निविदा आमंत्रण सूजिा / notice inviting tender · 2018-05-29 ·...

35
भारत सरकार / Government of India अंतरविभाग / Department of Space उर-पूिी अंतरउपयोग / North Eastern Space Applications Centre उवमयम / Umiam - 793103, मेघालय / Meghalaya फै स/Fax: 0364-2570139 फोन/Tel.: 0364-2570036 ईमेल/Email:[email protected] निविदा आमंण जिा / NOTICE INVITING TENDER वनदेशक एनई -सैक उवमयम मेघालय ,वतवित सेिा दाता ,फमो,ठे के दार आद से वनवलवित के वलए मोहरबंद ताि को दो बोली म आमंवित करते ह / /Director, NESAC, Umiam, Meghalaya invites sealed offers in two bids from reputed Service Providers, Firms, Contractors etc for the following वनविदा दतािेजो के विय का दनांक/ Dates for selling of tender documents :30.05.2018 to 26.06.2018 वनविदा दतािेजो को जमा करने की अवततम वतवि ि समय /Last date & Time for submission of tender documents : 26.06.2018 upto 1330 Hrs. वनविदा िोलने की वतवि ,समय ि िान / Date, Time & Venue of Bid Opening :26.06.2018 at 1530 Hrs at एनईसैक, उवमयम/ NESAC, Umiam Instructions to Tenderers: 1. For full details and terms and conditions etc., please see the enclosed Annexures. 2. Tender documents can be obtained from the Accounts Officer, I/C Purchase & Stores, NESAC, Umiam. 3. Tender Fee shall be paid in form of CROSSED Demand Draft only. The Demand Draft should be in favor of Director, NESAC drawn on State Bank of India, Umiam (branch Code 2010). The Tender Fee is NON-REFUNDABLE. Your request letter along with Tender Fee may be addressed to the Accounts Officer, I/C Purchase & Stores as indicated above. 4. Interested tenderers may, at their option, download the tender documents from the NESAC website www.nesac.gov.in and submit the Tender Document along with the prescribed tender fee as per details given in the tender notification. 5. While requesting for Tender Documents, please superscribe on the cover as “Request for Tender document against Tender Notice No. NESAC/950/2018 6. Tender Document received after the due date/time will not be considered. 7. While sending sealed quotation/offer superscribed respective Tender Number and Due Date on the envelope. 8. NESAC, UMIAM is not responsible for any postal delays/loss of documents in transit. 9. If the date specified for submission/opening of tenders is declared as a holiday abruptly, the due date for submission/opening of the tenders in such cases shall be postponed automatically to the next working day. 10. Director, NESAC reserves the right to accept or reject any/or all the quotations/Expression of Interest in part or full. 11. All pages forming part of the tender documents should be duly signed, stamped and submitted to NESAC. Pages not signed and stamped will be considered invalid and rejected. Sd/- Dated: 29.05.2018 वनदेशक, एनईसैक / Director NESAC एनआईटी सं . / NIT No. कायय का नाम / NAME OF THE WORK इएमडी( ) डीडी के प म / EMD ( ) IN THE FORM OF DD वनविदा शुक/ TENDER FEE ( ) NESAC/950/2018 Design and Development of Software Application for North Eastern Spatial Data Repository (NeSDR) `3,35,000/- `350/-

Upload: others

Post on 27-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

भारत सरकार / Government of India

अंतररक्ष विभाग / Department of Space

उत्तर-पूिी अंतररक्ष उपयोग कें द्र / North Eastern Space Applications Centre

उवमयम / Umiam - 793103, मेघालय / Meghalaya

फैक्स/Fax: 0364-2570139 फोन/Tel.: 0364-2570036

ईमेल/Email:[email protected]

निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER

वनदेशक एनई-सैक उवमयम मेघालय ,प्रवतवित सेिा प्रदाताओं ,फमो,ठेकेदारों आदद से वनम्नवलवित के वलए मोहरबंद प्रस्तािों

को दो बोली में आमंवित करते हैं / /Director, NESAC, Umiam, Meghalaya invites sealed offers in two bids from reputed Service Providers, Firms, Contractors etc for the following

वनविदा दस्तािेजो के विक्रय का ददनांक/ Dates for selling of tender documents :30.05.2018 to 26.06.2018

वनविदा दस्तािेजो को जमा करने की अवततम वतवि ि समय /Last date & Time for submission of tender documents : 26.06.2018 upto 1330 Hrs.

वनविदा िोलने की वतवि ,समय ि स्िान / Date, Time & Venue of Bid Opening :26.06.2018 at 1530 Hrs at एनईसैक, उवमयम/ NESAC, Umiam

Instructions to Tenderers: 1. For full details and terms and conditions etc., please see the enclosed Annexures.

2. Tender documents can be obtained from the Accounts Officer, I/C Purchase & Stores, NESAC, Umiam.

3. Tender Fee shall be paid in form of CROSSED Demand Draft only. The Demand Draft should be in favor of Director, NESAC drawn on State Bank of India, Umiam (branch Code 2010). The Tender Fee is NON-REFUNDABLE. Your request letter along with Tender Fee may be addressed to the Accounts Officer, I/C Purchase & Stores as indicated above.

4. Interested tenderers may, at their option, download the tender documents from the NESAC website www.nesac.gov.in and submit the Tender Document along with the prescribed tender fee as per details given in the tender notification.

5. While requesting for Tender Documents, please superscribe on the cover as “Request for Tender document against Tender Notice No. NESAC/950/2018

6. Tender Document received after the due date/time will not be considered.

7. While sending sealed quotation/offer superscribed respective Tender Number and Due Date on the envelope.

8. NESAC, UMIAM is not responsible for any postal delays/loss of documents in transit.

9. If the date specified for submission/opening of tenders is declared as a holiday abruptly, the due date for submission/opening of the tenders in such cases shall be postponed automatically to the next working day.

10. Director, NESAC reserves the right to accept or reject any/or all the quotations/Expression of Interest in part or full.

11. All pages forming part of the tender documents should be duly signed, stamped and submitted to NESAC. Pages not signed and stamped will be considered invalid and rejected.

Sd/-

Dated: 29.05.2018 वनदेशक, एनईसैक / Director NESAC

एनआईटी सं. / NIT No.

कायय का नाम / NAME OF THE WORK

इएमडी( ) डीडी के रुप में/ EMD ( ) IN THE

FORM OF DD

वनविदा शुल्क/ TENDER FEE

( )

NESAC/950/2018 Design and Development of Software

Application for North Eastern Spatial Data Repository (NeSDR)

`3,35,000/- `350/-

Page 2: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

2

TENDER DOCUMENT

DESIGN AND DEVELOPMENT OF

SOFTWARE APPLICATION FOR

NORTH EASTERN SPATIAL DATA

REPOSITORY (NESDR)

मई/May 2018

भारत सरकार / Government of India

अंतररक्ष विभाग / Department of Space

उत्तर-पूिी अंतररक्ष उपयोग कें द्र / North Eastern Space Applications Centre

उवमयम / Umiam - 793103, मेघालय / Meghalaya

Page 3: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

3

1. INTRODUCTION North Eastern Space Applications Centre (NESAC) under Department of Space, Government of India has been executing a

large number of projects in the areas of Earth observations applications in collaboration with the State Remote Sensing

Applications Centres (SRSACs) of NE region (NER). A number of portals and Geoportals have been developed for

dissemination of data and services to the user of the region. The proposed work is aimed to establish facility at NESAC with

Geospatial linkages with the SRSACs of NER. Geospatial facility of each of the SRSACs will be strengthening to provide the

online data services required for the State. NESAC as a Regional Node will host regional database including State data

whereas respective State Node will be responsible for State data generated by States or other Line Departments.

The Bidding Document may be obtained from the Office or may be downloaded from NESAC‟s Website

http://www.nesac.gov.in and the bid should be submitted to the Office of the Director, North Eastern Space Application

Centre( NE-SAC), Department Of Space, Government of India, Umiam, Shillong-793103, Meghalaya, India.

A. Please note that all information desired needs to be provided. Incomplete information may lead to rejection of bid.

B. All bids must be accompanied by Bid Security as specified in Bid document.

C. NESAC reserves the right to change the Dates of Submission and specifications mentioned in the RFP, the

changes if made will be uploaded in the NESAC Website.

