minutes of the meeting for pre-bid meeting for procurement of drive-through container...

25
Page | 1 Minutes of the meeting for pre-bid meeting for procurement of Drive-Through Container Scanners (Road) to be installed at JNPT, Cochin and Mundra on 05/08/2014 at 1100 hrs A pre-bid meeting of the representatives of prospective bidders for procurement of Drive-Through Container Scanners (Road) to be installed at JNPT, Cochin and Mundra was held on 05/08/2014 at 1100 hrs at Directorate of Logistics, New Delhi under the Chairmanship of Commissioner, DOL. The meeting was attended by: Sl. No. Name and designation of the member Name of the organization 1. Shri P.K. Singh, Commissioner Directorate of Logistics 2. Shri K. Ramakrishnan, Additional Commissioner Directorate of Logistics 3. Shri D.S. Rana, Consultant Directorate of Logistics 4. Shri Jyothimon Dethan, Superintendent Directorate of Logistics 5. Shri Madhu Kumar, Head Marketing M/s Keltron 6. Shri Hemant Jain M/s Godrej 7. Shri Manu Saigal M/s Godrej 8. Shri Anand Pandey M/s Godrej 9. Shri Rahul Manchanda M/s Godrej 10. Shri He Peng Fei M/s Nuctech 11. Shri Xiao Yu Fu M/s Nuctech 12. Shri Sameer Talwar M/s KTC Hema 13. Shri Atul Swaroop M/s KTC Hema 14. Shri Mahesh Parmar M/s SSBI Exports 15. Shri Harish Kapoor M/s Smiths Detection 16. Shri Alok Kumar M/s Smiths Detection 17. Shri Sanjay Kansal M/s Rapiscan Systems 18. Shri Ashish Upadhyay M/s Rapiscan Systems 19. Shri Sumit Singh M/s SGS 20. Shri Rajesh Batreja M/s ASE 2. The Chairman welcomed the participating Members and after introduction, gave a brief on the project and global tender No. GNIT 01/CS/2014 for procurement of Drive Through Container Scanners (Road) to be installed at JNPT,

Upload: others

Post on 10-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page | 1

Minutes of the meeting for pre-bid meeting for procurement of Drive-Through Container Scanners (Road) to be installed at JNPT, Cochin and Mundra on 05/08/2014 at 1100 hrs

A pre-bid meeting of the representatives of prospective bidders for procurement of Drive-Through Container

Scanners (Road) to be installed at JNPT, Cochin and Mundra was held on 05/08/2014 at 1100 hrs at Directorate of

Logistics, New Delhi under the Chairmanship of Commissioner, DOL. The meeting was attended by:

Sl. No. Name and designation of the member Name of the organization

1. Shri P.K. Singh, Commissioner Directorate of Logistics

2. Shri K. Ramakrishnan, Additional Commissioner Directorate of Logistics

3. Shri D.S. Rana, Consultant Directorate of Logistics

4. Shri Jyothimon Dethan, Superintendent Directorate of Logistics

5. Shri Madhu Kumar, Head Marketing M/s Keltron

6. Shri Hemant Jain M/s Godrej

7. Shri Manu Saigal M/s Godrej

8. Shri Anand Pandey M/s Godrej

9. Shri Rahul Manchanda M/s Godrej

10. Shri He Peng Fei M/s Nuctech

11. Shri Xiao Yu Fu M/s Nuctech

12. Shri Sameer Talwar M/s KTC Hema

13. Shri Atul Swaroop M/s KTC Hema

14. Shri Mahesh Parmar M/s SSBI Exports

15. Shri Harish Kapoor M/s Smiths Detection

16. Shri Alok Kumar M/s Smiths Detection

17. Shri Sanjay Kansal M/s Rapiscan Systems

18. Shri Ashish Upadhyay M/s Rapiscan Systems

19. Shri Sumit Singh M/s SGS

20. Shri Rajesh Batreja M/s ASE

2. The Chairman welcomed the participating Members and after introduction, gave a brief on the project and global

tender No. GNIT 01/CS/2014 for procurement of Drive Through Container Scanners (Road) to be installed at JNPT,

Page | 2

Cochin and Mundra and informed that the purpose of the pre-bid meeting is to provide clarifications on the queries

uploaded by prospective bidders or received through email/fax..

3. The queries submitted by M/s Smiths Detection Veecon Systems and M/s TAS-AGT Systems Ltd. have been

downloaded from Central Portal for Public Procurement. The queries submitted by M/s Godrej Boyce Mfg. Co. Ltd., M/s

Keltron IT Business Group and M/s KTC Hema Skanet Systems Pvt. Ltd. were received by Fax. The queries submitted by

M/s SGS India Pvt. Ltd. was received by email. The queries submitted by M/s Rapiscan Systems could not be

downloaded from Central Public Procurement Portal and M/s Rapiscan systems submitted the same queries before the

start of the pre-bid meeting.

4. On several requests of various prospective bidders, it was decided to extend the last date for submission of tender

bids from 22/8/2014 to 05/09/2014. Necessary advertisement will be published in the newspaper in this regard.

5. The clarification on the queries received by e-procure.gov.in / e-mail/fax as given by Directorate of Logistics is at

Annexure ‘A’ has been explain to all members present . It is being uploaded on e-procure.gov.in as per procedure

prescribed in the tender documents.

6. The Chairman stated that some queries were related to port which can be answered by Port Authorities during site

visit. The site visit for all prospective bidders has been proposed as per the following schedule:

a) Mundra on 09/08/2014 at 1400 hrs

b) Nhava Sheva on 11/08/2014 at 1130 hrs

c) Cochin on 13/08/2014 at 1100 hrs

7. The meeting ended with vote of thanks to the Chair.

-- xxx –

Page | 3

Annexure –A - Clarifications given in the pre-bid meeting held on 5.8.2014 at the office Directorate of Logistics, New Delhi on

Tender no 01/CS/2014 for procurement of Drive-through container scanner (Road) system and site preparation at JNPT,

Mundra and Cochin.

