-A (
given below) & the Contract (in case of successful bidder at the time of Award of
Contract), must be signed separately by each member thereof, or in the event of absence
of any partners, it must be signed on his behalf by a person holding the Power of
Attorney authorizing him to do so. Such Power of Attorney is to be produced with
the Tender and in the Case of the firm, carried on by one member of Joint Family, it must
be disclosed that the firm is duly registered under the Indian Partnership Act.

3. Specifications: Each of the Unmanned Aerial Vehicle (UAV) shall comply with the
following Technical Specifications:3.1

System Feature: Completely autonomous UAV.


Compact, lightweight & ruggedized. Two Men Portable.
Page 4 of 26

Vertical Take Off & Landing (VTOL). Ideal for constrained area
operations.
Hover & Stare.
Fuel: Rechargeable battery. Silent operation.
Day & Night Operation.
Full Control through GCS.
Fail Safe Modes.
a) Return to Home on communication failure.
b) Return to Home/Land on low battery.
c) Multiple GPS on board for GPS failure redundancy.
2
a
b
3
a

Physical Characteristics
U.A.V weight with battery
U.A.V size with propellers
Performance Characteristics
Endurance

b
c
d
e
4
a

Range
Maximum Launch altitude
Maximum Operating Altitude
Wind Resistance
Operational Characteristics
Launch & Recovery

Minimum space required for


recovery
Flight Modes

d
5
a

Assembly / Disassembly Time


Payload Characteristics
Replaceable Daylight Camera
& Night Camera payloads

Daylight Payload
a) Payload Movement
b) Zoom
Stabilization

6
a

Ground Control Station (GCS)


Characteristics
Computing Hardware

Specification / Remarks
<3 Kg
<90 cm x 90 cm.
Specification / Remarks.
50 minutes or more with standard payload at
Mean Sea Level.
5 km Line of Sight.
2000m AMSL (Above Mean Sea Level).
500m AGL (Above Ground Level)
16 Knots.
Specification / Remarks
Autonomous Vertical Take Off & Landing
(VTOL).
25m x 25m open area.
Fully autonomous Take Off & Landing.
Hover at a defined waypoint.
Autonomous
Waypoint
Navigation
(predefined as well as dynamically adjustable
waypoints during fight).
Remotely Piloted mode for video based
navigation (RPV mode).
<10 Minutes.
Specification / Remarks.
Extremely replaceable (<2Min replacement time)
Electro Optic (EO) for day (Colour).
Thermal Imager (TI) for night.
Colour video camera with 360 Pan & 90 tilt
(UAV yaw is used for payload panning)
10x Zoom.
Both payloads are gimbal stabilized onboard.
Video output is electronically stabilized at all
zoom levels in real time.
Specification / Remarks.

Fully

Page 5 of 26

ruggedized

portable

computing

Communication Box

c
d

Display
Joystick Controls

7
a

Ground Control Software


Maps

GCS (GUI) Display Parameters

Critical parameters indicators

Video

hardware with a multicolor, anti-glare,


sunlight readable touch screen.
Storage: Minimum 160 GB.
Battery Operation: Minimum 2 Full.
Endurance flights in one battery charge.
1 additional battery provided for a total of 4
full endurance flights.
2 way digital communication link for data &
video.
Secure encrypted communication.
Up to 7 user selectable channels available.
Minimum 10 inch sunlight readable display.
Full Camera Controls.
RPV Mode.
Altitude Control.
Black Hot / White Hot for Thermal Camera
Image.
Specification / Remarks.
Works with Google Maps or other open
source maps available. Application has the
capability to download maps automatically
after specifying location GPS Co ordinates.
Capability to integrate geo referenced raster
maps provided in at least one of the
commonly used digital map formats (gif, tiff
etc).
Geographic Map along with U.A.V location,
U.A.V trajectory, Camera view polygon,
waypoints and fight plan, Distance and
bearing from HOME on map (with mouse
Hover).
Real time video from the U.A.V. with on
screen display of important parameters like
UAV co ordinates, target (payload) co
ordinates and range from U.A.V, true North
indication, Distance from HOME etc.
Real time video displayed at all times
during the fight.
Geographic map and real time video views
are switchable to allow user to switch
between big map view or big video view
through a single click / touch input.
Artificial Horizon indicating UAV attitude.
Yes. Colour indicators to highlight status of
critical parameters.
Video recorded in commonly portable video
format (avi).
Video of the full flight is recorded by default
Page 6 of 26

with option to turn recording off.