2. FUNCTIONAL OVERVIEW

The NeSDR infrastructure will facilitate the receiving of data sets from SRSACs and other partner institutions by online and

offline methods, preparing & validating then the data suitably and populating the regional repository. The centre has an

existing Spatial Data Repository (SDR) based on Hexagon's ERDAS Apollo server [advantage edition] which was

commissioned in 2013. This is an organizational SDR hosted on local Intranet and the catalog is populated with 14000+

various geospatial datasets of NER having size of approximately 7TB. The users are able to search, query and download the

required data from the customized SDR Geoportal. The SDR provide OGC compliant web services and also enriched with

ISO metadata standards. ESRI ArcGIS enterprise server is also available at NESAC for hosting various web services. A

large number of geoportals and mobile apps have been developed by NESAC for different developmental planning activities

using open source standards.

The main objective of the proposed solution is to build a North Eastern Spatial Data Repository (NeSDR), at NESAC,

Umiam, Meghalaya as a regional node (NeSDR-R) with a linkage to the respective state nodes (NeSDR-S) of NER to enable

data cataloging, sharing, and retrieving in a decentralized mode. Each of the state nodes (NeSDR-S) will integrate, validate

and catalog state specific geospatial data as per OGC standards with proper harvesting of metadata. NeSDR-R located at

NESAC, will establish VPN connectivity with each of the NeSDR-S nodes in order to crawl data and the harvested metadata

for hosting from regional node in public domain. Authorized users of NeSDR portal will be enable with functionality of

searching, querying and downloading of the state specific geospatial datasets through valid authentication of the user

credentials.

3. NeSDR ARCHITECTURE

NeSDR proposes to catalog all geospatial data present in seven state remote sensing centers and line Departments of NER

in a decentralized manner where data generated at NESAC will be catalogued at NeSDR-R and data generated at State

Page 4: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

4

centres and line departments will be catalogued at NeSDR-S. The system will be implemented using Open source or COTS

technologies and deployed on Linux server along with 10Tb SAN for data storage. A dashboard based web application will

be developed and deployed on the 2 Linux based web servers running in a high availability mode. Data along with metadata

from state centres will be crawled and copied to central database hosed at NESAC. The automatic Crawling will be triggered

when database at state node gets updated. The web application should seamlessly interact with existing SDR of NESAC

hosted on 2 windows based servers as well as interact with state nodes for maintaining central catalog from decentralized

catalogs. UI of NeSDR-R will enable user to search, query and download the data available in NeSDR repository. Data

download and services privileges are provided in Figure1. In addition to this NeSDR will also host governance applications.

Deployment of these governance applications will be done with admin module developed using open source technology

which will aid the user to develop and deploy WebGIS based governance applications with the following functionalities

addition of various base maps, swipe tool, measurement tool, adding of external shape file, spatial filter based searching,

SQL based query. The architecture of the NeSDR is given in the Figure2.

Procurement of hardware and network infrastructure is not in the scope of this tender. The Following hardware infrastructure

with networking will be provided by NESAC:

Hardware at state centers (State Nodes):

1 Linux based server for Web and 1 Application/Database server

10 TB SAN Storage to be connected to servers via 10G Network switch

10 Mbps internet connectivity with public IPs for hosting the application

Hardware at NESAC (Center Node):

2 Linux based servers in High availability (HA) for Web and 2 Windows servers in HA for

Application/Database

25 TB SAN Storage to be connected to servers via 10G Network switch

Internet connectivity via two ISPs: a) 1Gbps & b) 10mbps

Figure 1: Flow of data services and data privileges

Page 5: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

5

Figure 2: The conceptual architecture of the proposed NeSDR software setup

4. SCOPE OF THE WORK

1. To develop a data cataloging server software application for decentralized data cataloging and sharing. The

application will be installed in seven state nodes (NeSDR-S) and one regional node (NeSDR-R) at NESAC.

Maintenance of application will be carried out via regional node and remotely using NeSDR-R. Catalog server

NESDR-R in addition should support additional OGC services such as WMS, WFS, WCS, WPS etc.

2. The developed SDI solution should seamlessly interact with existing data repository of NESAC (NeSDR-R).The

interface mechanism or tools for mapping or importing the catalogue has to be developed by the System Integrator.

3. To deploy cataloging server application for NeSDR-S to be hosted at office premises of respective SRSACs of NER

(Seven States) for building State level data repository and share the data along with metadata with NeSDR-R via

CUG/VPN.

4. To develop cataloging server application for NeSDR-R which should crawl the data and metadata from NeSDR-S

as and when the database at NeSDR-S gets updated and create a central repository of database of NER at

NeSDR-R.

5. To develop and install application for generating metadata based on ISRO NNRMS standards of data at state node

and regional node. The Metadata standards will be provided by NESAC.

6. To develop Geoportal based software application with the following functionalities:

a. Search for geospatial data based on metadata parameters

b. Data visualization system in 2D and 3D environment using OGC web service specifications such as WMS,

WFS, WCS, KML, SLD etc;

c. Publish the data services such as WFS, WCS, SOS etc for authorized user (s);

d. Request for data download, approval of which will follow the architecture based on Figure 1 or any

mutually acceptable architecture proposed by the system integrator.

e. Host governance applications on NeSDR-R node based on the centralized data repository created at

NESAC by crawling data and metadata from state nodes.

Page 6: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

6

7. To provide platform for development of g-governance applications to be deployed at NeSDR-R using open source

technologies with following functionalities:

a. Framework for creating dynamic creation of geospatial data visualization portal with functionalities such as:

i. Statistics (State Wise, district wise, area of interest)

ii. Custom Query Shell

iii. Swipe, transparency, overlay, temporal analysis tools for geo-visualization;

b. Data visualization portal for streaming of live data generated at state centres and NESAC.

c. Application should provide capabilities of OGC based Web Processing Services (WPS) for assisting in

development of WebGIS applications which can perform processing operations such as.

i. Vector based query by location and attribute

ii. Raster based query by pixel values

iii. Basic raster math operations such as band rationing.

iv. Any other online analysis module required for the project.

d. Generation of customized reports based on queries performed in the portal mentioned in point 7(a) and 7(b).

8. To provide application for maintaining logs of downloaded data along with the user details who have requested the

data.

9. To provide AMC for 3 years with two resource personnel for maintaining applications developed. Resource

personnel should have expertise in Spatial Database management, Web application development and mobile app

development preferably with B.Tech or M.Tech in Computer Science/IT or Geo-Informatics or equivalent

qualification related to the proposed application.

5. LIST OF DELIVERABLES (REQUIREMENTS)

The bidder should supply and implement the below mentioned:

Table-1: List of requirements for NeSDR-R (Umiam, Shillong) and NeSDR-S nodes (as specified in Table 2)

Sl

No

Requirements Qty Locations Description

Applications to be developed and deployed at Regional node

1 Development of Catalogue server

application (NeSDR-R)

1 NeSDR-R Catalogue server application to be developed with

various functionalities of data searching, metadata

information, data visualization, downloading etc. at

NeSDR-R.

To allow crawling of data and metadata from

NeSDR-S as and when the database at NeSDR-S

gets updated and create a central repository of

database of NER at NeSDR-R.

To develop metadata generating Tool: For

generating as well as import of metadata based on

ISRO NNRMS standards of data at state and

Page 7: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

7

regional nodes. The Metadata standards will be

provided by NESAC.

Development of Interface Mechanism for importing

or mapping of catalogue from the existing SDR:

The interface mechanism or tools for mapping or

importing the catalogue has to be developed by the

System Integrator.

Development of Interface Mechanism for importing

or mapping of catalogue from the existing SDR:

The interface mechanism or tools for mapping or

importing the catalogue has to be developed by the

System Integrator.

Provide Platform for development of g-governance

applications to be deployed at NeSDR-R using

open source technologies (as specified in Section

4, Sl. No. 7)

2 Custom dashboard based GUI

development on top of the

Catalogue server

1 NeSDR-R Dashboard interface with various functionalities of

SDR for data searching, visualization, downloading

as given at Sec 4(6).

Tool/Application for maintaining user logs: To

provide application for maintaining logs of

downloaded data along with the user details who

have requested the data

Installation and configuration of the designed GUI:

Installation, deployment and testing the

connectivity of the SDR software implemented

either through COTS/Open Source

3 Deployment of Catalogue server

at NeSDR-R

1 NeSDR-R Setting up and configuration of catalogue server

application with custom dashboard based GUI

Applications to be developed and deployed at State nodes

4 Development of Catalogue server

application for NeSDR-S with

basic Geoportal for data and

metadata visualization

7 NeSDR-S Catalogue server application to be developed with

various functionalities of data searching, metadata

information, data visualization etc.

5 Installation and configuration of

the designed Geoportal and

Establishing (OGC web services

linkages)

7 NeSDR-S Installation, deployment and testing the connectivity of

the SDR software implemented either through

COTS/Open Source at respective sites. To connect

NeSDR-R to each of the NeSDR-S nodes through

utilising existing CUG/VPN connectivity.