S. No. Chapter/

Section

Page

No. Particulars Comment/ Clarifications requested Clarifications

SMITHS DETECTIONVEECON SYSTEMS

1. Chapter

1 (1.1/vi)

5 Tenders along with scanned

copy of Tender Fee & EMD

should be submitted online

along with technical bid by

22.8.2014 by 1300 hrs.

We would need additional time for bid

preparation, as we plan to visit site to

ascertain site condition from civil stricture

point of view. Request you to please extend

bid submission date by least 6 weeks.

Keeping into consideration the

urgency of implementation of the

project, it may not be possible to

extend date of submission of bids by

six weeks. However, in view of

requests made by other potential

bidders and also with a view to allow

maximum participation, the last date

for submission of bids is extended up

till 1300 Hrs on 5.9.2014. Necessary

advertisement will be published in

newspapers. No further extension of

submission of bids would be

entertained.

2. Chapter

1 (1.77)

18 Stages & Method of Payment. Request you to please modify payment

terms to as 20% advance, 40% on Receipt

of material at site and 20% after Installation

and Commissioning and 20% in SAT and

handover.

Tender and its provisions have been

vetted by competent authorities.

Further, similar provisions in respect

of stages and method of payment

have been provided in other similar

contracts in Directorate. As such, the

tender conditions shall prevail.

3. Chapter

2.5 (20)

20 PATENT RIGHTS: 2.5 The

Supplier shall, at all times,

indemnify the Purchaser, free

of cost, against all claims

which may arise in respect of

goods & services to be

provided by the Supplier under

the contract for infringement

of any right protected by

patent, registration of designs

Request you to please amend clause no 2.5

to read as : 2.5 Subject to Clauses 2.5.1 and

2.59, The Supplier shall, at all times,

indemnify the Purchaser, free of cost,

against all claims which may arise in respect

of goods & services to be provided by the

Supplier under the contract for infringement

of any right protected by patent, registration

of designs or trademarks. If any claim of

alleged breach of patent registered designs,

There is not much of a difference

between the conditions mentioned in

the tender to those which have been

proposed by the potential bidder. As

such, it is not acceptable and tender

conditions shall prevail.

Page | 4

or trademarks. If any claim of

alleged breach of patent

registered designs, trademarks

etc., is made against the

purchaser, he shall notify the

Supplier about it and the

Supplier shall, at his own

expenses take care of it

settlement without any liability

to the Purchaser.

trademarks, etc is made against the

purchaser. Purchaser, he shall notify the

Supplier about it, has sole control over the

defense of the action and any negotiation for

its settlement or compromise and with full

cooperation from the Supplier, and the

Supplier shall, at his own expenses take care

of its settlement without any liability to the

Purchaser.

4. Chapter

2 (2.5)

20 New Sub Clause to be

incorporated, along with

Clause no 2.5

Request you to please incorporate following

sub clause along with clause no 2.5:2.5.1

The Supplier shall have no obligation or

liability under the indemnity in Clause 2.5

above if the action results from (i) a

modification of such equipment or goods

not performed by the Supplier or its

authorized representative, or any such

modifications performed by the Supplier for

non-standard features or functionality in

connection with the equipment or goods or

maintenance services or otherwise at the

Purchaser’s request, (ii) the use of any non-

Supplier product, information, design,

specification, instruction, software, data, or

material in combination with the equipment

and the goods where such infringement

would not have arisen but for such

combination, (iii) the Supplier’s compliance

with instructions, designs, plans or

specifications furnished by or on behalf of

the Purchaser, or (iv) any patent

infringement claim alleging infringement by

Purchaser-specific processes or methods

created by or on behalf of Purchaser using

the equipment and, but for such Purchaser-

specific method or process, the patent

The tender not only envisages supply

of container scanner on turnkey basis

but also provides for annual

maintenance after expiry of warranty

period. The supplier cannot absolve

itself from responsibility on the

working of scanner within the

technical parameters mentioned in

the tender. Tender conditions shall

prevail.

Page | 5

infringement claim would not have arisen.

5. Chapter

2 (2.19)

22 Warranty: Request you to please incorporate,

following sub clause along with Clause no

2.19:2.19.1 NOTWITHSTANDING

ANYTHING TO THE CONTRARY

CONTAINED IN THIS CONTRACT, THE

TENDER DOCUMENTS OT

OTHERWISE, THE SUPPLIER MAKES

NO OTHER WARRANTY, EXPRESS OR

IMPLIED,AND SPECIFICALLY MAKES

NO WARRANTY OF MERCHANT

ABILITY OR OF FITNESS FOR A

PARTICULAR PURPOSE IN RESPECT

OF THE GOODS SUPPLIED UNDER

THE CONTRACT OR OTHERWISE:

AND THE EXPRESS WARRANTY SET

FORTH IN THIS CLAUSE IS IN LIEU OF

ANY SUCH WARRANTY AND ANY

OTHER OBLIGATION OR LIABILITY

ON THE PART OF THE SUPPLIER.

It shall be noted that continuous

availability of the scanner system,

with requisite performance, is the

essence of the tender. The supplier

cannot absolve itself from

responsibility on the working of

scanner within the technical

parameters mentioned in the tender.

Tender conditions shall prevail.

6. Chapter

2 (2.22)

22 If any defective goods are

repaired, or replaced during

the warranty period, the

warranty for such goods shall

be extended to a further period

of twenty four months from

the date such repaired,

rectified or replaced goods

start functioning to the

satisfaction of the Purchaser.

