SECRET ANNEX A TENDER NO: 06.06.0000.275.07.229.19 DATED: 11 FEBRUARY 2020

TENDER SPECIFICATION FOR PROCUREMENT OF 04 X AUTOMATED WAREHOUSE MANAGEMENT SYSTEM (AWMS) FOR 201 MAINTENANCE UNIT, (201MU BAF)

PART 1: INFORMATION AND BIDDER’S RESPONSIBILITIES

Introduction

01. Bangladesh Air Force (BAF) has planned to procure 04X Automated Warehouse Management System in the financial year 2019-2020. The AWMS will be installed at existing Warehouse of 201 MU BAF site at Cantonment. The AWMS shall have the ability to receive and issue all types of items automatically for better inventory management. The offered AWMS should satisfactorily operate in the climatic conditions of Bangladesh. The AWMS system shall allow accommodating all types of aircraft and spares which size and shapes are within limit of try of AWMS.

02. For better understanding and to evaluate, all the prospective bidders on the same platform, the tender specification has been divided into three parts:

a. Part-1: General Information and Bidder’s Responsibilities.

b. Part-2: Technical Specification (Essential and Optional Requirement). c. Part-3: General Terms and Conditions.

03. In Part-2, there are essential criteria and optional items. Bidders failing to comply with essential criteria will be disqualified. However, Bidder has to quote price of all the optional items, but BAF may take some or all optional items as per the requirement. Price of optional features/items will not be considered for determining financial competitiveness.

04. Prospective bidders are to comply with the requirements and terms and conditions of the tender specification mentioned in Part-1, Part-2 and Part-3 of the tender specification. In order to help the bidders to participate, compliance sheet has been prepared and attached as annex B to this tender specification. The bidders are requested to provide the detailed explanation of the technical matters wherever necessary and cross-reference to relevant pages of their offer/original supporting documents. The bidder is also to provide performance/technical data, specific figures and information as asked against each clause/condition.

05. Prospective bidders are to submit their offer in the double envelops system as per the DGDP’s rule:

a. Technical Offer.

b. Financial Offer.

A-1

SECRET SECRET

06. Bidders qualifying in technical offer will only be eligible for evaluation of financial offers. On completion of technical evaluation, final selection of bidder will be done on the basis of financial competitiveness. BAF reserves the right to accept or reject any/all offers without assigning any reason.

07. Bidders shall quote all main equipment as mentioned in Part-2 in foreign currency (USD/EURO) on FOB basis.

Eligibility of the Bidders

08. The bidder is to participate in the tender through their local agent enlisted in the Directorate General of Defense Purchases (DGDP) in Bangladesh. A bidder is to be a reputed manufacturer of Automated Warehouse system or authorized by the manufacturer. If the bidder is a manufacturer, then the bidder is to submit an authentication certificate mentioning that they are the original manufacturer of offered AWMS (mentioning brand and model). If a bidder is not a manufacturer, then the bidder is to mention the name and address of the manufacturer and must submit a manufacturer’s authorization certificate along with the offer to establish that they are authorized to participate in the tender process.

09. Bidder should have experience of selling and installation of minimum 100 to 200 units of AWMS all over the world. Installation of AWMS in any Armed Forces may be given preference.

10. Bidder is to provide the list of customers with contact details along with the quotation to whom the similar AWMS or better Warehouse Management System have been supplied in Bangladesh. The bidder will also submit performance feedback report from minimum 05 reputed customers. 11. The Local Agent should have also experience of installation of at least 10 to 15 units of AWMS in Bangladesh.

12. The bidder must provide Original Equipment Manufacturers (OEM) certificates of the AWMS and all other items at the time of delivery (if any) and the same is to be shown to the pre-shipment inspection (PSI) team.

Bidder’s Responsibility.

13. It is the responsibility of bidders to have valid Government Assurance Certificate that there is no restriction from the respective Government to export the offered AWMS and its associated equipments to Bangladesh and export permit for Bangladesh will be issued to bidder if contract is awarded.

14. Bidders are to submit full specification & relevant documents in English, latest brochures for the offered AWMS along with the offer. The information in the brochure needs to be self-explanatory and must support and validate the information mentioned in

A-2

SECRET SECRET the tender specification. Deviation or variation of information between the brochure and formally offered documents would be treated as non-compliance.