Page 8: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

8

Services: a) Data refinement, correction & cataloguing, b) Training, c) Documentation & d) Warranty & AMC services

6 Data refinement , correction and

cataloguing of all the geospatial

datasets (both raster and vector)

harvested metadata

1 NeSDR(R&S) Datasets available for all the 8 states pertaining to NE

region as per Annexure-1.

7 Training for the officials of

NESAC at NESAC

One

week

NeSDR-R Demonstration to the operation, troubleshooting,

maintenance of the SDR.

8 Training for the officials of state

nodes at all the states pertaining

to NE region

Three

days

NeSDR-S Demonstration to the operation, troubleshooting,

maintenance of the SDR.

15 Software documentation and

manuals

One

time

For NeSDR-R

& NeSDR-S

Details Steps of manual for Steps of Operations,

Troubleshooting Guides and other relevant

documentation

16 AMC for 2 years with one

resource personnel for

maintaining applications

developed

For NeSDR-R &

NeSDR-S

As specified in the 17.9 of the document

17 One Onsite Resident Engineer For NeSDR-R As specified in the 17.9 of the document

Table-2: Location of NeSDR-S nodes in NE region

Sl No State Installation Location

1. Arunachal Pradesh Director, Arunachal State Remote Sensing Applications Centre, Maung-Phi Complex, ESS Sector, Itanagar-791113

2. Assam Director, Assam Science Technology & Environment Council, BigyanBhavan, (Near IDBI Building), GS Road, Guwahati – 781 005

3. Manipur Director, Manipur Remote Sensing Applications Centre (MARSAC), New Secretariat building, Room No. 101, Imphal – 795 001

4. Mizoram Chief Scientific Officer & Member Secretary Secretariat Complex Tlangzawl, New, New Capital Complex Rd, Khatla, Aizawl, Mizoram 796001,

5. Nagaland Project Coordinator, Nagaland GIS & RS Centre, Planning & Co-ordination Department, Nagaland, Kohima-797 001

6. Tripura Officer-in-Charge, Tripura Space Applications Centre (TSAC) VigyanBhavan, Pandit Nehru Complex, Gorkhabasti, P.O. Kunjabam Agartala – 799 006, Tripura

7. Sikkim Additional Director (RS), Sikkim State Council of Science & Technology, Govt. of Sikkim, VigyanBhavan, 31A National Highway, Deorali Gangtok-737102, East Sikkim

Page 9: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

9

6. ELIGIBILITY OF THE BIDDERS

Sl. No.

Eligibility criteria forbidders

1 This invitation for bids is open to all reputed original equipment manufacturers (OEM) or their authorized Systems Integrator specifically authorized by the OEM to quote on their behalf for this tender.

2 The System Integrator (SI) should be a registered company in India as per Companies Act 1956.The certificate of incorporation issued by Registrar of Companies along with copies of Memorandum of Articles of Association are required to be submitted along with technical bid.

3 The SI should have annual turnover of Rs 2 crores in average of the last 3 preceding financial years. Copy/Copies of Audited Balance Sheet are to be submitted in support of bidders annual turnover. CA declaration certificate for FY 16-17 will also be considered if audited balance sheet is yet to be released for FY16-17.

4 The SI should not have been blacklisted in any Government/ Government undertaking/Public sector companies. A self-declaration letter by the Bidder, on the company‟s letter head should be submitted along with technical bid.

5 SI has to enclose manufacturer authorization certificate mentioning the Tender No. to quote for this particular Tender, otherwise quotation will be rejected. If the solution is based on open source, self-declaration in their letter head must be submitted.

6 The SI should participate as a single party and no consortium is allowed.

7 Spatial data Infrastructure (SDI) or SDR software application implemented through with COTS or open source worth Rs 50 Lakh with the mentioned criteria: supply of SDR COTS software or development using open source SDR/SDR software or 3 nos. geoportal implementation.

8 The OEMs or the bidder if participating in the tender must have presence in India for at least 5 years.

9 SI Should have Minimum 3 Nos. Certified Developer in similar products and / or services", including Development license to carry any development requirement. Documentary proof must be submitted along with their qualification.

7. COST OF BIDDING

7.1 Cost of Tender Document: `350/- (Three Hundred Fifty) only in the form of Crossed demand draft drawn on any

Nationalized Bank in favor of Director, NESAC and payable at State Bank of India, Umiam (Branch Code 2010 (Barapani)).

7.2 The Bidder shall bear all costs associated with the preparation and submission of its bid, and “the Purchaser", will, in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

8. EARNEST MONEY DEPOSIT

8.1 Earnest Money Deposit (EMD) of `3,35,000/- only should be submitted along with the bid in the following manner

8.1.1 Crossed demand draft drawn on any Nationalized Bank in favor of Director, NESAC and payable at State Bank

of India, Umiam branch (Branch Code 2010).

8.1.2 EMD submitted in any form other than as specified above shall not be accepted and shall lead to rejection of the offer.

8.2 EMD shall be forfeited in the following events: 8.2.1 If the offer is withdrawn during the period of validity of the offer or any agreed extension.

Page 10: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

10

8.2.2 If the offer is modified/altered without the knowledge of NESAC.

8.2.3 If the tenderer backs-out.

8.2.4 If the tenderer attempts to procure the contract by furnishing false/incorrect documents and by giving false

declarations.

8.3 The EMD of the unsuccessful bidders shall be returned within a reasonable time or after expiry of the validity period. No interest shall be paid by NESAC on EMD.

8.4 Any offer without the EMD shall be summarily rejected.

9. TWO BID PROPOSAL

9.1 Two Bid Proposals:

Each Bid shall be in 2 (Two) Parts viz. Part- I Technical Proposal ,Part -II Commercial Bid

All Bidders are requested to follow carefully the following instructions before preparing their offer.

9.2 PART I : Technical Bid

This part should contain detailed specifications of the items quoted by you along with Technical literature and leaflets if any.

A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this.

Earnest Money Deposit (EMD) of `3,35,000.00 (Rupees Three Lakhs Thirty Five Thousand only) and Tender Fee of `350 (Three Hundred Fifty only) in Crossed demand draft drawn on any Nationalized Bank in favour of

Director, NESAC, payable at SBI Umiam [Branch Code 2010 (Barapani)].

Any other information called for in the tender related technical and specifications can also come in this part.

Prices should not be indicated in this cover.

9.3 PART II: Price Bid

The prices applicable for the items, item-wise in response to the tender shall come into this part.

Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.

Price part prepared as above shall be enveloped and super scribed as follows:

Tender No.: Due Date : PART-I : TECHNICAL & COMMERCIAL BID

The Accounts Officer, I/C Purchase & Stores North Eastern Space Applications Centre

Government of India, Department of Space

Umiam – 793 103. Meghalaya

From:

Page 11: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

11

In case you are going to download the documents from our website and submitting the offer, you are requested to submit

the DD towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover “Tender fee in

respect of File No. ”.Quotations submitted

contrary to above instructions are liable to be rejected

10. LICENSING &TERMS AND CONDITIONS

i. Proposed solution should be in the form of commercially off-the shelf (COTS) or open source software solution.

ii. Both the above option (software and the customized application) should not be platform dependent.

iii. Product license framework should be simple and clearly defined.

iv. License should be clearly defined for its dependency w.r.t. cores of machine.

v. Licensing Terms & Conditions is permanent. The software or customized application will be active even after the

warranty period or the subscription if any.

vi. The customized application developed using the COTS software/open source software with the NESAC data

shall be the property of NESAC and the same shall not be deployed or demonstrated at any place, otherwise it

shall be considered the violation of copyright.

vii. Rate quoted for the solution must be inclusive of installation, data integration, deployment at NESAC and the

respective installation sites, training and support via remote access during one year warranty of the software or

application.

viii. Vendor shall submit the technical bid and commercial bid separately in different envelops. The technical bid

shall be opened first and the commercial bid of only those vendors who qualify the technical bid shall be opened

for the final consideration.

ix. The technical bid shall contain all the tender documents and supporting documents excluding the cost of the

system. The commercial bid shall contain the price of the system quoted in the technical bid. If the price of the

quoted system appears in the technical bid, the offer shall be summarily rejected. Both the technical and

commercial bid shall be kept in a single envelop and submitted.

x. GST registration certificate should be enclosed.

xi. Vendor must submit detailed design & layout of proposed architecture along with the technical bid.

xii. The offer of the vendors quoting only part of the system shall be rejected. Only those vendors who quote for

entire solution shall be considered and P.O will be awarded for the entire project based on the L1 rate of the

Tender No.: DueDate :

PART-II : PRICE BID

The Accounts Officer, I/C Purchase & Stores North Eastern Space Applications Centre

Government of India, Department of Space

Umiam – 793 103. Meghalaya

From:

Page 12: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

12

total value. No separate PO shall be issued for individual components as each of the components are inter-

related in terms of compatible specifications.

xiii. Bidder solution should have OGC certified for WMS, WFS, WCS, CSW, WFS-T.