Request you to delete clause no. 2.22 The tender provides for warranty of

24 months and it is expected that

every part of it remain defect free of

its operation during the warranty

period. However, if any part of the

scanner develops defect requiring

repairment/replacement, warranty

clause would obviously get attracted

to extend the period of warranty for

that part. As such, the tender

conditions shall prevail.

7 Chapter

(2.58)

27 DEFENCE OF SUITS Request you to please Amend clause 2.58 to

read as : 2.58 Subject to Clause 2.59, If any

action in court is brought against the

Purchaser or an officer or agent of the

Purchaser for the failure or neglect on the

part of the Supplier to perform any acts,

The scanner is being proposed to be

installed on turnkey basis as per the

technical specifications mentioned in

the tender document. It is

contractually obligatory on the part

of the successful supplier to fulfill

Page | 6

matters, covenants or things under the

Contract, or for damage or injury caused by

the alleged omission or negligence of the

part of the Supplier, his agent,

representatives or his sub-Supplier,

workman, contractors or employees, the

suppliers shall in all such cases indemnify

and keep the Purchaser and/or his

representative, harmless from all losses

damages expenses or decrees arising out of

such action. All claims regarding indemnity

shall survive the termination or expiry of

contract.

LIMITATION OF LIABILITY

2.59.1 Notwithstanding anything to the

contrary contained in this contract, the

Supplier shall not be liable for indirect,

special, third party, incidental, exemplary,

or consequential damages, including

without limitation loss if uses, loss of

savings, loss of revenues, loss if business,

lost profits, data, or goodwill, whether based

on breach of warranty or other contract

breach, negligence or other tort or on any

strict liability theory, even if the Supplier

has been advised of the possibility of any

such damages, and the Purchaser hereby

agrees not to make any such claim on the

Supplier. Neither the Supplier nor any of its

affiliates be responsible for any claim

against the Purchaser by a third party.

it’s contractual obligation with

respect to performance and its

operation during the life of scanner.

Liability arising out of non-

performance cannot be limited or

restricted. The liability and the

responsibilities have to be construed

with reference to the objective for

installation of the scanner. As such,

tender conditions shall prevail and no

inclusion of suggested clause is

acceptable.

2.59.2 Subject at all times to the above sub

clause 2.59.1:

(i) The Supplier’s liability for any breach of

warranty shall be limited to the remedies

provided in this Contract.

The scanners have been deployed for

certain purposes and have specialized

objectives including detection of

contrabands. As such, the damages

or liability cannot be restricted to

Page | 7

(ii) With respect to all other liability,

including without limitation liability

resulting directly of indirectly from breach

of contract, breach of a duty of care or

statutory duty or product liability, the

aggregate cumulative liability of the

Supplier and its affiliates taken together

shall in no event exceed the amount of this

contract of US $500,000 whichever is the

lower.

US$ 500,000.

8. Chapter

3(3.2/

Vill)

28 Product Support for fifteen

years after the two years

warranty period

Request you to please amend this clause to

read as : Product support for10 years after

the two year warranty period.

The container scanner life is about 15

years, as such, product support of 15

years is essential.

9. Chapter

3 (3.2)

28 Supply, Installation and

Commissioning

Please clarifythat, the minimum through put

of over 100 containers (40’) per hour is the

criteria for equipment or for proposed

system including traffic management and

other issue’s linked to operator skills, area

availability, and average time gap between 2

truck passes.

Minimum through-put of 100

containers (40’) is for the Scanner

Facility, including traffic

management within the Facility and

other issues. Bidder to bring out the

scheme to achieve the same in the

technical bid. Port authorities have

been requested to ensure smooth

movement of containers into and out

of container scanning facility.

10. Chapter

3 (3.23)

34 Training Request you to pls clarify who will bear cost

of participants travel, & stay.

Expenses will be borne by user

Commissionerate.

11. Chapter

3 (3.26)

34 Delivery Schedule Request you to please extend the delivery

period from 09 months to 18 months.

Tender condition shall prevail.

12 Chapter

3 (3.34)

36 Post warranty Maintenance We request to exempt this clause, as

providing full particulars of qualified

service center and qualified engineering

staff cannot be given at this point of time,

due to changes resources at operations

period.

This is the special project with

specialized technology and the

project is to be awarded on turn-key

basis, requiring operation 24x7. It is

essential to have confidence level in

maintenance especially when the

project has got security aspects also.

So particulars of maintenance service

centers and qualified engineers for

the warranty period and initial years

Page | 8

of post-warranty period becomes

very important for deciding the

successful bidder [Clause 1.20 (i)

refers].

13. Chapter

3 (3.9)

29 Civil and Structure Works Please clarify that the requirements stated

here are firm and fixed and will not change

with more specific details other than stated

here. Bidder will ensure that these

requirements are met in all conditions taking

in to consideration the quality and the

specifications as per codes referred in this

tender.

Requirements provided in the tender

are firm. However, additional civil

and structural requirement, if arises,

will be dealt as per clause 3.15 of the

tender.

14. Chapter

3 (3.10)

30 Equipment / Component /

System

Please clarify that the requirements stated

here are firm and fixed and will not change

with more specific details other than stated

here. Bidder will ensure that these

requirements are met in all conditions taking

into consideration the quality and the

specifications as per codes referred in this

tender.

Requirements provided in the tender

are firm. However, if bidder feels

any additional equipment is required

for achieving the objective provided

in the tender document, the same

may be brought to notice of the

purchaser keeping in to consideration

the requirement of purchaser.

. 15. Chapter

3 (3.11)

31 Electrical and Communication Please clarify that the requirements stated

here are firm and fixed and will not change

with more specific details other than stated

here. Bidder will ensure that these

requirements are met in all conditions taking

into consideration the quality and the

specifications as per codes referred in this

tender

16 Chapter

4 (4.2/2)

38 Penetration Request you amend penetration clause to

:Considering the ANSI 42.46-2008 norm,

steel penetration should be 290mm at 5km/h

Technical specifications of the tender

have been prepared by a committee,

especially constituted for this

purpose by the competent authority.