User can take image snapshots with on screen
display parameters at any time during flight.
e
Pre Flight Checks
User assisted pre flight checks before every
flight for confirming the suitability of
flightworthiness.
f
User Controls for navigation
Set altitude of the UAV.
One Click Take Off / Land/ Hover.
Waypoint navigation.
Payload Control.
RPV mode which allows UAV to be flown in
semi autonomous mode by looking at the
on board video. UAV holds given altitude
autonomously.
g
Payload Control
Real time control on:
Pan / Tit / Zoom Controls.
Point payload to ground co ordinate
function.
Recording on / off.
Switch on /off Night Recovery Beacon.
h
Others
Dynamic flight plan adjustment.
Essential telemetry data logging.
Export of flight path in .kml format for
reviewing in Google Earth.
8
Environmental Compliance
Specification / Remarks. It should have
capability to sustain moderate to heavy rainfall.
A
Temperature
-10 C to + 55C.
B
Damp Heat
Up to 40 C at RH not less than 95%.
C
Vibration
5 13 Hz 6mm displacement.
(Third party certificate from a recognized national laboratory for the environmental
compliance.)
3.2. Packing & Storage
Backpack to house all the sub systems.
Ergonomically efficient & aesthetically appealing.
Ruggedized hard cases for transportation & storage.
3.3. Optional Accessories
a

Night Payload
Thermal Imager

Auto
Target
Tracking Software

Uncooled thermal imager with 360 pan & 90 tilt (UAV yaw
is used for payload panning).
Zoom: 4x Zoom.
Resolution: Min. 320 x 240.
Modes: White Hot & Black Hot.
Night recovery beacon switchable (from GCS) LED light on
payload for night recovery.
Real time target tracking using advanced image processing.
Tracking of static and moving targets.
Page 7 of 26

3.4

LIST OF ITEMS OF U.AV

COMPLETE SYSTEM ITEMS


Main Item
A
U.A.V
Essential Accessories
B
Ground Control Station
C
Standard daylight payload with stabilized mount
D
UAV Battery
E
Battery Charger
Essential Spares
F
Landing Gear Set
G
Propeller Set
H
Laptop Battery
Packing & Storage7y
I
Soft backpack for field operations
J
Ruggedized hard case for storage & transportation.
Documents & Technical Literature
K
System Description Manual
L
Operator Manual
M
Maintenance Manual
N
Emergency Checklist
O
Flight Logbook
P
Battery Changing Logbook
Q
Mandatory training for 2 personnel per system
Optional Items
Optional Accessories
A
Thermal Imager Payload
B
Auto Target Tracking Software
Optional Spares
C
U.A.V Battery
D
Landing gear set
E
Propeller Set
F
Battery Charger
G
Standard daylight payload with stabilized mount

3 - No
3 - No
3 - No
12 Nos
3 - No
3 - Set
6 Sets
3 - No
3 - No
3 - No
3 - No
3 - No
3 - No
3 - No
3 - No
3 No

3 No
3 No
6 - No
1 - Set
3 Set
3 No
3 - No

3.5 Check List of Bidders:- A bidder should ensure the following procedure for inspection
of the offered UAV:
3.5.1. General Test Conditions:-

Page 8 of 26

Unless otherwise specified, all tests shall be carried out in an environment wherein ambient
temperature is within the range of normal room temperature. The relative humidity and the
atmospheric pressure will not be controlled. The test location altitude, however, should be
close to Mean Sea Level for testing full endurance. Endurance may be compromised at
higher altitude.
3.5.2. Precautions:A. Ensure that the batteries on the Unmanned Aerial Vehicle and the Ground Control
Station are adequately charged before starting the tests.
B. Ensure that an adequately sized open area is available for testing the equipment.
C. ATP is to be carried out by the authorized representative of the suppliers only.
3.5.3. Test Procedure
Physical Check
3.5.3.1 All the items need to be physically checked for any visible damage.
Performance Check
3.5.3.2 Assemble U.A.V & set Ups GCS in a big open ground. Look Out for any obstacles
like towers, trees, electrical wires, hills etc. If the ground is found suitable for operation as
per the technical manual then proceed to next steps.
3.5.3.3 Establish connection between GCS and U.A.V using software.
3.5.3.4 Carry out pre flight checks as per technical manual.
Carry out motor check.
Check Sensors.
Check Camera tilt & zoom.
If found working then proceed to next step.
3.5.3.5 Plan a test flight for checking the performance parameters. Download map of the
area in the software and mark a waypoint 4km away ensuring clear line of sight from the
GCS location. Also create a fight plan 500m away from home location.
3.5.3.6 Click Take Off, once it reaches the safety altitude, double click on the 4km
waypoint to navigate the U.A.V to that point.
3.5.3.7 Set altitude to 400m once the distance from HOME reached 100m.
3.5.3.8 Observe video throughout the flight. Use joystick for camera pan, tilt and zoom
controls, Toggle Stabilization to observe its effectiveness.
Note: Camera Pan is not an independent motion, the U.A.V yaws itself to generate Pan
Motion for camera.
Page 9 of 26