11. BID PRICES

i. Vendor must have to quote individual prices for each item along with the total package cost. The lowest financial bid

shall be calculated on the basis of lowest total price and not on the basis of price of each individual component. A

firm quoting lowest price for any / some individual component but amounting to more than the lowest price in terms

of total cost, under no circumstances shall qualify to be considered for awarding the order of the whole system or for

those components for which they have quoted the lowest.

ii. NESAC reserves the right to purchase only some selected components out of the items quoted and in such cases

the total price of package shall be the algebraic sum of the individual component price, ordered for.

iii. The price quoted for all hardware shall inclusive of transportation up to NESAC, Umiam and the installation locations

as mentioned in the Table-2 as well as at NESAC, Umiam, Shillong.

iv. The percentage of tax (all types) must be quoted in clear terms separately. If the percentage of taxes is not

mentioned separately, it will be presumed that the rates quoted are inclusive of taxes.

12. VALIDITY OF THE BID

The Bid along with prices and other Terms & Conditions shall be valid for a minimum period of 180 days from last date of

submission of the tender.

13. Installation & Warranty Support

Vendor must furnish the guidelines for installation/configuration of software or customized application.

The software/application should be deployed in multiple systems (in standalone) with no additional cost. Software or

the customized application should be delivered in DVD/CD.

Installation and integration and customization will be taken place at NESAC, no remote access will be provided for

the same.

Vendor may offer either commercial software or the customized application using open source software and

standards.

The warranty of the software or customized application is one year from the date of installation and activation

of the software. It covers the free upgradation of software, troubleshooting etc. in all the installation sites- Regional

node at NESAC, Shillong and respective State Nodes in different locations as specified in the Table-2.

Remote access will be given for the support during the warranty period. If there is a major issue regarding the

customization and configuration of the application supplied by the vendor, vendor needs to sort out the issue in the

respective installation sites at free of cost.

Page 13: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

13

14. DELIVERY TERMS

Sl No Scope of work Suggested completion timeline

Deliverable(s)

A. Requirement Analysis Week1-Week2 Software Requirement Specification documentation

B. Data model conceptualization Week1-Week2 Conceptual data model

C. Preparation of the catalog Week1-Week2 Catalogs of the regional and state node

D. Development of Catalog Server application of NeSDR-R & NeSDR-S nodes and Geoportal customization of NeSDR-R node and basic Geoportal development for NeSDR-S nodes.

Week2-Week16 Custom geoportal

E. Data integration into centralized database

Week14-Week16 Integration of data into regional node

F. Data integration into state database Week15-Week18 Integration of data into state node

G. Creation of geo services and publishing it with metadata in the geoportal.

Week18-Week20 OGC data services will be generated

H. User testing followed by security audit Week14-Week20 Test and audit report shall be generated

I. Final deployment in regional node Week20-Week21 NeSDR - R will be deployed with all the specifications mentioned in list of deliverables

J. Final deployment in state node(Table2) Week20-Week22 NeSDR - S will be deployed with all the specifications mentioned in list of deliverables

K. Go live of the complete system and training

Week22-Week24 Web-accessible Geo-portal with the clearinghouse conforming to availability of the relevant deliverables by NESAC

15. MODE OF PAYMENT

Sl No Milestones as per Delivery Terms Timeline Percentage of Payment

1. Completion of milestones as defined in Section. 15 (Sl. Nos. A-J)

Within 22 Weeks 50%

2. Handing over the complete system, testing & validation and training as per specified in the tender

In 24th Week 50%

16. TECHNICAL SPECIFICATIONS (TS)-(Bill of materials- BoM must be attached) 16.1 Development of Catalogue server application (NeSDR-R): Qty-1

A) Major requirements

i. Catalogue server application to be developed with various functionalities of data searching, metadata

information, data visualization, downloading etc. at NeSDR-R.

ii. To allow crawling of data and metadata from NeSDR-S as and when the database at NeSDR-S gets updated

and create a central repository of database of NER at NeSDR-R.

iii. To develop metadata generating Tool: For generating as well as import of metadata based on ISRO NNRMS

standards of data at state and regional nodes. The Metadata standards will be provided by NESAC.

iv. Development of Interface Mechanism for importing or mapping of catalogue from the existing SDR: The

Page 14: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

14

interface mechanism or tools for mapping or importing the catalogue has to be developed by the System

Integrator.

v. Development of Interface Mechanism for importing or mapping of catalogue from the existing SDR: The

interface mechanism or tools for mapping or importing the catalogue has to be developed by the System

Integrator.

vi. Provide Platform for development of g-governance applications to be deployed at NeSDR-R using open source technologies (as specified in Section 4, Sl. No. 7)

B) Capability &Compliance

i. The proposed solution must have the capability for automatically harvesting metadata, foot prints, and

thumbnails. Metadata complaint to OGC-CSW.

ii. The proposed solution must be compliant to OGC Catalogue Service Implementation Specification with latest

version, Web Coverage Service Implementation Specification with latest version, Web Feature Service

Implementation Specification with latest version, Web Map Service Implementation Specification with latest

version etc.

iii. Capable of scheduling metadata harvesting mechanism so as to reduce administrative tasks.

iv. Support for coordinate transforms and user definable datum support based on EPSG. An administrator can

create and add custom coordinate system to this system.

v. Support functionalities like, create edit and delete features, band combinations, stretching, color maps, hill

shading, on-the-fly projection, on-the-fly mosaic, generation of pyramids, footprint management, metadata

editing user interface (Both dataset wise and Batch Metadata editing), data provisioning and data styling.

vi. Having provision for federated/distributed search from the clearinghouse master node, enabling admins to

register a third party only OGC WMS or WFS web services from the child nodes from an admin tool. Admin is

able to register this service, and once published, all authorized users are able to search across all the services

including third party services coming from other departments.

vii. Capability of performing web based administration with following features:

a. Remote management of data: an admin can manage all raster and vector data from anywhere in the

network without having the dependency of any other COTS package or desktop software.

b. Hierarchical data management: The server supports automatic handling of Hierarchical data

management, wherein the data and metadata must be clubbed accordingly

c. Security management with access security over data and role based geospatial security over same

datasets without altering the datasets

d. Pyramid management (Server Side) for Rasters

e. Footprint management

f. Thumbnail management

g. Geospatial Raster Data Crawlers

h. Job Management and scheduling system

i. ISO Metadata Editor and harvester

j. Service cataloguing

viii. Existing system is able to connect into spatial data natively from Oracle locator, Sql Server Spatial and

PostGIS simultaneously without any additional license implication.

Page 15: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

15

ix. The system is able to pull in any spatial data natively stored in Oracle spatial, Microsoft ® SQL Server spatial

and PostgresSql with PostGIS.

x. The system provide a wherein multiple instance of the geoportal should be possible using a browser based

administrator UI.

xi. It is possible to catalogue geotagged photographs in the central catalogue, wherein the system should be able

to automatically read the lat, long information stored in the exif metadata of the jpeg photographs.

16.2 Custom dashboard based GUI development on top of the Catalogue server (NeSDR-R): Qty-1

A) Major requirements

i. Catalogue server application to be developed with various functionalities of data searching, metadata

information, data

ii. Dashboard interface with various functionalities of SDR for data searching, visualization, downloading as given

at Sec 4(6).

iii. Tool/Application for maintaining user logs: To provide application for maintaining logs of downloaded data

along with the user details who have requested the data

iv. Installation and configuration of the designed GUI: Installation, deployment and testing the connectivity of the

SDR software implemented either through COTS/Open Source

B) Some of the major tools required to be integrated

Sl. No.

Customization of dashboard based geoportal on existing SDR

Description

1 Dashboard based Geoportal The User interface of the portal will be in dashboard

template showcasing various functionalities and

capabilities of SDR

2 Integration and visualization of data collected via mobile apps

Mechanism to collect filed data via mobile apps using

tools such as ODK and posting of it to dashboard etc.