The Committee has taken into

consideration all aspects including

response received in EOI, discussion

with other stakeholders, etc.

ANS42.46-2008 is the referencing

17 Chapter

4 (4.2/4)

38 Wire detectability Request you amend penetration clause to

:Considering the ANSI 42.46-2008 norm,

wire detectability should be 2.5mm

18 Chapter

4 (4.2/5)

38 Contrast sensitivity Request you amend penetration clause to

:Considering the ANSI 42.46-2008 norm,

contrast sensitivity should be 2%

Page | 9

19. Chapter

4 (4.2/6)

38 Spatial resolution (at any

location of the container)

Request you amend penetration clause to

:Considering the ANSI 42.46-2008 norm,

Spatial resolution should be 12mm

document only. Requirements

provided in the tender documents

shall prevail. The technical

specifications mentioned in the

tender document are required to be

satisfied at X-ray energy of 6MeV

(Nominal).However, in other

situations not envisaged in the

tender, ANSI 42.46-2008 will be

followed.

20. Chapter

4 (4.2/15

b)

39 Data/ Image processing

hardware

Could you please explain the statement:

“One of the display should be on a

reasonably larger screen (over 60”) without

any distortion or loss of resolution”. Does it

mean that 5xIIS should be delivered with

2x24” screen and the 6th IIS should be

delivered with 1x 24” + 1x60” screens or 2x

60” screens?

6IIS with2x24” Screen

One screen of 60” with all 6 feeds for

monitoring purpose.

21. Chapter

4 (4.2/16

a)

39 Image inspection station (per

site of installation)

The requirement is 6 IIS including two for

remote location inspection. Are the remote

inspection locations in the same site that

each drive through container scanner. What

is the distance between the scanner and

these remote locations? Are the 2 IIS

installed at these remote location together or

each remote IIS at two different locations

Remote station will be located in the

vicinity of the scanner site only (say

about 1 Km.). However, image

viewing with limited processing

facility should be provided at distant

Container Freight Stations

(CFSs)/Inland Container Depot

(ICDs). Bidder may include unit cost

of providing such software features

at CFSs /ICDs.

22. Chapter

4 (4.2/17

a)

40 Net working Considering that it is feasible to connect all

the workstation of 1x site using Local area

network. Are we allowed to do that?

For connectivity within the site of

installation, LAN could be used.

However, servers of scanner should

also be integrated with EDI of

Customs Department.

23 Chapter

4 (4.2/19

e)

40 Sensors It is likely that in the gap between the truck

cabin and the container would be cables or

hoses (for signals and/or breaking system).

Could you please define height where the

Bidder has to make the assessment

and prepare a failsafe mechanism of

scanning using appropriate sensors as

mentioned in Tender.

Page | 10

gap will be free of any objects to ensure

optimum detection?

24. Chapter

4

(4.2/19)

40 Sensors Could you please confirm that the aim of the

redundancy is to ensure the safe operation

only.

Yes. Safety of the truck cabin crew

and persons working the area is also

of utmost importance.

25. Chapter

4 (4.2/26

a)

42 Security & safety (per site

installation)

Could you please define where the remote

location is. What is the distance between the

scanner and the remote location?

About 1 km.

26. Chapter

4 (4.2/31

a)

42 Inter-linkage with the Customs

EDI network

In order to understand the work to be done

could you please explain the protocol used

by Customs EDI network to permit

interfacing with external system like the

drive through container scanner. Detailed

protocol would be much appreciated.

Detailed protocol will be provided to

the successful bidder.

27. Chapter

4

(4.2/32)

43 Data storage, back-up/recovery Could you please confirm that the storage

capacity should be 1,000,000 datasets.

Yes, data storage should be

10,00,000 datasets

28. Chapter

4 (4.2/33

c)

43 Cargo viewing Does the software required to automatically

detected some contraband item or the

detection of these item is the result if the

manual analysis of the image by the image

operator? In the case of automatic detection

could you please specific what are the

contraband or the targeted commodity to be

detected?

Software should have capability to

automatically detect some of

contraband/ targeted items. Few

examples of these are: firearms,

ammunition, explosives, narcotics,

gold, red sander, etc.

29 Chapter

4 (4.2/33

d)

43 Cargo viewing What is supposed to contain the standard

library. Is it supposed to be delivered with

the system?

Standard library should contain

images of all commonly traded

items/goods. It should also contain

images of contraband/targets hidden

behind commonly traded

items/goods mentioned above.

Besides, it should be dynamic to

enable addition of more and more

images to the library.

30. Chapter

4

(4.2/12)

45 Electrical and Communication Please clarify that, Is this refers to

constructing a sub-station for commercial

supply. If yes, we request you to kindly

Yes; the electrical substation needs

to be constructed by the Bidder so as

to ensure the availability of electrical

Page | 11

amend the same and take out from Bidder’s

scope due to open requirement.

power, operating and quality,

required for the satisfactory

operation of scanner system.

31. Chapter

4

(4.2/15)

45 UPS Since the systems are delivered with a

genset generator and an automatic switch,

could we size the UPS in order to ensure

continuous operation in case of power

shortage, maybe 15 mins only, instead if

delivering a UPS with capacity of enabling

operation for 30 mins.

Requirement of UPS to enable

continuation of scanning operation

for 30 minutes stays.

32. Chapter

4 (4.2/19

b)

46 Software & software upgrade Could you please specify what is the

software customization necessary to meet

Customs’ operational requirements?

Since the servers of the scanner are

to be integrated with EDI of

Customs, so the software has to be

customized for transferring of data

and image processing. Also, some of

the customization requirements will

emerge during the commissioning of

the system at site and operational

feedback.