Hover briefly at 4km waypoint and click NAV button to initiate already created fligtplan.
3.5.3.9 Reduce the altitude to 150m when the U.A.V has returned back and observe the
U.A.V navigating as per the flight plan.
3.5.3.10 Once the low battery fail safe is triggered it will automatically start coming for
landing at the HOME location.
3.5.3.11 Click KILL to switch off motors once it has touched the ground.
3.5.3.12 Swap the day payload and plan for a night flight.
3.5.3.13 Repeat steps 3.5.3.2 through 3.5.3.4 Mark a waypoint 500 m away from Home
location.
3.5.3.14 Switch on the Night Beacon, Take off and navigate to the marked waypoint at
100m altitude.
3.5.3.15 Observe the thermal imager output. Toggle White Hot & Black Hot options.
3.5.3.16 Click Land to initiate landing. Recover the U.A.V and pack up.
Note: Since the U.A.V uses 2.4 GHz ISM band for communication, which is also the
frequency used by Wi Fi, a reduction in maximum range may be observed in cities /
locations with good Wi Fi penetration. If such a reduction in range is observed, carry out
the range tests in a location that is away from the city.
SL
NO

COMPLIANCE TABLE
CHECK
SPECIFICATION

DESCRIPTION

Gcs Laptop

2
3
4
5
6
7

Pre Flight Checks


Endurance
Range
Max. AGL
Daylight Payload
Night Payload

Navigation

9
10

Night Beacon
Take Off
Landing
Environmental
Compliance

11

&

AGAINST

Start UP, GCS Software, Map


Downloading
Motor Check, Sensor Check
50 Min or more.
5 Km
400m
Pan, Tilt, Zoom & Stabilization
Pan, Tilt, Stabilization & Black
Hot / White Hot
Waypoint Navigation, Flight
Plan.
Remotely toggle from GCS
Auto VTOL
Certificates from an authorized
third party laboratory to be
submitted.
Page 10 of 26

OBSERVATIO
N
&
REMARKS

3.6

The vendor/bidder shall submit test and inspection certificates that the offered UAV by
his firm is in 100% conformity to the each parameter of specification appended above.

3.3

The Vehicle should meet all the statutory and applicable standards in force at the time of
supply of Vehicle to protect the environment, as well as, the workers from its hazardous
emissions.

3.4

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


and should have 100% of the defined life at the time of delivery.

3.5

The delivery of goods shall be completed as described below from the date of Signing of
Contract. The delivery shall be at the consignee locations mentioned below.

3.6

The goods supplied shall carry a warranty/guarantee for 36 months, from the date of
supply to the Tender Inviting Authority (hereinafter called TIA). Rates for such
warranty should be inclusive of rate offered by the bidder in the BOQ.

3.7

The vendor would be bound by a condition in the contract that he is in a position to


supply product support in terms of maintenance, materials and spares for a minimum
period of five (5) years beyond the warranty/guarantee period specified above.

3.8

The training to the nominated Buyers representatives will be conducted FREE OF COST
and is to be completed during first one month of warranty period of the Vehicle. The
Seller will train at least two employees of the Buyer for every Vehicle sold in operation
and maintenance of the Vehicle at the time of its commissioning. This training will be for
a duration of Seven (07) days at the consignee location. Wherever feasible,
boarding/lodging and local transport to the firm representative shall be provided during
commissioning/training, on payment basis.

4.

Terms & Conditions

4.1

The Tender Document/Tender is not transferable under any circumstances.

4.2

Tender shall be submitted online only through https://wbtenders.gov.in

4.3

No physical/offline Tender/ Bid shall be accepted.

4.4

TIA reserves the right to cancel the BID/Tender without assigning any reason to the
Bidder or anyone else. The contract shall not be sublet either wholly or in part.

4.5

Conditional tenders and casual letters sent by the bidders will not be accepted.

4.6

Bidders are requested to read the instruction in the Technical Document/Bid before
submitting the Tender/BID online.

4.7

TIA also reserves the right for not assigning tender/AOC at all to any bidder/bidders
without giving any reason and any agency /bidder being compensated for this.

4.8

Nos. of UAV to be procured may increase or decrease at the time of placing the order
with the selected firm and no claim in this regard shall be made by the selected
bidder/firm.

Page 11 of 26

5.

Earnest Money Deposit (EMD):

5.1

The Applicant shall furnish Earnest Money Deposit (EMD) amounting to Rs. 2,50,000/(Two Lakh Fifty Thousand only). The EMD shall be in Indian Rupees and shall be in the
form of Demand Draft/Deposit Challan from any of the Nationalized / Scheduled Bank
in favour of Deputy Inspector General of Police, (Organisation), West Bengal.

5.2

In case the bidder is registered in West Bengal, Earnest Money is to be deposited by the
Bidder (as Deposit Challan, T.R. Form No. 7, given below) in the Reserve Bank of India,
Kolkata, under the Head of A/c 8443-00-103-NP-001-07 in favour of the Deputy
Inspector General of Police (Organisation), West Bengal.
Bidders from other States should furnish Earnest Money in Crossed and
Transferable Bank Draft in favour of the Deputy Inspector General of Police
(Organisation), West Bengal.