3 Integration of data collection via Crowd sourcing/VGI

Mechanism for collecting, authenticating and

integrating crowd sourced/VGI data on dashboard

4 Data Search tool and Spatial filter search tool Searching of the datasets from the SDR catalog

through keyword, acquisition date based searched etc.

5 Download tools and Spatial filter download tool Enable download mechanism via CUG/VPN of the

requested datasets.

6 Swipe tool To enable users to swipe over two different datasets of

same area within the portal

7 Measurement tool To measure geospatial datasets like coordinate

information, distance measurement and area

calculation measurement.

8 Adding external shape file tool To enable users to add external shape file from the

local machine and visualize in the portal

9 Adding various base map tool Users should be able to add various base maps from

different map service providers

10 Metadata based search Searching from the harvested metadata of the datasets

11 Tool for Report Generation for DPR The interface must also provide mechanism for

comprehensive report generations based on selected

AOI and layers for use in preparation of DPR etc

Page 16: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

16

16.3 Deployment of Catalogue server at NeSDR-R: Qty-1

i. Setting up and configuration of catalogue server application as specified in 17.1.

ii. Integration of custom dashboard based GUI on top of Catalogue server application as specified in 17.2.

16.4 Development of Catalogue server application for NeSDR-S with basic Geoportal for data and metadata

visualization (NeSDR-S): Qty-7

A) Major requirements

iii. Catalogue server application to be developed with various functionalities of data searching, metadata

information, data.

B) Capability & Compliance

i. The proposed solution must have the capability for automatically harvesting metadata, foot prints, and

thumbnails. Metadata complaint to OGC-CSW.

ii. The proposed solution must be compliant to OGC Catalogue Service Implementation Specification with latest

version, Web Coverage Service Implementation Specification with latest version, Web Feature Service

Implementation Specification with latest version, Web Map Service Implementation Specification with latest

version etc.

iii. The proposed solution should have the capability for automatically harvesting metadata, foot prints, and

thumbnails. This metadata should be complaint to OGC-CSW.

iv. The proposed Solution should be capable of scheduling metadata harvesting mechanism so as to reduce

administrative tasks.

v. There should be support for coordinate transforms and user definable datum support based on EPSG. An

administrator can create and add custom coordinate system to this system.

vi. Support functionalities like, create edit and delete features, band combinations, stretching, color maps, hill

shading, on-the-fly projection, on-the-fly mosaic, generation of pyramids, footprint management, metadata

editing user interface (Both dataset wise and Batch Metadata editing), data provisioning and data styling.

vii. There should be a provision for federated search from the clearinghouse master node, enabling admins to

register a third party OGC web service or web services from the child nodes from an admin tool.

viii. There should be a capability of performing web based administration, however for administrators sitting at

remote locations and for day to day ease of work there should also be a local thick administration module, using

which frequent admins can set up the server.

ix. This administration console should at least perform below mentioned tasks:

a. Remote management of data: an admin must be able to manage all raster and vector data from anywhere

in the network without having the dependency of any other COTS package or desktop software.

b. Hierarchical data management: The server should support automatic handling of Hierarchical data

management, wherein the data and metadata must be clubbed accordingly

c. Security management with access security over data and role based geospatial security over same

datasets without altering the datasets

d. Footprint/thumbnail management

e. Geospatial Raster Data Crawlers

f. Job Management and scheduling system

Page 17: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

17

g. ISO Metadata Editor and harvester

h. Service cataloguing

x. The proposed system should be able to connect into spatial data natively from Oracle locator, Sql Server Spatial

and Postgis simultaneously.

xi. The system should be able to pull in any spatial data natively stored in Oracle spatial, Microsoft ® SQL Server

spatial and Postgres Sql with Postgis

xii. The system should provide a wherein multiple instance of the geoportal should be possible using a browser

based administrator UI

xiii. It should be possible to catalogue geotagged photographs in the central catalogue, wherein the system should

be able to automatically read the lat, long information stored in the exif metadata of the jpeg photographs.

C) Some of the major tools required to be integrated

Sl No Minimum requirements Description

1 Catalog server application To facilitate the 7 states of NER with data connectivity with NeSDR-R (Regional node) through CUG/VPN based on COTS/Open source platform.

2 Dashboard based Geoportal The User interface of the portal will be in dashboard template showcasing various functionalities and capabilities of SDR

3 Data Search tool and Spatial filter search tool

Searching of the datasets from the SDR catalog through keyword, acquisition date based searched etc.

4 Download tools and Spatial filter download tool

Enable download mechanism via CUG/VPN of the requested datasets.

5 Swipe tool To enable users to swipe over two different datasets of same area within the portal

6 Measurement tool To measure geospatial datasets like coordinate information, distance measurement and area calculation measurement.

7 Adding external shape file tool To enable users to add external shape file from the local machine and visualize in the portal

8 Adding various base map tool Users should be able to add various base maps from different map service providers

9 Metadata based search Searching from the harvested metadata of the datasets

16.5 Installation and configuration of the designed Geoportal and Establishing (OGC web services linkages)

(NeSDR-S): Qty-7

i. Installation, deployment and testing the connectivity of the SDR software implemented either through COTS/Open

Source at respective sites as specified in 16.4.

ii. To connect NeSDR-R to each of the NeSDR-S nodes through utilising existing CUG/VPN connectivity.

16.6 Data refinement, correction, creation, updation and cataloguing of all the geospatial datasets (both raster and vector) harvested metadata at NeSDR-R and NeSDR-S nodes

i. Data refinement and correction of existing data (Annexure-I) and the upcoming data to be populated at NeSDR-R

and NeSDR-S nodes generated under different project activities carried out by NESAC/SRSACs.

ii. Data refinement and correction shall be associated with the ortho-correction& enhancement (for raster), spatial

adjustment, correction of attribute information etc. of the above datasets.

Page 18: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

18

iii. Cataloguing of the above geospatial datasets (both raster and vector) harvested metadata both at NeSDR-R and

NeSDR-S nodes.

iv. Database Creation and Updation as and when required.

16.7 Training for the officials of NESAC at NESAC: Qty-1 (One week)

i. Demonstration to the operation, troubleshooting, maintenance of the NeSDR-R and NeSDR-S nodes installed in

various locations.

ii. Hands-on the operation of NeSDR-R & NeSDR-S:

a. Installation & configuration of entire set-up

b. Customization of additional features and development of new applications

c. Customization of OGC services

d. Administrative module

16.8 Training for the officials of state nodes at all the states pertaining to NE region: Qty-7 places (3 days)

i. Demonstration to the operation, troubleshooting, maintenance of the NeSDR-S node

ii. Hands-on on the operation of NeSDR-S:

a. Installation & configuration of entire set-up

b. Customization of additional features and development of new applications

c. Customization of OGC services

d. Administrative module

16.9 Software document and manuals: One time

i. Details Steps of manual for Steps of Operations, Troubleshooting Guides and other relevant documentation

ii. Detailed diagram of entire set-up: NeSDR & NeSDR-S nodes

iii. Detailed information: Development of Catalogue server applications, coding, OGC services etc.

iv. The document needs to be revised based on the any updation/upgradation made during the warranty period.

16.10 Annual maintenance contract (AMC) for a period of 2 years from the expiry of warranty of the application

A) General Terms & Conditions

i. Quoted price must be inclusive of services of one Resident Engineers for 2 years from the date of agreement of this

work. The contract may be renewed for a period of two years with the same rate and terms and conditions if AMC

service is found satisfactory.

ii. Vendor must give break-up of cost of Annual Maintenance Services and service of Resident Engineers deployed at

NESAC.

iii. The rates charged for the services provided by you shall in no event exceed the lowest Rates at which you charge

for similar services to any other agency during the validity of the contract. If at any of time during the said period,

you reduce the charges for similar services to any other agency, it shall be forthwith notified to us at and the

Page 19: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

19

charges payable under the contract for the service done after the rate of the coming into force of such reduction of

service charges shall stand correspondingly reduced.

iv. Technical support will be on the product functionality, capability and usability of the software troubleshooting on the

procured product will be done through email/phone/fax and through personal visits if the problems persist beyond

the support through the above mode.

v. 24X7 online facility on the web for problem reporting.

vi. NESAC will not be responsible for any injury or loss to the contractor‟s personal caused at NESAC site. Contractor

shall be responsible for any loss or damage to NESAC property due to the negligence of their personal.

vii. Free onsite training will be provided by the company on release of major version of software.

B) Services of Resident Engineers

i. The proposed solution must have the capability for automatically harvesting metadata, foot prints, and thumbnails.