KELTRONI.T. Business Group

33. 320mm steel penetration This should be minimum 280mm steel

penetration.

Technical specifications have drafted

by a committee taking into

consideration all aspects including

response in EOI, interaction with

other stake holders, etc. As such

tender conditions prevail.

34. 1 mm wire resolution This should be at least 3mm wire

resolution

35. 1% contrast sensitivity This should be 3% contrast sensitivity or

better

36. 5mm spatial resolution This should be 8mm spatial resolution or

better.

37. Point 3.41- The Supplier shall

agree to provide copies of as-built

software in executable code that

are installed in the system at all

levels. It shall also state the

Hardware that needs to be in place

for implementation ensuring that

the system un-availability is

minimal. The Supplier shall also

This should be “The Supplier shall agree

to provide copies of as-built software in

executable code that are installed in the

system at all levels”

The scanner is proposed to remain

operational over a long period and to

maintain its quality and performance

to meet future trade profile; the

tender condition shall prevail within

the technical specification prescribed

in it. The project is on turn-key basis

and AMC is expected with the

supplier only. However, the relevant

Page | 12

comply and guarantee software

upgrades for the service life of the

scanner. Commercial image

processing software, if used,

should be provided with each set

of the image inspection unit (work

station).

executable codes for operation of

container scanner are required to be

provided to the purchaser to meet

any emergent conditions.

38. Point 3.42- Taking into account

the operational requirements of

the Purchaser, there may be a

need to customize some portion of

the software. Supplier should

agree for such customization,

which is expected to be limited, at

no extra cost.

This should be “Taking into account the

operational requirements of the

Purchaser, there may be a need to

customize some portion of the software.

Supplier should agree for such

customization, which is expected to be

limited, at man hour cost basis”

39. Point 3.43 - Any software

upgrades developed by the

Supplier during the warranty and

the post warranty period should

be made available to the

Purchaser at no extra cost and

should be delivered and installed

in a prompt and efficient manner.

The Supplier should install and

train the operator with software

upgrades.

This should be “Any software upgrades

developed by the Supplier during the

warranty and the post warranty period

should be made available to the

Purchaser at cost basis including in

CAMC and should be delivered and

installed in a prompt and efficient

manner. The supplier should install and

train the operator with software

upgrades”.

40. The EMD of Rs. 5 crores The EMD should be waived for PSU

bidders

Exemption from payment of EMD is

governed by various instruction of

Govt./CVC and at present no such

exemption is available to PSU.

TAS-AGT

41. - Extension of Submission Date: As the

project size is large and it requires doing

a site survey of the 3 sites i.e. Cochin,

Mundra and Maharashtra and prepare the

bid based on the inputs taken from the

site survey, we request you to extend the

Already answered/ clarified.

Page | 13

due date of submission of same from

22.08.2014 to 26.09.2014. This will

enable us and many other bidders to

come up with most suitable and

technically compatible solution with a

competitive offer and makes a healthy

competitive atmosphere.

42. - Relaxation in Eligibility Criteria: As

the tender size is large and there are very

few companies who will be bedding this

project, we request you to relax the

eligibility criteria “1.8 The tenderer must

have had an average annual turnover of

at least Rs. 60 Crore (or its equivalent in

foreign currency) during the last three

years.” And change it to Rs. 50 Crore

(or its equivalent in foreign currency)

during the last three years. Or the

financials (turnover) of the parent

company (holding company) should be

considered.

This will help more bidders to bid for the

tender and Directorate of Logistic will

be benefitted with most competitive

technical and financial bidding.

Tender specifications have been

decided by technical committee and

the tender document has been vetted

by the competent authorities. Tender

conditions prevail.

43. Chapter

4 (4.2/2)

38 Penetration Request you change penetration clause

to: 280mm from 320mm

Already answered/ clarified.

44. Chapter

4 (4.2/4)

38 Wire detectability Request you change wire detectability

clause to : 3mm from 1 mm

45. Chapter

4 (4.2/5)

38 Contrast sensitivity Request you to change contrast

sensitivity to : 2% from 1%

46. Chapter

4 (4.2/6)

38 Spatial resolution (at any location

of the container)

Request you to Spatial resolution to : 14

mm from 5 mm

M/s Godrej & Boyce mfg. Co. Ltd.

47. Penetration: Minimum 320 mm of

steel

Wire detectability in free air: 1

In page 44 terms, it requires the system

specification should comply with the

ANSI 42.46-2008 standard. However, in

ANS42.46-2008 is the referencing

document only. Specified technical

requirements provided in the tender

Page | 14

mm or better

Contrast sensitivity : 1% or better

Spatial resolution ( at any location

in the container): 5mm or better at

any location

page 85 item 8.1-8.4, the test method of

FAT is totally different ANSI standard.

So we wonder which standard will be

used as the evaluating method.

If the FAT method is available, please

kindly tell us whether the penetration

should be up to 320mm at three test

locations (floor, center, top)

simultaneously ? For wire detect ability

test, we also want to confirm that

whether the type of wire is straight or

sinusoidal?

If the ANSI standard is available, three

specifications of contrast sensitivity

should be required under different steel

pale.

documents shall prevail. However,

in other situations not envisaged in

the tender; ANSI 42.46-2008 will be

followed.

320mm penetration needs to be

proved at all three locations i.e. floor,

center and top.

For wire delectability test, wire will

be sinusoidal.

48. Sensors:

b) Sensors should detect the

height of the truck so as to protect

the scanner system from over-

dimensioned conveyance, if any.

A bye–pass lane should be

provided for such conveyances.

Where is the by-pass lane located?

Please confirm whether we can build the

by-pass way next to the scanning shed.

This will need to be established by

the Bidder. It could be next to the

scanning shed.