5.3

Demand Draft/Deposit Challan should bear at least 90 days validity from the date of
the bidder uploading his tender for the first time.

5.4

Demand Draft/ Deposit Challan for EMD is to be submitted in a separate envelope


(duly marked) along with the technical bid physically.

5.5

The earnest money of unsuccessful Applicants shall be refunded after final award of
Contract. EMD of the successful Applicant will be released after the Applicant signs the
final agreement and furnishes the Security Deposit.

5.6

The Earnest Money will be forfeited on account of one or more of the following reasons:
(a) Applicant withdraws the Proposal during the validity period specified in E-Tender
document.
(b) Applicant does not respond to requests for clarification of its Proposal/substandard
works.
(c) Applicant fails to provide required information during the evaluation process or is
found to be non-responsive.
(d) In case the successful Applicant, fails to sign the Agreement in time; or furnish
Security Deposit.
(e) In case any provisions of this tender/NIT are found violated.

5.7

Scan copy of EMD shall be uploaded in the website, online in the technical bid and
DD/DC in original shall be deposited in a closed cover, offline.

5.8

Manufacturers who are registered as S.S.I. Unit with C. & S.S.I. Deptt. of Govt. of West
Bengal and / or N. S.I.C. Ltd / D.G.S. & D. of Govt. of India must produce attested
legible copy of their up-to-date Registration Certificate along with a Certificate issued by
C. & S. S. I. Dte. of Govt. of West Bengal and / or N. S. I. C. Ltd / D.G.S & D. of Govt. of
India to the effect that the Bidders registration as S.S.I. Unit is valid up to 31/03/2016 to
support their claim, if any, for exemption from depositing Earnest Money Deposit for the
product requirement as mentioned above i.e. the work of UAV for which the Bidder is
registered as S.S.I. Unit and not for other unregistered items. Scan Copy of EMD
Page 12 of 26

6.

Exemption Document will also have to be uploaded on line.


Security Deposit:

6.1

This amount has to be submitted offline at the time of signing the final agreement/AOC
with the successful bidder and it shall remain valid during the tenure of contract
period / completion of supply of consignment and six months thereafter.

6.2

The selected Bidder shall have to deposit Security Deposit off line in the form of F.D.R.
(Fixed Deposit Receipt) at 5 per cent of the total value of orders(Contract Price) placed
with them in favour of Deputy Inspector General of Police (Organisation), West Bengal
and to execute an agreement in W.B.F. No.5449C.

6.3

TIA reserves the right to forfeit the Security Deposit tendered by the Bidder(s) or part
thereof and / or to Black-list the Bidder(s) in the event of his / their failure to supply the
Goods in full in accordance to the specifications and to the best of satisfaction of TIA as
per the contract/agreement or if any part of terms & conditions of this NIT/AOC are
breached by the bidder.

6.4

If the UAV fails the Inspection/ Specification standards during inspection at buyers
place, by a Inspection Team/Acceptance Committee of WBP/KP before delivery of
goods at the buyers place, the Security Deposit will be forfeited.

6.5

If the bidder withdraws himself/his agency from the tender/contract at any stage after
the execution of Award of Contract with him/his agency, his/his agencys Security
Deposit will be forfeited and suitable action will be taken against him/his agency.

6.6

For valid SSI Units/NSIC Ltd/DGS & D units, no security deposit is required.

7.

Submission of Proposals.

7.1

The

bidders

who

are

interested

in

bidding

can

download

their

tender

documents/FRP/NIT from https://wbtenders.gov.in. Or https://policewb.gov.in.


7.2

Bidders who wish to participate in this tender will have to be registered on


https://wbtenders.gov.in & should procure Digital signature certificate Type II/III
prior to registration/bidding.

7.3

Bidder should submit their bid online both for technical & financial proposal within the
due date of submission on the https://wbtenders.gov.in only.

7.4

Before electronically submitting the tenders, it should be ensured that all tender papers
are digitally signed by the bidder.

7.5

The tender is to be submitted in a two Bid System. Both Technical bid and Commercial
bid are to be submitted online and concurrently by the bidder, duly digitally signed, with
the help of his DSC in the https://wbtenders.gov.in.

8.

Submission of Technical proposal/bid and a Financial Proposal/bid

8.1

Technical proposal/bid

8.1.1 The Technical Proposal (Statutory Documents) will contain the following 3 Covers:

Page 13 of 26

A. Technical Documents: (1st Cover) : This should be uploaded

in PDF format with

following documents by a bidder in the website https://wbtenders.gov.in . Scan copies of


the following documents have to be uploaded by a bidder:
(a)

Previous Credentials/Certificates/Documents regarding Supply of UAV i.e.


execution of works of similar nature and value to any govt. organization or PSU,

(b)

User Satisfaction certificates of the organisations of repute like any govt.


organization or PSU having received similar work from the bidder/agency,

(d)

Test/Inspection Certificates to the effect that the UAV to be supplied by the


bidder are 100% specification compliant and UAV successfully passed the check
list as demanded by the tender issuing authority.