Metadata complaint to OGC-CSW.

ii. Vendor must deploy one skilled Resident Engineers in the relevant field at NESAC during the service period. The

relevant qualifications are as under:

Resident Engineer – 01

Essential Qualifications Desirable Skill sets Required Minimum Years of Experience

M.Tech/B.Tech/ME/BE/MCA/M.Sc. in Computer Science/Geoinformatics/Spatial Info. Technology/Remote Sensing with Programming/ software development Background for GIS.

Development of Web based Geoinfomatics and Developments and Database Systems , Expertise in SOAP as well as REST APIs

PostgreSQL, SpatialLite, PHP, Java, Proficiency of programming in PHP, JavaScript

01

a. Vendor must furnish the name, address and qualification of the engineer along with relevant proof

qualifications and experience documents.

b. The resident engineer engaged by the firm will not have any right or claim for regular employment in any of the

NESAC/ISRO/DOS.

c. All statutory and necessary contributions have to be borne by the workforce deployed by the Service Provider and NESAC shall not pay any contribution towards this. The Resident Engineer deployed shall attend duties using their own transport arrangement. No conveyance charge shall be paid.

d. The vendor and their employee should abide by all the safety and security regulations of NESAC. He is not

permitted to do any other work other than the work assigned by NESAC and also they are not permitted to take

out any material, printouts, drawings and documents etc. belonging to NESAC. The vendor shall be

responsible and liable for any such action of their employee employed by him.

e. The above GIS professional will provide the following services under the directive of NESAC:

i. Database tuning with new data

ii. Metadata management on spatial database for better cataloguing

iii. Image to image further registration for uploading into server

iv. Image processing and enhancement of the data prior to cataloguing

Page 20: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

20

v. Application server tuning for performance improvement

vi. Ensuring minimum server downtime by coordinating Intergraph development team

vii. Post new bug in NESAC customizations portal which is inclusively developed

viii. Connect various geospatial desktop software via OGC service for finding data in NeSDR-R/NeSDR-S

nodes

ix. Periodically upload new spatial data provided by NESAC/SRSACs Scientists/Engineers

x. Data to be uploaded through FTP server for downloading by other users

xi. Periodically conduct internal training to NESAC Scientists/Engineers for better use of NeSDR l

xii. Presentation and demonstration of NeSDR and its capability as when required to other officials and

users in various workshops and training conducted by NESAC.

xiii. To provide data to the users of NESAC via SDI for processing for project work

xiv. In addition the Resident Engineer shall work closely with team NESAC providing full support in the

development of WebGIS portals in terms of catalogued database

17. GENERAL TECHNICAL FEATURES/COMPLIANCES OF THE PROPOSED SOLUTION

The NeSDR is used as a starting point and frequent gateway to access web resources and Geospatial data content. The geoportal software should be customized as per necessity and commonly used application development. The geoportal thus developed must have capability to handle data storage, retrieval and update.

It has to also support automatic and manual form based input/update of metadata using required services. The proposed web-based geo-portal has to be developed based on OGC/ ISO standards for metadata management to ensure secure, high performance spatial web services infrastructure necessary for the next generation of net-centric and geo-spatial intelligence. The application should be built on „Service Oriented Architecture‟ (SOA) with OGC/ISO standards.

It should allow the users via the internet, to view and query the spatial information and the related maps. This information shall be picked from a central server repository. The Central repository will be on standard RDBMS package. The component should be an integral part of the system and users will access this component through the portal. The portal should cater to WMS/WFS/WCS/CS-W and other portal services, with relevant software products based on the latest versions of OGC/ISO technical specifications and customized for service provision.

Map services must be created to access the spatial data from the repository. Based on the security features of the Web portal, users will be allowed to access the various services. In the NeSDR central hub, the present and new authored data will be created and maintained, which would centrally be stored.

This data (spatial, non-spatial and meta data) would be published to the central live server, all the services and the raster data would be published as per OGC Standards, so that the overall solution is always interoperable.

The is a web-gateway to access geospatial data content with facility to search, locate and publish geospatial data (meta data services), where end-users can access/download geospatial data (download services), process the geo spatial data (processing services), integrate/obtain final applications of geospatial data (application services) and allow publishing and sharing of common frame work data.

Should follow open standards and totally non-proprietary. An organization does not have to be dependent on any one particular format and neither has to buy multiple products to access the data. All the data should be made reusable in several applications by different users. Data served as services and most of applications (thick clients or thin clients) can access such OGC complaint services.

To access these geo-spatial data, the end user can use any application (web based or desktop) that can consume OGC Web Services. Once all the data is published to the server then various clients (either web clients or thin clients or thick clients) would then be able to use and exploit the required data and would be able to perform various spatial and non-spatial functions and analysis on the data through the NeSDR Portal. All that a user need would be a client as thin as an internet explorer and a network connection (Internet, intranet or SWAN).

Page 21: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

21

With the facility of data crawling, the spatial data can automatically be updated in the server. Most importantly it should automatically harvest all the metadata and publish the same in ISO and OGC Formats. Once the vectors are published to the services they are ready to be consumed at the client side. With the facility of data crawling, the DBA can schedule crawling to a fixed time period, so that the crawlers would automatically identify and publish all the raster data present in the said directory to the server and update the required information in the database.

Most importantly it should automatically harvest all the metadata and publish the same in ISO and OGC Formats. For vectors the DBA needs to publish them in Web Services, while publishing, the DBA can design various styles to the vector layers wherein he or she may assign the different colors, symbology etc. to the vector layers.

The bidder is primarily expected to customize, install, demonstrate and operation relevant hardware, software and data for the NeSDR Geo-portal. Access to and maintenance of the data from remotely available spatial data generating agencies and survey agencies.

As is required under SDR at respective locations, the Geo-portal will be regularly upgraded to help data/service providers publish their metadata/ data / services for access by the clients over the web. Some key web applications also need be demonstrated for access. The portal services should be available to address the needs of the viewer, discovery, management, authentication & access control and exposed services. The services should include map services, styling services, coverage services, and the map context services. The data services should include features, coverage, and symbology management. The catalogue services should include data discovery, service discovery, catalogue update and query language. The development should be done in an iterative way based on feedbacks received from the users and data providers. This work involves customization, installation, demonstration and operationalization of relevant hardware, software and data for the Geo-portal mechanism. SDR application software package should be customized and installed to support provision of the following web services. The supplied software has to work on Windows Platform. The portrayal services should include map services, styling services, coverage services, and the map context services. The data services should include features, coverage, and symbology management. The catalogue services should include data discovery, service discovery, catalogue update and query language. The development should be done in an iterative way based on feedbacks received from the users Government Staff.

The bidders must submit an OGC issued Compliance Certificate along with their technical bid to comply.

Download Approach from WebClient :The bidder will need to develop a customized solution wherein The user should be able to search their desired datasets across all the state nodes, based on the authentication to a central catalog. The central catalog will be at NESAC Master node. Once the desired results from all the state nodes are displayed on the web client, user should be able to add their desired datasets to be downloaded to a download bucket / cart. Once the user is ready with datasets in the download bucket /cart, the user needs to add their email id (SMTP integration), and the request will be submitted to the central server at master node. A unique request id must be generated for every download request, and an email notification will automatically be sent to the respective user‟s email id, stating the unique download request id. The administrator should be able to view all the pending download requests along with the required details, and based on various internal processes the user will either accept or reject the download request along with the reason for rejection. In case the request is accepted, the custom module should automatically extract the desired datasets as per the download bucket/cart (the requests can also include a subset of an imagery based on a drawn AoI), and generate a download link which should be sent across in the request completion notification email along with the download id. In case the request is rejected, a notification email with download request id needs to be along with the reason for rejection as remarks automatically. While selecting the download options the user should be able to select output options like output projection, Image format, AoI and resampling technique

Security and Authentication Module: The system should allow to store the information about roles and users in files, in the database, or a third party integrated authentication system like Lightweight Directory Access Protocol (LDAP) service to access the user information being stored centrally. Since overall implementation of the said project is primarily based on the clearinghouse concept, implementation of a robust catalog security is a must, bidder must ensure the below defined security features are adhered to.

Catalog Security: Authorizing which methods can be invoked (Method Level Security). Authorizing access to individual domain object instances (Object Level Security). Authorizing web requests (HTTP Authentication). Configurations relevant to all of the levels are explained below with examples.

Page 22: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

22

Method-Level Security: Method-based security lets you secure a method which can be executed by only those users who have been granted a particular security role. Different methods of the service bean are configured to be secured. Only certain roles are allowed to execute those methods. This is configured using the method security interceptor. Method security is enforced using this Method Security Interceptor, which secures Method Invocations. Depending on the configuration approach, an interceptor may be specific to a single bean or shared between multiple beans. The interceptor uses a Method Definition Source instance to obtain the configuration attributes that apply to a particular method invocation.