49. a) Minimum four CCTV cameras

(one with PTZ camera having

facility to view from remote

location) with DVR capable of

saving more than 12 hour long

video images, should be installed

for monitoring the radiation

protection area/ boundary of the

facility.

In page 87, item 12.1-12.2, there is

another requirement about the

CCTV camera and storage capacity.

Please confirm which requirement will

be used as the evaluating method.

Location and functional capabilities

of the installed CCTV systems will

be evaluated or the parameters

indicated in the tender.

50. Inter-linkage with the Customs

EDI network:

a) System should be able to

receive IGM information in

respect of the containers being

a) What is the spelling if the IGM?

Please kindly provide more details about

the IGM information in respect of the

containers being scanned from the

Customs EDI network.

IGM means Import General

Manifest. It is a document prescribed

under Section 30 of the Customs Act,

1962, which mandate every master of

vessel/aircraft to file manifest giving

Page | 15

scanned from the Customs EDI

network and display it along with

the image so that the operator can

compare the image with the data

and draw his conclusions.

d) System should enable remote

login with full functionally into

the server by officers from

anywhere in the country.

Please confirm if tere are interface to

Customs EDI network for each scanner

site.

d) Please kindly explain the meaning of

full functionality. Generally speaking a

remote computer without image

processing software cannot realize the

image processing.

various details as provided under the

said section or rule made thereunder.

51. Electricals & Communication

b) Electrical power supply will

have to be drawn from a nearby

commercial source, if available on

LT level, or a sub-station of

suitable rating will have to be

constructed by the Supplier at his

own cost for this purpose.

Please kindly provide the distance from

the each scanner site to the nearest

electrical source and water source.

This would be clarified during the

visit at site, the dates of which are

indicated below:

a.Mundra 9.8.14 at 14.30 hrs.

b.Mumbai11.8.14 at 11.30 hrs.

c.Cochin 13.8.14 at 11.00 hrs.

However, as mentioned in the tender;

Commissionerate of Customs; JNPT,

Nhava Sheva, Mundra and Cochin

have already been informed about

possible visits by the potential

bidders. Representatives can visit

these sites earlier to the dates

mentioned above to gather relevant

information.

52. Site works within Scanner

Facility:

a) Scanner system should be

installed under a shed with RCC

column & roof (approx 30m x

15m) so as to provide protection

to the scanner & its associated

systems from geographic

environment prevailing at the site

of installation.

a) If the width of scanner system is less

than 15m, can we adjust the width of

scanning shed?

d) What is the material requirement of

the boundary wall?

e) How long access roads should be

provided to the site of scanner facility?

Layout provided in the tender is

schematic. Bidder will work out the

details and submit the same with the

technical bid.

Boundary wall shall be of 2.4 meter

high in RR masonry construction.

Access road generally is within 100

meter length. Exact dimensions will

be decided upon site visit.

Page | 16

d) Exclusion zone should be

fenced from all sides and two

gates for entry and exit of the

trucks should be provided. In

addition, Scanner Facility should

be provided with boundary wall

with entry & exit gates.

e) Access roads to the site of

Scanner Facility should also be

provided to facilitate entry and

exit of the trucks-trailers.

53. Operational requirements:

a) Operation or Drive-through X-

ray Container Scanner System

will need establishment of

Scanner operation station, image

inspection work stations and

Check-in/check-out stations. The

scanner system should transmit

the scanned images by turn or to

whichever inspection work station

is free.

There is no description about where is

the check-in/check-out station located.

Please kindly provide more detailed

information of check-in/check-out

station, such as where are they, the area

requirement, what is the material of the

building, and etc.

Check-in/check-out station will

generally be located in operations

building. Exact location to be worked

by the Bidder.

The building is required to be in

RCC construction. [Clause 4.3/ 20

(a) & (b) refers].

54. Weigh bridge:

An electronic weigh bridge,

capable of weighing up to 70 MT,

within an accuracy of ± 0.02%.

should be provided. It shall be of

weigh-in-motion type so as not to

limit the through-put of the

scanner system. It should be

possible to integrate the measured

weight of container with its image

obtain during scanning operation.

Please confirm if all the container truck

should pass through the weigh bridge

including the over-dimensioned

conveyance.

Over-dimensioned conveyance shall

not enter Scanner Facility. Bidder

has to provide suitable measures,

such as height/ width limiters, to

prevent their entry[Clause 4.2/ 19(b)

refers].

Page | 17

55. Sanctioned load available at site Bidder has to specify the requirement

and will be discussed with port

authorities during site visit.

56. Is the location under hazardous area As of now not; Bidder to make an

assessment upon site visit.

57. Exact scope of Communication and

Networking requirement

Requirements are already specified

in the tender document.

58. Occupancy and working hours in the

premises along with the Machinery

details for heat load calculations.

The operation will be on 24 x7 basis.

It is expected that about 25 persons

will be deployed in the Facility at

any time for various activities. All

equipment & machinery will be

supplied by the Bidder and the

Purchaser will not add any such heat

load.

59. Comprehensive Maintenance period

mentioned for 8yrs needs to be clarified

in terms of electrical fittings.

All electrical loads including

electrical fittings in and around the

facility will be designed, provided

and maintained by the Bidder.

60. Product support for 15 yrs needs to be

clarified in terms of electrical fittings.

61. Provisional Fire NOC is available with

client or not.

Purchaser does not have any Fire

NOC. This will need to be obtained

by the Bidder from concerned

authorities. (Clause 3.5 refers).

Department will extend full support

in this regard.

62. Space allocation for water tank and

approval from municipal authorities for

water tapping for the services.

63. Approval for storage of DG fuel and fuel

tank space allocation.

64. Any specific make required by the client

for the services should mentioned.

Clause 3.10 may please be referred

in this connection. As mentioned

prior approval of purchaser need to

be obtained.