15. Bidder is to comply with all the clauses of this tender specification. The bidder is to submit full specification and relevant documents, latest brochures of the AWMS along with the offer. The information in brochures needs to be self-explanatory and must support and validate the information mentioned in the tender specification. Deviation or variation of information between the brochure and formally offered documents would be treated as non-compliance.

16. The bidders are to provide the detailed explanation of the technical and cross reference to relevant pages of their offer/original supporting documents. The bidder is to provide performance/ technical data, specific figures and information as asked against each condition of tender specification. In addition, the bidder is to mention compliance/ non-compliance against each condition. BAF preserves the right to reject those offers which merely mention ‘Complied/Agreed’ without highlighting required information/data/figures/graphs as asked against each condition.

17. The bidder may request for clarifications on any issue relating to the information contained in the tender specification from Air Headquarters (Directorate of Supply) in writing with an information copy to DGDP and apply for a pre-bid meeting at DGDP/ BAF (if felt necessary) on pre-agreed schedule from the Directorate of Supply and DGDP.

18. Pre-Bid Meeting. A bidder may attend a pre-bid meeting at the Directorate of Supply, Air Headquarters within 05 (five) weeks from the day of floating the tender by DGDP. In that case, bidders are to submit necessary information and bio-data including photographs and passport information of the team to Air Headquarters (Directorate of Supply) at least 04 weeks before the presentation for arranging necessary security clearance. Bidders may also visit the selected AWMS installation site for preparation of their offers/ proposals with prior permission and on pre-agreed schedule from the Directorate of Supply, Air Headquarters. The purpose of the meeting will be to clarify issues about the project with particular attention to site preparation and preliminary assessment for installation of new AWMS at that site. He is to clarify different operational and technical aspect of the AWMS.

19. Site Survey. The supplier may conduct a site survey at the selected AWMS site to assess/determine precisely the actions required to be done for the installation of the new AWMS and its ancillary equipment. During the site survey, the supplier is to keep in mind that the new AWMS is to meet the technical and operational requirement mentioned in the tender specification. The supplier is also to carry out a survey of the area to find out the obstacles to install the AWMS in order to determine the appropriate height of the existing Warehouse. All site preparation activities are to be accomplished by the supplier prior to AWMS installation at the site (including power supply, communications, cable runs, hard surface pads, interference mitigation, etc). Expenditure for the site survey is to be borne by the bidder. To visit the site with foreign/local experts, the bidder needs to obtain security clearance from BAF. In this regard, the bidder is to apply to DGDP/BAF for necessary security clearance as per regulation.

A-3

SECRET SECRET

20. Evaluation Procedure. A bid proposal submitted by the bidder will be evaluated primarily on the basis of (but not only) the following elements (not in any priority order). In addition to hard copy, bidders are to submit the authenticated soft copy of the compliance sheet:

a. Compliance to eligibility criteria for bidding.

b. Financial competitiveness.

c. Responsiveness and compliance with the Technical Specifications and General Terms & Conditions.

d. Bidders’ international standard certification.

e. The lowest bidder will be determined from the technically accepted bidders as per the quoted price of the AWMS including essential spares, training etc which are mandatory to quote.

21. Additional Features Offered by the Bidders. The bidders may suggest and/or offer features for the system additionally supplied in this tender schedule. In this case, bidders have to explain the detailed advantage of that/those features of the system. Such additional offers will be considered as additional feature. BAF may accept or reject the additional feature offered by bidder. Price of offered additional feature will not be considered for determination of lowest bidder.

22. Acceptance/Rejection of Bid. BAF reserves the right to accept or reject any offer or to annul the tender process and reject all bids at any time prior to signing of the contract.

A-4

SECRET SECRET

PART-2: TECHNICAL SPECIFICATION

ESSENTIAL REQUIREMENTS

Technical Specification

23. Make and Model. The bidder is to mention the make and model of their offered AWMS which must be tested one and not modified. The system must be newly manufactured for BAF after signing the contract.

24. User's Name. Name of the countries presently using the offered model of the AWMS is to be mentioned { (Minimum 10 Countries (outside the country of origin)} with documentary evidence. A certificate is required to be submitted in this regard.

25. Country of Origin/Manufacturer. Country of origin/manufacturer of major equipment is to be mentioned. But the country of origin is to be within USA/ EU countries.

26. Date of Manufacture. The AWMS and its spares must be brand new, state of the art technology and not produced before the year of signing of contract.

27. Names of Major Equipment. The part number and names of major equipment has to be provided with technical nomenclatures.