Object Level Security: Object Level security is used to secure a resource by restricting access to only those users who have been granted a particular security role. This is achieved by securing the domain objects. Domain objects are persisted along with the permissions associated with them. When the object is accessed using a service, the current user's identity and roles are checked and if the principal has READ permission set on the domain object, then the object is returned in the service response. Generally when a domain object is persisted, either it is persisted with a specific set of permissions or it is persisted with the default permissions. if you want to grant all rights to the user who created an object and READ permissions to anyone, you would configure it

HTTP Authentication: HTTP authentication and authorization needs to be provided through the use of a web filters wherever required

OGC Web Service Provider Security: Several authentication mechanisms would be required to set up to request the client application to authenticate when querying the application server. Depending on the expected security granularity, several modes must be possible:

i. A declarative security based on a mechanism, which gives coarse-grained security ii. A fine-grained security should be possible to configure on the datasets iii. Some security at the data source level, such as that provided by various Databases or a proxied WMS.

Role Based Security: It would be required to implement a role based security module at the central master node which will authenticate users to the central catalog, where each role has a different level of access. There should be component-access roles that control the level of access to the components of the implemented system itself. There will be some predefined component access roles which will be designed to control access to the implemented system components. Additionally Data-access roles may be definable based on the administrator‟s requirements. The role-based security system should allow admins to have individual users in their system as well. Wherein admins may grant access to a user by associating that user with a role. Each user may be assigned to multiple roles.

Changing Default Security Settings: The system should allow users you to define the security for a folder or imagery in the catalog using wizards like: Add Resources Wizard security settings panel- accessible when you are manually adding resources to the catalog.

18. EVALUATION CRITERIA OF THE TECHNICAL BIDS

Evaluation of criteria of the technical bid shall be based on the followings –

Eligibility of the Bidder

Specification and technical requirements as per Tender document

Submission of essential documents like OEM certification and other related certificate asked for

Complying the Terms and conditions of the Tender (Self-declaration in a letter head is must)

Complying the Services, Warranty and Licensing agreement (Self-declaration in a letter is must)

Technical Evaluation Criteria – Bidder Need to Score Minimum 70 Mark for a Qualified Bid

Sl No

Parameter Max Score

1 Explanation in detail in documentation and presentation the concept of NeSDR at NESAC

30

2 Understanding of NeSDR requirement 20

3 Solutions OGC Certification for achieving Data & Service Interoperability 10

4 Experience in similar projects, Previous SDR/SDI Implementation details 20

5 Scalability of the Solution and Integration with other web application 10

6 ISO 9001:2008 Certificate for Product Development and GIS/Geospatial solution provider

10

Page 23: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

23

NESAC Evaluation Committee will evaluate the technical bids as per the “Technical Bid Evaluation Criteria” mentioned in the following table. Bidder must provide supportive documentary proof in form of work orders confirming year, value and services delivered in each of the projects.

The bidders shall be called for a Technical Presentation. The technical presentation will be of 20-30 minutes duration.

Evaluation of the technical presentation shall be conducted by the evaluation committee and shall be based on the experience of the bidder in execution of similar projects proposed approach & methodology for the assignment.

The Technical Presentation will be following exactly the NeSDR requirement and not a generic Web Portal development.

19. COMPLIANCE / DEVIATION

Specification Required

Specification Quoted Technical Compliance

Deviation Yes No

20. ORGANIZATIONAL PROFILE WITH SIMILAR PASTEXPERIENCE (To be included in the Technical Bid)

1. Constitution: Proprietary Partnership Private Ltd. Public Ltd.

2. Established since :

3. Address of the Registered Office

4.

Category Software Producer/ Developer (Principal) Hardware Manufacturer (Principal) System Integrator/ Solution Provider Any Other (Please Specify)

5. If Consortium, then please specify: name of the members

6. Name of Proprietor/ partners/ Directors

7. Number of Engineers

8. Number of total Employees

9. Some of Solution being offered / Sold so far :

Purchaser, with full address and details of contact person (phone, Fax and E-mail)

Item Description Total Order Value Whether Completed/ Under process

Note: Please support the above facts with documentary evidence. Signature of the Bidder: Name:

Page 24: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

24

21. SERVICE SUPPORTDETAILS

Name of the Bidder:

Name and Address of Service Centre

Name of Contact Person

i. TelephoneNo ii. Fax No iii. MailID

Information on Service Support Facilities

Signature of the Bidder:

Name:

Page 25: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

25

Raster Datasets

Sl No

Sensor[spatial resolution]

Area No of

Datasets/ State

Total No. of Layers/

NER

G Total No. of Layers

1

[56-70m]

ARUNACHAL PRADESH 18

214

3270

2 ASSAM 37

3 MANIPUR 21

4 MEGHALAYA 20

5 MIZORAM 18

6 NAGALAND 14

7 SIKKIM 6

8 TRIPURA 13

9 MISC 67

10 [500m] NORTHEAST 1 1

11

[2.5m]

ARUNACHAL PRADESH 234

1035

12 ASSAM 234

13 MANIPUR 100

14 MEGHALAYA 127

15 MIZORAM 108

16 NAGALAND 99

17 SIKKIM 27

18 TRIPURA 94

19 MISC 12

20

[23m] ARUNACHAL PRADESH 2

8 21 ASSAM 3

22 MANIPUR 3

23 [30M] MEGHALAYA 1 1

24 [60M] 1 1

25

[60M]

ASSAM 7

18

26 MANIPUR 1

27 MEGHALAYA 5

28 MIZORAM 3

29 NAGALAND 1

30 TRIPURA 1

31

[23.5m]

ARUNACHAL PRADESH 134

805

32 ASSAM 220

33 MANIPUR 88

34 MEGHALAYA 113

35 MIZORAM 58

36 NAGALAND 82

37 SIKKIM 20 38 TRIPURA 64

39 MISC 26

ANNEXURE-I

Page 26: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

26

40

[5.8m]

ARUNACHAL PRADESH 13

449

41 ASSAM 146

42 MANIPUR 71

43 MEGHALAYA 88

44 MIZORAM 15

45 NAGALAND 77

46 TRIPURA 39

47

[5.8m]

ARUNACHAL PRADESH 3

72

48 ASSAM 16

49 MANIPUR 2

50 MEGHALAYA 12

51 MIZORAM 8

52 SIKKIM 6

53 MISC 25

54 [PAN .61M & MSC 2.4M]

ASSAM 2 6

55 MEGHALAYA 4

56 [8M-30M] NORTHEAST 5 5

57 [1M -100M, VARIABLE]

ARUNACHAL PRADESH 2

24 58 ASSAM 2

59 NAGALAND 2

60 MISC 18

61

[3M]

ARUNACHAL PRADESH 8

31 62 ASSAM 15

63 MEGHALAYA 4

64 NAGALAND 4

65

[50CM]

ASSAM 3

14 66 MANIPUR 2

67 MEGHALAYA 5

68 NAGALAND 4

Page 27: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

27

Vector Datasets

Sl No

Type Area Total No. of Layers/

State

Total No. of Layers/

NER

G Total No. of Layers

1

ADMINISTRATIVE

ARUNACHAL PRADESH 2

26

304

3 ASSAM 2

5 MANIPUR 5

10 MEGHALAYA 4

14 MIZORAM 3

17 NAGALAND 4

20 SIKKIM 4

24 TRIPURA 2

26

INFRASTRUCTURES

ARUNACHAL PRADESH 1

39

27 ASSAM 14

41 MANIPUR 2

43 MEGHALAYA 9

52 MIZORAM 3

55 NAGALAND 9

66

ACTION PLANS

ARUNACHAL PRADESH 2

31

68 ASSAM 8

76 MANIPUR 3

79 MEGHALAYA 3

82 MIZORAM 3

85 NAGALAND 3

89 TRIPURA 9

98

DISASTER LAYERS

ARUNACHAL PRADESH 2

22

100 ASSAM 3

103 MANIPUR 6

109 MEGHALAYA 2

111 MIZORAM 3

114 NAGALAND 4

119 TRIPURA 2

121

LANDRESOURCE

ARUNACHAL PRADESH 22

138

143 ASSAM 25

168 MANIPUR 20

188 MEGHALAYA 17

205 MIZORAM 21

226 NAGALAND 17

244 TRIPURA 16

260 SOCIOECONOMIC MEGHALAYA 1 1

Page 28: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

28

261

TERRAIN

ARUNACHAL PRADESH 1

19

262 ASSAM 2

264 MANIPUR 2

266 MEGHALAYA 2

268 MIZORAM 2

270 NAGALAND 2

273 TRIPURA 2

275 MANIPUR 6

281

WATERRESOURCE

ARUNACHAL PRADESH 4

28

282

283

284

285 ASSAM 2

286

287

MANIPUR 5

288

289

290

291

292

MEGHALAYA 9

293

294

295

296

297

298

299

300

301

MIZORAM 3 302

303

304

NAGALAND 4 305

306

307

309 TRIPURA 1

Page 29: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

29

INSTRUCTIONS TO TENDERERS

1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No, and the due date of opening. Only one tender should be sent in each envelope.