65. Basic tax structure for the project since

the project is to be executed in 3

different locations.

The tax structure would be

dependent upon individual state.

However, central taxes to be paid are

basic customs duty, additional duty

of customs, cess, service tax, etc.

Page | 18

It shall be noted that of the

documents like invoices, etc shall be

in the name of DOL.

66. Any special grants/exemptions to be

considered

No special grants/exemption is

proposed for the project.

67. Operational timelines for carrying out

the execution activities.

The time-line for all major activities

in the project will be prepared, fitting

into overall time period of 9 months,

and submitted by the Bidder along

with technical bid.

68. Any clearances awaited from the port

authorities.

Sites for the installation of drive-

through container scanners have been

identified at respective ports in

consultation with Port authorities.

This needs to be assessed by the

Bidder during site visit.

69. Influences of the Local bodies to carry

out the execution activities at site.

70. Extension of Bid submission date by 30

days.

Already clarified.

Permission for site visit for the 3

locations

Already clarified

71. Fresh pre bid meeting to discuss queries

post site visit.

Issues raised at site will be addressed

during site visit and minutes of the

same will be uploaded for all.

72. Soil report. Who will provide the soil

investigation report? Client or Bidder.

Site at Cochin is semi-permanent,

while the other sites need to be

developed. Geo-technical

investigations, if available with port

authorities, will be discussed during

site visits. Bidder on its own must

carry out necessary investigations.

[Clause 3.9(a) & (b) refers].

73. Structure design and therefore the BOQ.

These are required from the costing and

rendering point view. Kindly provide

details.

This is a `turn-key’ project.

Architectural & structural design of

the facility is in the scope of the

Bidder. Bidder shall prepare GA

drawings (including radiation

shielding arrangement) as well as

Page | 19

perspective view of the building and

the facility, based on the schematic

layout included in the tender and

shall submit the same along with

technical bid.

74. It being a government body work, what

are the applicable taxes, are there any

exemptions available. Pls clarify.

No exemptions are available.

75. What is the time period to complete civil

works and overall project. In the tender it

is mentioned nine months, considering

the entire scope of work this seems to be

less.

Time period for the completion of

the project is nine months after

placement of the contract, which

includes period for civil construction.

It is expected of the Bidder that

many activities are taken up in

parallel such that overall time line is

met.

76. Location of labor camp Depends on the conditions prevailing

at respective port, to be decided

during site visit.

77. Payment terms for civil construction This is a turn-key contract and hence

there is no separate payment terms

for civil construction.

78. Point 3.1 (iii) Obtaining regulatory and

regulatory clearance: In India this is a

time consuming process so more time is

required to complete the turnkey project.

Will the client help us in any way to the

same?

In principle approval of technology

and site has been already been given

by AERB. Necessary assistance will

be provided by the Purchaser.

79. Approach Road: What material needs to

be used to make the same like: paver

blocks/tar/cemented? This is important

as cost for each is different.

Any road meant for container

movement shall be of RCC as per the

specifications of Ministry of Road &

Highways [Clause 3.9(a) refers].

80. Arrangement to do site survey for all

three sites.

Already clarified.

81. Clarify the soil below all three

construction site including road. The

surface below should be clear of any

Bidder shall have to conduct geo-

technical investigation to get

information on underground strata.

Page | 20

drainage pipe. Electrical wiring etc.

Client needs to confirm on the status of

the same.

[Clause 3.9(a) & (b) refers].

Regarding existence of underground

services at site, information needs to

be obtained from Port authorities

during site visit.

KTC HEMA SKANET SYSTEMS PVT. LTD.

82. The tenderer must have had an

average annual turnover of at least

Rs.60 Crore (or its equivalent in

foreign currency) during the last

three years and should have made

profit (profit after tax) in last 3

years.” On page no.9

As per the general corollary established

for all GOI Tenders. The tenderer may

bid and qualify through its newly

established Joint Venture Company

where it holds more than 26%

shareholding.

Tender specifications have been

decided by technical committee and

approved by the competent

authorities and hence are firm.

SGS INDIA Pvt.Ltd.

83. These Container Scanners are big

industrial equipments and needs

specialized skills to operate it for

maximum utilization. Does the

Department Customs intend to hire an

Operator to undertake such Operations

after the installation is done?

No.

84. Is the department is considering a

business model where a third party

operator has been engaged to take care of

operating this industrial infrastructure

and generating the image and the

customs takes and informed decision on

the basis of these images? The image

Analysis being the Sovereign function to

be performed by the Department of

Customs and parking of trucks, getting it

prepared for scanning, taking the

documents from driver,

Scanning it and making it in image from

available for image Analysis, Operating

these Industrial equipments etc which are

No.

Page | 21

the commercial functions to be done by

the specialized third party operating

company?

85. The earlier procured Container Scanners

which are based at JNPT port are not

optimally utilized. Does the department

also considering the proposal to hire an

Operator to run its Container Scanners

Operations smoothly by an experienced

agency?

Scanners at JNPT are being

optimally utilized as per the

technology deployed in these

scanners.

86. In order to get the best agreement for

maintenance of these Industrial

Equipments, is the department also

considering to hire the services of a

Consultant who have expertise in

drafting these kinds of Maintenance

Service agreements?

At present there is no such proposal.

The tender document provides for

maintenance by the supplier or by the

contractor to be designated by the

supplier through proper agreement.

87. Will the Department of Customs do FAT

and OSAT for this procurement? Who

will do these tests? Will it be done by

any third party?

FAT and SAT are proposed to be

undertaken by the authorised

representatives of Department only.

88. Will the Department of Customs engage

any third party to impart image Analysis

training which has got expertise in the

subject area?

The tender provided for training to

the officers of Customs on regular

basis for interpretation of images. As

such, it is not envisaged to hire any

third party.