(e)

A certificate from a recognized national laboratory for the environmental


compliance for the offered UAV.

(f)

Bank Solvency Certificate issued by Bank in which the Bidder has got its account,
clearly specifying the maximum Bank Guarantee limit, over draft limit etc.

(g)

Turnover Certificate showing minimum average annual turnover of at least Rs 3


Crores in INR. The audited balance sheet for last two years in this regard is to be
submitted.

(h)

Power of Attorney (if applicable)

(i)

Details of representatives of the firm dealing with the tender and after sales
service dealership network in India while submitting the tender document along
with their telephone and mobile numbers, Fax and Email ID (representative) and
Email ID of firm.

B.

EMD (2nd Cover) should be uploaded with scan copy of Earnest Money Deposit (EMD) in
PDF format as described above. Here, SSI units will upload a blank document.

C. Tender Conditions Acceptance Letter (3rd Cover): The Bidder will submit in PDF format
an undertaking on the letterhead of the Agency and signed by an authorized signatory as
per Annexure-A, attached below.
8.1.2 The above undertaking submitted by the agencies shall be binding on the Agency.
8.1.3 Non statutory documents OR My documents OR other Important Documents
The scan copies of the following documents are to be uploaded in PDF format in this folder.
Sl.

Documents

Corresponding

No.

E-

folder in Other
Document.

1.

Trade License / Enlistment

Company Details

2.

Registration Certificates

Certificates

3.

PAN Card

Certificates

4.

Latest Sales Tax Certificate/Valid Registration Certificates


Page 14 of 26

Tender
Important

No.(TIN) under WBVAT Act,2003.


5.

Name and address of the Firm

6.

Name

and

Credential

address

of Credential

Directors/Partners/Proprietors
7.

Latest State professional tax certificate (if any)

Certificates

8.

Proof of manufacturing capacity & original Credential


manufacturer of UAV

9.

Certificate issued by C & SSI Dte, Govt. of WB Certificates


or NSIC Ltd/ DGS & D, Govt. of India, as the
case may be. (For SSI Units only)

8.1.4 The Technical Proposal shall not include any financial information.
8.2 Financial Proposal/Bid
8.2.1 In preparing the Financial Proposal, Agencies are expected to take into account the
requirements and conditions outlined in the NIT document.
8.2.2 This file contains BOQ (Bill of Quantities) in Excel Format as Commercial Bid . A
bidder will quote rate per unit, item wise, inclusive of packaging, transportation, freight
charges and others but exclusive of all of taxes like VAT, sales tax, excise tax
etc.(wherever applicable). Taxes should be quoted separately in the BOQ.
8.2.3 The cost quoted shall be in Indian Rupees & firm and fixed for the duration of
performance of the contract. At no point of time will any deviation from the quoted rate
be entertained by the Tender Inviting Authority.
8.2.4 The Financial Bid shall not include any conditions attached to it and any such conditional
financial proposal shall be rejected summarily.
8.2.5 Rate should be quoted/submitted in the BOQ and then uploaded in Excel format
without making any changes to the BOQ template.
9. Validity of bids
9.1

Bid shall be kept valid for a period of 180 days from the date of opening of Bids.

9.2

Financial bid only of those firms will be opened, who qualify on the basis of the technical
evaluation by the TIA & uploaded on the website.

10. Opening of Proposals and Selection Process


10.1

Two bid system will be followed using CQCCBS, with technical bids being opened in the
first instance.

At the time of Technical Bid opening, following documents will be

evaluated:(i) All documents as demanded and uploaded for technical purpose.


(ii) Demand Draft / Deposit Challan of EMD in full (Original),
(iii) Original Undertaking on the letter head (i.e. Annexure-A); earlier uploaded by the
bidder.
Page 15 of 26

A bidder shall without fail deposit the above mentioned documents (ii-iii) in separate
closed envelopes superscripting the name of the content, tender notice no. & name of the
firm/bidder on the envelope. All these envelopes are to be deposited at the office Head
Assistant, Equipment Branch, WBPD, Bhabani Bhawan on 28/10/2016, Friday From
11:00A.M. to 03:00 P.M. under proper receipt.

10.2

As this tender is floated in two bid system, if the numbers of bidders/tenderers qualified
in the technical bid is less than three, tender will be invited afresh.

10.3

The bidder will be asked to give a live demonstration of the offered UAV at the buyers
place on a fixed date(s). A committee constituted for the purpose by DG & IGP, WB shall
monitor the outdoor demonstration conducted by the bidder and award marks to each
bidder on the parameters of specification appended above, based on the performance of
the offered/demonstrated UAV.

10.4

The bidder on being requested by the Tender Inviting Authority in respect of clause 10.3
above shall give demonstration on the date, time and place fixed by the TIA. On being
asked, if the concerned bidder does not appear for the demonstration on the date, time &
place fixed and intimated, it will be assumed that the bidder is not interested in the bid
and his/her bid shall be treated as void.