2. If the date specified for submission/opening of tenders is declared as a holiday abruptly, the due

date for submission/opening of the tenders in such cases shall be postponed automatically to the next working day.

3. Late tenders and delayed tenders will not be considered. 4. a) All taxes/duties/levies whether by Central/State/Local government where legally leviable

and intended to be claimed should be distinctly shown separately (in percentage and words) in the tender, otherwise price quoted will be treated as inclusive of all taxes.

While quoting the tender, the tenderer should take into account all the extant statutory deductions under Central/State/Local statutes where legally leviable and show it separately (in percentage and words) and if not separately shown it will be treated as inclusive of all statutory deductions applicable as per the extant statutes. b) Our’s being a Department of Government of India, we are exempted from payment of Excise Duty/Customs Duty. (c) As per Notification No. 47/2017-Integrated Tax (Rate) Dt: 14.11.2017 issued by Ministry of Finance (Dept. of Revenue), NESAC is eligible to avail a reduced rate of IGST@5% for the procurements made by the Dept. of Space (DOS) being a Public Funded Research Institution. We will provide IGST Exemption Certificate.

5. As a Government of India Department, this office is exempted from payment of Octroi and

similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Administrative Officer to avoid any payment of such levies.

a) Your quotation should be valid for 180 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form.

When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished.

6. Preference will be given to those tenders offering supplies from ready stocks and on the basis

of FOR destination/delivery at site. a) All available technical literature, catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer. b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non- acceptance of tender, the tenderer will have to remove the samples at his own expense.

c) Approximate net and gross weight of the items offered shall be indicated in your offer. If

dimensional details are available the same should also be indicated in your offer. d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any,

should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same.

7. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the

right of acceptance of the whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted.

Page 30: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

30

8. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in

figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.

9. The tenderer should supply along with his tender, the name of his bankers as well as the latest

Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.

10. The authority of the person signing the tender, if called for, should be produced. 11. All disputes arising in connection with executing the purchase order will be subject to jurisdiction of

the Nongpoh court only

GENERAL TERMS & CONDITIONS OF TENDER 1. DEFINITIONS:

a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns.

b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract.

c) The term ‘Stores’ shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order.

d) The term ‘Purchase Order’ shall mean the communication signed on behalf of the Purchaser by an Officer duly authorized intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.

2. PRICES:

Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s.

3. SECURITY DEPOSIT:

On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation.

4. GUARANTEE/WARRANTY & REPLACEMENT:

(a) The Contractor shall guarantee/warranty that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance.

(b) For a period of 12 months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty

Page 31: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

31

stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who shall state in writing in what respect the stores or any part thereof are faulty.

(c) If, in the opinion of the purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the purchaser, provided the notice informing the Contractor of the defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof.

(d) Should the Contractor fail to rectify the defects, the purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.

(f) To fulfill guarantee/warranty conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.

(g) All the replacement stores shall also be guaranteed/warranted for a period of 12 months from the date of arrival of the stores at purchaser's site.

(h) Even while the 12 months guarantee/warranty applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the ‘asked for’

guarantee/warranty period plus two months. 5. PACKING FORWARDING & INSURANCE:

The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract.

6. DESPATCH:

The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract.

7. TEST CERTIFICATE:

Wherever required, test certificates should be sent along with the despatch documents.

8. ACCEPTANCE OF STORES:

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the purchaser at the Contractor's own risk, expense and cost.

Page 32: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

32

(b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final

approval by the purchaser, whose decision shall be final. (c) If, in the opinion of the purchaser, all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor.

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c)

above, the purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid.

9. REJECTED STORES:

Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor’s address at the Contractor’s entire risk and expense, freight being payable by the Contractor at actuals.

10. DELIVERY:

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates.

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the purchaser shall be entitled at his option either.

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum

of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or

(II) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the opinion of the purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor.

In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to re- purchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the purchaser, whose decision shall be final. It shall not be necessary for the purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the purchaser to recover damages for breach of Contract by the Contractor.

11. EXTENSION OF TIME:

As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the purchaser. If failure, on the part of the Contractor, to deliver the

Page 33: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

33

stores in proper time shall have arisen from any cause which the purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the purchaser's right to recover liquidated damages under clause 10 thereof.

12. ERECTION OF PLANT & MACHINERY:

Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the purchaser, the purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the purchaser.

13. PAYMENT:

Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.

14. MODE OF PAYMENT:

Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials through e-mode/transfer.

15 RECOVERY OF SUM DUE:

Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the purchaser on demand the remaining balance due. Similarly, if the purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid by the Contractor.

16 INDEMNITY:

The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfillment of the contact.

17 ARBITRATION:

In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract.

Page 34: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

34

If the arbitrator be the Head of the Centre/Unit –

(i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or

(ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to appoint another person as arbitrator.

If the arbitrator be a person appointed by the Head of the Purchase Office – In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discret ion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings. In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Govt. of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator.

18 COUNTER TERMS AND CONDITION OF SUPPLIERS:

Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.

19 SECURITY FOR PURCHASE OF MATERIALS:

Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract.

20 BENEFITS EXTENDED BY MINISTRY OF MICRO, SMALL AND MEDIUM ENTERPRISE

(MSME), GOVERNMENT OF INDIA

In order to avail of the benefits extended by Government of India to the Micro, Small and medium Enterprises, bidder should submit self attested copy of valid certificate of registration for specific services asked in the tender by any authority so authorized by Ministry of Micro, small and Medium Enterprise (MSME), Government of India to issue such certificate. Bidder will be required to produce original certificate when called for to do so by NESAC.

------------------

Page 35: निविदा आमंत्रण सूजिा / NOTICE INVITING TENDER · 2018-05-29 · d. Request for data download, approval of which will follow the architecture based

35

PRICE BID FORMAT

Sl. No. Item Description Qty Unit Price (`) Tax/GST Total Price

inclusive of all (`) (%) Amount

1. Development of Catalogue server application (NeSDR-R) as specified in the Sl. No. 16.1.

1

2. Custom dashboard based GUI development on top of the Catalogue server (NeSDR-R) as specified in the Sl. No. 16.2.

1

3. Deployment of Catalogue server at NeSDR-Ras specified in the Sl. No. 16.3

1

4.

Development of Catalogue server application for NeSDR-S with basic Geoportal for data and metadata visualization (NeSDR-S) (minimum 8 core based license in case of COTS) in the Sl. No. 16.4

7

5. Installation and configuration of the designed Geoportal and Establishing (OGC web services linkages)(NeSDR-S)in the Sl. No. 16.5

7

6.

Data refinement, correction and cataloguing of all the geospatial datasets (both raster and vector) harvested metadata at NeSDR-R and NeSDR-S nodes as specified in the Sl. No. 16.6 & Annexure-I.

7. Training for the officials of NESAC at NESAC as specified in the Sl. No. 16.7

1

8.

Training for the officials of state nodes at all the states pertaining to NE region as specified in the Sl. No. 16.8. Training delivery medium: Option-1: From NESAC through video conferencing mode for 2 days for each centre. Or Option 2 : At each State nodes

7

9. Annual maintenance contract (AMC) for a period of 2 years as specified in the Sl. No. 16.10

1

Positioning of Resident Engineer

Sl.No. Category of Work Force Monthly Salary payable per person in Rupees

Remarks

a)

Onsite Engineer

45,000/- 1st year

50,000/- 2nd year after successful completion of 1styear

50,000/- 3rd year after successful completion of 2nd year (optional)

b) Service charges/profit of the supplier per person per month [Indicate both in NUMBERS & WORDS]

1st year

2ndyear

3rdyear (optional)

Software document and manuals as specified in the Sl. No. 17.10 shall be provided free of cost.

भारत सरकार / Government of India

अंतररक्ष विभाग / Department of Space

उत्तर-पूिी अंतररक्ष उपयोग कें द्र / North Eastern Space Applications Centre

उवमयम / Umiam - 793103, मेघालय / Meghalaya