28. Fast Moving Item. The bidder is to provide the list of fast moving items which will be provided free of cost during the complete warranty period. The cost of each items are to be mentioned along with the offer. The price of fast moving items will not be considered for determination of lowest bidder

29. AIMS Specification. The characteristics of the offered AIMS shall be as follows:

Ser Description of Feature Requirement No a. Dimension of each Machine: Height- 14 – 14.5 m Require to mention b. Dimension of each Tray: Width: 4100 mm+/-10 mm Require to mention Depth:850mm+/-10 mm, Height: 120mm +/-10 mm c. Load Carrying Capacity in a single tray: 700-800 kg Require to mention d. Total Number of tray in single machine: 75 to 80 tray Require to mention e. Distance between trays: 75 mm to 695 mm with pitch Require to mention of 25 mm. f. Working Height of the tray:600 to 700 mm from the Require to mention ground level for the first level, 1000mm to 1050 mm from the ground level for the second level. g. Power Supply: 400-480 VAC, 50/60 Hz,3 Phase Require to mention h. Operating Temperature: +5 degree C to 40 degree C Require to mention j. Operating Language: Must be in English Require to mention A-5

SECRET SECRET

k. Delivery Level: Should be fully automated with dual Must be complied level and external l. Tray must have chain for the horizontal movement Must be complied and a tooth belt for the vertical movement m. Tray must not tilt, should have no imbalance Must be complied movement with heavy load also n. The AWMS machine should have soft start / stop Must be complied control with frequency converter which shall result in optimum acceleration and breaking both vertically and horizontally. o. In case of power failure the extractor shall remain at Must be complied its position and will not free fall to the access opening when loaded. After power resumption, the extractor shall resume the operation. Touch Screen Control: p. The Operation Console must be a compact industrial Must be complied PC, designed for harsh environments, with 10.4” TFT color touch screen with 800 x 600 resolution. q. Micro Processor based control Must be complied r. Industry suitable coverage (Water & Dust protection) Must be complied s. Perform the unit parameters modification, manage the Must be complied diagnosis and the unit recovery, run the machine in manual alarms mode and semi-automated mode t. The software in the console automatically tracks a Must be complied tray’s usage and frequency so that the most frequently accessed trays are stored in locations closest to the picking bay area to ensure quick access and to minimize picking times Safety Feature u. The unit should be certified by TUV GS, CE, and Must be complied International standard v. The Belt drive should have high Factor of Safety, of Must be complied minimum stated on the Standard Regulation UNI EN 15095 w. Safety switches for accidental protection. Must be complied x. Photo curtains for operator safety on the external Must be complied delivery to be provided at access ports meeting TUV- GS standards y. Weight Detection for each tray Must be complied z. Motor protection relay Must be complied aa. Control of the total weight loading of the machine Must be complied ab. Emergency stop button on control panel Must be complied ac. Limit switch at door Must be complied ad. Fuse overload protection Must be complied ae. Machine closed at the bottom Must be complied Essential Feature of Machine Must be complied af. The touch screen console might be sliding along the Must be complied all width of the exit. ag. The access opening must be external dual tray Must be complied

A-6

SECRET SECRET

delivery fully automated (no human interaction to pull out the tray) ah. Automated door which keep the system close, and it Must be complied open only when the trays are moving automatically in\out from the Machine. aj. The trays should be made of Galvanized Steel Must be complied ak. Provision for connecting Bar code scanner externally Must be complied to the Machine. al. The pitch of tray should be flexible and automatically Must be complied adjust to the article height in 25mm. am. Issue/receipt through Bar Code for real time Must be complied inventory management an. Leaser Pointer for locating the item on the tray Must be complied ap. Bar code reader of 2G Must be complied aq. Bar code printer along with 01 set ink cartridge Must be complied ar. Option for increasing the number of trays, capacity Must be complied and height at a later date without change in basic design should be available. as. Automatic machine diagnostics on machine Start- up Must be complied at. Password authentication with no limitation of users. Must be complied au. The machine should have modular design for easy Must be complied relocation. av. All necessary Inventory software should be provided Must be complied with the Storage System and the same shall be installed in the Desktop Computer. Bidder must mention software platform or software name or any other hardware name (if reqr). BAF will assist the Local Agent for integration by giving information on WIMS Software procedure. The software shall comprise of Inventory processing database through which tool and parts data can be fed and updated with the provision for: a. Inventory quantity b. Create, Edit & Delete Part Number c. Inventory Orders (Storage or retrieval) d. Modify Location

aw. All one in one pc with UPS (700VA or above), Qty-04 Must be complied each PROCESSOR: Intel Core i5 3.2 GHZ, 7th Gen or above MAIN BOARD : Intel H110 Chipset RAM : 04 GB DDR-4 2100 MHZ or more