10.5

The bidder who will score 70% or more marks in the Technical Bid/Cover including
the questionnaire will be considered for the Financial Bid and Financial Bids of only
such bidders will be opened.

10.6

At the second stage, the financial bids of only technically qualifying bidders will be
opened. The weightage for quality/technical proposal and the Price bid will be in the
ratios of 70:30.

10.7

After Commercial Bid Opening, a chart of financial bids with corresponding bidders will
be prepared. The least cost proposal will be ranked L-1 and the next higher and so on
will be ranked L2,L3 etc.

11. Cost Evaluation under Combined Quality Cum Cost Based System(CQCCBS):11.1

CQCCBS will be followed to decide the bidder for awarding the contract. On the basis of
the combined weighted score for quality and cost, the bidder shall be ranked in terms of
total score obtained. The proposal obtaining the highest total combined score in
evaluation of quality will be ranked as H-1 followed by the proposals securing lesser
marks as H-2,H3 etc.

11.2

The proposal securing the highest combined marks and ranked H-1 will be invited for
negotiations, and if required, shall be recommended for award of contract.
Page 16 of 26

11.3

Firstly, points secured during the technical bid are calculated. It will be as follows:Suppose three bidders A, B & C have been awarded M, N, O marks respectively out of
100 marks in the technical bid. So, points secured including the 70% weightage in the
technical bid by the bidders are:A= M*0.70= T1 points
B=N*0.70=T2 points
C=O*0.70=T3 points

11.4

Then, the point for financial proposal will be calculated as follows:- Suppose three
bidders A, B C has quoted Rs. X, Y, Z respectively where X is L1. Then their points (with
30% weightage) will be
A= (X/X)*0.30= F1 points
B=(X/Y)*0.30= F2 points
C=(X/Z)*0.30= F3 points

11.5

Now the points obtained by the bidders will be combined together as follows:
A= T1+F1 points , B= T2+F2 points, C= T3+F3 points
Now, the proposal with highest combined points secured shall be ranked as H-1
followed by the proposals securing lesser marks as H-2,H3 etc.

11.6

H-1 Bidder if found fit in all respects, will be awarded AOC (Award of Contract).
Bidders selected for AOC will be asked to submit within a given time period, hard copies
of documents in original submitted previously online by him/her. Deviation/
discrepancy in these shall lead to rejection of such bid at any stage.

11.7

Failure to submit the original hard copies and documents desired from the H1 bidder
within the time period given for the purpose, may be construed as an attempt to disturb
the tendering process and dealt with accordingly, legally including blacklisting of the
bidder. In such case of rejection, AOC (Award of Contract) may be given to the next
higher scorer if found suitable in all respects.

11.8

The person or persons whose tender or any other portion of whose tender is accepted
will within five days of receiving notice of such acceptance, execute an agreement in the
form mentioned above & deposit Security Deposit.

11.9

Before awarding AOC (Award of Contract) to a bidder, he/she will have to deposit
Security Deposit offline (physically) in the form of FDR.

11.10 If H-1 bidder is unable to assure the supply in whole of the requirements, opportunity
shall be given to the next higher scorer for supply at the lowest rate or otherwise, if the
Page 17 of 26

latter is found suitable as per specification. The supply order to the worthy bidder
selected as per the above procedure, will be given at any time.
11.11 The Financial proposal will carry weightage of 30%. Please refer to Annexure 2 for the
evaluation criteria for financial proposal.
11.12 From the time the Technical Proposals are opened, to the time the contract is awarded, if
any Agency wishes to contact WBPD on any matter related to its proposal, it should do
so only in writing. Any effort by the Agency to influence the WBPD in the proposal
evaluation or contract award decisions may result in rejection of the proposal of the
Agency.
12. Delivery Pattern & Inspections of UAV:
12.1 Performance/ Field Trial of the offered UAV at the buyers place would be observed in
conformity to the specification during acceptance. Vehicle should be readily available for
trial by the bidder during the acceptance.
12.2

If in the opinion of the Acceptance team of TIA during final delivery of UAV, the Vehicle
inspected at the buyers place is not found to be worthy as per specification above,
AOC/Contract awarded to the Seller(s) will be treated as void automatically and
suitable action will be taken against the bidder as deemed fit by the TIA which includes
forfeiture of Security Deposit.

12.3

In the event of failure to supply the goods accordingly by the selected bidder or in the
event of clause 11.2 above, goods will be purchased from elsewhere without notice to the
bidder and the bidder shall be penalised as per the provisions of this NIT.

12.4 TIA also reserves the right to reject/cancel the tender/contract at any stage without
assigning any reason thereof and no compensation or interest shall be claimed for this.