M/s Rapiscan Systems

89. Page 1 Closing date of tender 22.8.2014 Request for extension of time for six

weeks for us to allow site surveys,

investigations of site and civil designs

with civil contract to be properly

undertaken. Extension of time for closing

date is requested for at least till 6th

October 2014.

Already clarified

90. Page 6

section

xix

Successful bidder shall obtain

requisite approvals/clearances

Obtaining approvals/clearances from

AERB for equipment and site operation

will be joint effort. Please confirm that

Necessary support in pursuing

approvals/clearances from AERB

will be extended.

Page | 22

purchaser will help and support in

getting requisite approvals.

91. Page 13

section

1.44

Testing of the models offered by

the tenderer shall be carried out to

ascertain the actual performance

of the systems, including visit to

sites

As the existing sites under the ownership

of tenders and customers and our live

operations, hence viewing of operation

may be possible, however purchaser

would not be able to perform their own

testing

Technical Evaluation Committee is

mandated to take a final call on this

issue. However, it is expected that

the said committee would satisfy

itself regarding the claim of technical

specifications made in the bid

document by witnessing the

performance of similar facility

provided by the bidder at different

locations.

92. Page 13

section

1.44

Tenderer to arrange permission

from authorities to visit

installation. All cost shall be

borne by the tenderer.

Please advise how many representatives

from the purchaser will attend the visit?

We need this information to estimate

cost for undertaking such a visit.

The members of the Technical

Evaluation Committee, if so decide,

may require visit to such facility. The

members of the Technical Evaluation

Committee may vary from 4 to 6.

93. Page 14

section

1.49

Minor

informality/irregularity/nonconfor

mity

Please confirm how technical non-

conformance in chapter 4 will be

addressed during preliminary evaluation.

The intent of waiving off minor

infirmity is amply clear in the

relevant clause and also queries on

technical issues (Chapter 4) have

been answered in above paragraphs.

94. Page 18

section

1.77

Stages and method of payment Please confirm that the tenderer can raise

pro forma invoice for release of 20%

advance payment.

For seeking the release of 20%

advance, the successful bidder can

raise proforma invoice subject to

fulfillment of conditions mentioned

in clause 1.77 of tender.

95. Page 29

and 30

clause

3.9

Civil and structural construction

work

Site organization: as per the tender,

geotechnical survey of the sites is to be

carried by tenderer to arrive at soil

strength end to decide the foundation

requirements. The following data would

be required from the purchaser is for all

sites:

highest flood level recorded at

each site

level of access and road to the

The relevant information would be

provided during the site visits. Dates

of such visits have already been

mentioned earlier.

It has been clarified that mandatory

3rd

party inspection/monitoring of

civil and structural work can be

assigned to any Government agency.

Page | 23

plots at each site with respect to

the highest flood level

level of the existing ground level

of the plot each site

Road area requirement at entry

and exit to the plot

96. Page 42

Sl no 31

Interlinkages with Customs EDI

network

Purchaser may please provide their EDI

interface specification in advance so that

tenderer can review and conform

compatibility in the proposed system

Already clarified.

97. Page 46

section

4.3

Site works within scanner facility Please provide drawing of shed/building

for housing the scanner, electrical panels,

DG sets, operation and maintenance

staff, etc. Else, if tenderer for their

design/drawing, is confirmed that the

same will be acceptable to the purchaser

Schematic layout of the facility and

building plan has been given in the

tender and the building/structure

should be designed to meet the

requirement as per the provisions of

IS 456-2000, as mentioned in clause

3.9. Also please refer to clause 3.5

and clause 4.3/20 of the tender in this

regard.

98. Page 47

section

4.6

The travel, board and lodging of

the representatives of the

purchaser will be arranged by the

supplier at his cost.

Please advise how many representatives

from the purchaser will attend the visits?

Two from each site.

99. Page 55

Chapter

6

Both in India on turnkey basis Please confirm the use of word “both”.

This would typically referred to 2 items,

whereas the requirement is for 3 units.

Please confirm

It is typographical error. The

requirement is for three units.

100. Page 91

Drawing Drawing shows location of container

scanner for import and location of the

container scanner for export. Please

confirm that the tenderer is only

providing container scanner for import

and gnome consideration should be made

for container scanner for export?

The proposed installation is for

import containers only.

101. Page 32

3.16 Periodic maintenance During the meeting, all prospective

bidders opined that repair/

replacement / maintenance of

Page | 24

Radiological safety requirements for Drive through scanner: as proposed, yet to be notified by AERB.

1 Dose per scan to crew members of the

vehicle carrying container to be

scanned: 0.25 µSv.

2 Dose per annum to crew members of

the vehicle carrying container to be

scanned: 0.25 mSv.

3 Dose per annum to the operators of the

scanning system: 1 mSv.

4 Dose per annum to the members of the

public due to operation of the scanning

system: 1 mSv(In order not to exceed

the limit of 1 mSv, the recommended

equipment, systems, fittings, fixtures,

etc. is understood to be provided by

the Bidder, but, upkeep of the facility

viz. sweeping and cleaning activities

should be deleted from their scope of

work. After, due deliberations, para

3.16 (vii) to (ix) stands withdrawn.

102 Page 35 3.30 General maintenance requirement Bidders pointed out that while better

than 95% availability of the scanner

system in a year will be maintained,

whether extra time will be allowed

for any break down maintenance

separately requiring immediate

attendance.

It is clarified that up to 5 % time in a

year is allowed for break down

maintenance, which includes

preventive maintenance. The

CCAMC shall be entered with the

successful bidder bringing out

modalities of apportionment of time

required for break down as well as

preventive maintenance.

Page | 25

radiation level at the cordon/ biological

shielding is 0.5 µSv in one hour).

5 Dose to the cargo per scan : 100 µSv.