12.5 After the acceptance, on being asked, COMPLETE DELIVERY of Consignment shall be
made at Telecommunication Branch, West Bengal, 3, Moore Avenue, Kolkata-40.
12.6 The selected bidder shall have to Complete the supply in the following way if not directed
otherwise:100% supply to be given by 28th December -2016.
12.7 Request from the selected bidder for extension of the date of supply mentioned above
shall not be entertained and if the selected bidder does not supply the full consignment
by the above duration of time, suitable action will be taken against the bidder which
Page 18 of 26

includes forfeiture of Security Deposit.


12.8 Notwithstanding any stage inspections that the TIA may carry out, post-despatch
inspections of all the Vehicle complete in all respects shall be carried out by the Inspection
agency/Acceptance Committee of TIA for its completeness, quality and conformity with
contracted specifications.
12.9 The whole consignment on reaching the Consignee Location in full will be inspected
(which includes field trials) by a Committee appointed by TIA for ascertaining any
damage, short-supply and non-conformity with the Specifications. Field trials may also be
conducted for each of the vehicle supplied.
12.10 Delivery of goods shall not be considered as complete until each of such goods have
been inspected and passed again by the relevant Committee appointed for the purpose.
12.11 Arrangements for lifting unaccepted UAVs from the delivery/buyers place should be
made by the firms themselves through their local agents or authorized representatives.
This office will not take any responsibility of returning unaccepted UAVs in any way.
11.14 In the event of the Sellers failure to submit the Security Deposit /Documents, supply the
complete stores/ goods and conduct trials, pass the inspection of goods delivered at the
buyers place, installation/Commissioning of Vehicle, training, etc as specified in the
NIT/Contract, the Buyer may at his discretion, withhold any payment until the
completion of the Contract/ all the details and terms and conditions of the NIT.
12. Schedule of the Tender (Dates & Information):
Sl.no. Items
Scheduled date(s)
1
Start of downloading Documents 29/09/2016, Thursday after 05:00 P.M.
/Tender
publishing/floating
(online)
2
Date of holding pre-bid meeting 04/10/2016, Tuesday at 12:00.hrs at
with the prospective bidders
Bhabani Bhawan, CID Conference Hall,
3rd floor..
3
Bid submission start date (On 04/10/2016, Tuesday after 05:00 P.M.
line)
4
Bid submission closing (on line)
27/10/2016, Thursday at 05:00 P.M.
Page 19 of 26

Annexure 1
Technical Proposal - 70% weightage
Overall Qualifying marks for being considered for Financial Bid Opening= 70% or
above.
Sl. No.
1

Points for consideration of marks


Completeness of proposal
Performance in Demonstration:-

Percentage of marks
20
150

-Basic Description
- Fail-Safe Modes
- Life of Micro UAV
-Performance on all criterias of Specifications
-Specification compliance

Agency Credentials
-Profile and track record
-Antecedent of similar projects undertaken earlier

15

5
Total

Discipline and commitment to timelines

15
200

Annexure 2
Financial Proposal - 30% weightage
1.

Complete cost of the project

2.

Breakup cost per unit, where required, is essential

Page 21 of 26

General guidance for bidders for e-Tendering


Instructions/Guidance for prospective bidders for electronic submission of the tenders online to
participate in e-tendering.
1.

Registration of Bidders:
Any Bidder willing to take part in the process of e-Tendering will have to be enrolled &
registered beforehand with the Government e-procurement system, through logging on
to https://wbtenders.gov.in. The prospective Bidder is to click on the link for eTendering site as given on the web portal.

2.

Digital Signature Certificate (DSC):


Each Bidder is required to obtain a Class-II Or Class III Digital Signature Certificate
(DSC) from any authorized vendor from Controller of Certifying Authorities, Ministry of
Communication & Information technology, Government of India. The Bidder can search
& download NIT & Tender Documents electronically from website once he logs on to the
website https://wbtenders.gov.in even without the Digital Signature Certificate. The soft
copies of the tender document are also published in the West Bengal Police website:
w.w.w.policewb.gov.in.

3.

Participation in more than one item:


A prospective bidder shall be allowed to offer rate for multiple items as per his or her
choice subject to fulfillment of conditions laid down hereinabove and conforming to his
production capacity to be laid down in the tender paper.

5.

Submission of Tenders:
General process of submission: Tenders are to be submitted through online to the
website https://wbtenders.gov.in two folders at a time, one in Technical Proposal & the
other in Commercial Proposal before the prescribed date & time using the Digital
Signature Certificate (DSC). The documents are to be uploaded with virus scanned copy,
and duly Digitally Signed.
The Bidders documents will be in secure/confidential format in the server as they will
be encrypted automatically at Bidders end during bid submission.

Page 22 of 26

(To be given on Company Letter Head)


Annexure-A
TENDER CONDITIONS ACCEPTANCE LETTER
Date:
To,
The Director General & Inspector General of Police,
West Bengal,
Bhabani Bhawan,
31, Belvedere Road, Kolkata-700027
Sub: Acceptance of Terms & Conditions of Tender.
E-Tender Notice No. WBPD/ UAV/ NIT-01/2016-17
Name of Tender / Work: - Supply of Unmanned Aerial Vehicles in
accordance/congeniality to the specification for West Bengal Police/ Kolkata
Police in the current financial year-2016-17.
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
Tender/Work from the web site(s) namely...................................................................as per
your advertisement, given in the above mentioned website(s).
2. I have read the entire tender documents ( NIT, Annexure, Specifications, other
documents) and I / We hereby unconditionally accept and will abide by all the terms
and conditions given in various paragraph of NIT for consideration of my
application/tender for supply of the goods.
3. The corrigendum(s) issued from time to time by your department/ organisations too
have also been taken into consideration, while submitting this acceptance letter.
4. In case any provisions of this tender are found violated , your department/ organisation
shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest
Money Deposit and or Security Deposit (in case my firm/agency is selected for award of
contract) absolutely and or withhold the payment fully or partly and we shall not have
any claim/right against department in satisfaction of this condition.
5. My firm is Original Vehicle Manufacturers (OVM) or Authorised Vendors or
Government Sponsored Export Agencies (please omit which is not required).

Page 23 of 26

6. All the information submitted for this tender by me on behalf of my firm/agency is


correct & in the event of the information submitted by me for participating in this tender
is found to be false or fabricated in any manner whatsoever, I may be suspended and/or
debarred from the Tender at any stage without being compensated or otherwise.
7. The Tender Inviting Authority shall be at liberty to impose such penalty as it deems fit in
case my agency withdraws the bid offered, at any stage of the tender.
8. My Agency will undertake the assignment, in accordance with the Scope & Specifications
of Work detailed in the NIT document and at the cost submitted by my agency in the
financial proposal.
9. My firm does not owe any amount to the Government in the past and there are no
Government dues outstanding against us.
10. We are not blacklisted by any of the Government Organizations / PSUs / Autonomous
bodies.
11. My firm is duly registered under the
strikethrough, if not applicable)

Indian Partnership Act(please

Yours Faithfully,
Signature of the Bidder_________________________
Name (in Bold Letters)______________________
Designation___________________________
Official Seal
Important: In the event of the tender being submitted by a firm or any bidder(s), it must
be signed separately by each member thereof, or in the event of absence of any
partners, it must be signed on his behalf by a person holding the Power of Attorney
authorizing him to do so. Such Power of Attorney is to be produced with the Tender
and in the Case of the firm, carried on by one member of Joint Family, it must be
disclosed that the firm is duly registered under the Indian Partnership Act.

Page 24 of 26

T.R.FORM NO.7

[See sub-rule (2)(b) of T.R.3.06]

Challan for Deposit of money in the account of GOVERNMENT OF WEST BENGAL


1. Name of the Bank & Branch:
2. (a). Name of the Treasury:
(b). Treasury Code:
3. Account Code:
4. Detail Head of Account:

(14- Digits must be filled up properly)

5. (a) Amount : Rs.


(b) In Words: Rupees:
6. By whom tendered Name & Address:
7. Name / Designation & Address of the Departmental Officer on whose behalf / favour money is paid:
8. (a) Particulars & Authority of Deposit:
1

* (b) T.V. No. & Date of A.C. Bill:


9. Accounts Officer by whom adjustable:

Accountant General (A&E), West Bengal.

Verified
Signature of Departmental / Treasury Officer
Date:

Depositors Signature
Treasury Receipted Challan No.

Received payment.
Receipt by Bank / Treasury

Bank Scroll Serial No.


Signature with seal of the Bank.

Date:

* In respect of Challan relating to refund of unspent amount of A.C. Bill

Page 25 of 26

2
Particulars of Amount Deposited :
Cash :

Cheques:
x
x
x
x
x
x
x

Coins

Notes Amount
1000=
500=
100=
50=
20=
10=
5=
=
Total

Drawee Bank

Cheque No.

Amount

Total

Note 1.
Challans are to be presented to the Bank after the Head of Account upto detailed head and other
particulars noted on it have been verified by the Departmental Officer on whose behalf money is credited to
the Government Account. If there is no Departmental Officer at the place where the Treasury is situated this
verification will be made by the Treasury Officer. Difficulties may arise because of not quoting the Head of
Account correctly upto Detailed Head.
Note2.

Particulars of money tendered should be given in the form given above. The Cheques/ Drafts meant
for transfer credit should bear the endorsement Received payment by transfer credit to
(Head of Account to which creditable)

Note3.

In cases where direct credit at the Bank without verification by Departmental Officer or Treasury
Officer is permissible (e.g. fees payable to the Public Service Commission on account of recruitment,
etc.), the Head of Account may be written by the Depositors. The Treasury Officer or Pay & Accounts
Officer, Kolkata Pay & Accounts Office may check the Head of Account and make correction, where
necessary, when the Challan is received with the Banks scroll.

Page 26 of 26

Potrebbero piacerti anche