Graphics: Built in 2GB or higher MONITOR: 22”LED or bigger size HDD: 1 TB Sata 7200 RPM or more LAN CARD: 100/1000 GIGA MOUSE: Wireless mouse/ USB Standard KEY BOARD: Wireless Keyboard /USB Standard A-7

SECRET SECRET

SOUND CARD: On Board 6:1 SURROUND Add RAM 12GB Origin: / Malaysia ax Printer for All in one PC (Origin: China/Malaysia), Qty- Must be complied 04 Set

Associated Equipment

30. The suppliers have to supply the under mentioned associated equipment which are required for operation of offered AWMS within the total offered price: a. Required no of fire extinguisher which must be attached with the system.

b. One set of maintenance tools for each machine.

c. One set of CCTV system with 06 IP Camera along with required no of NVR, switch, cable, connector and installation job for remote monitoring of AWMS machines function.

d. One set of Notepad is to be supplied for online communication with foreign expert in connection with trouble shooting support. The proposed notepad should be made of Japan/Korea/China/ Malaysia.

e. One set of Digital Access Control Machine with server PC is to be supplied along with the AWMS to keep record of all incoming and outgoing personnel record from concerned warehouse.

f. One set of electric door (two side) is to installed for automated warehouse for ensuring better security of the automated warehouse.

g. Consumable items/ spares require for minimum three (03) years. The list of consumables items/spares are to be submitted along with the offer. Price of each item is to be mentioned by the bidder.

Pre-Shipment Inspection (PSI)

31. A 04 (Four) member PSI team (01 x Engineering officer, 01 x Logistic officer, 01 x Logistic Assistant and 01 x Electric trade Airmen) shall carry out the Pre-shipment inspection at the factory site before the shipment of item. They shall inspect complete AWMS and its associated items like tools, spares and other equipment in the manufacturing plant/supplier’s premises for duration of 07 (Seven) working days. The PSI team must be given full access to all the relevant manufacturing plant, shops and documents. The supplier will also ensure that BAF team is allowed to check certificates, compliance of documents, genuineness of installed components and other associated documents/items during their stay at the manufacturer’s/supplier’s facilities. Necessary security clearance for the BAF team is to be done by the supplier. All expenses excluding local transportation and communication of the pre-shipment inspection team shall be borne by the BAF. PSI team will depart from Bangladesh as per schedule A-8

SECRET SECRET submitted by the supplier. The supplier is to intimate BAF 45 days in advance about the PSI schedule.

Training of BAF Personnel

32. A comprehensive theoretical and practical training will be conducted for 06x BAF personnel for both operators (03-persons) and technicians (03-persons) at BAFsite. All the personnel will undergo both types of operators & maintenance/trouble shooting training. Detailed theoretical and practical training will be as under:

a. Operators’ Training. Detailed theoretical and practical training for the 01x Logistic Officer and 02x Airmen (Logistic Assistant) on operation of the whole AWMS system is required to be offered which will include classroom training and hands on equipment’s at the manufacturer’s premises. Duration of training will be 04x weeks (02xweeks theoretical and 02xweeks practical). The practical training on handling work station shall be conducted keeping the AWMS on operation. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The bidder has to submit details training proposal along with the offer. However, bidder may propose changes in above mentioned proposed plan considering the volume of study based on the topic.

b. Technical Training. Required Maintenance/Trouble Shooting training are to be provided for 01x Engineering Officers (Electrical/ Computer Engineer) and 02 x Technicians(01-Electric & 01- Wireless/Radar trade Airmen) at manufacturer’s premises. Duration of training will be 04 x weeks (02x weeks theoretical and 02x weeks practical). They are to be also given practical training at installation site during the time of installation, so that they can operate and maintain the AWMS independently. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The training will include 1st and 2nd level maintenance in detail. Training plan shall be outlined based on the major variety of equipment. The bidder has to submit details training proposal along with the offer. However, bidder may propose changes in above mentioned proposed plan considering the volume of study based on the topic.

c. Details of training proposal are enumerated below:

(1) The bidder is to mention detailed breakdown of the training, including the schedule and place of training.

(2) BAF will have the option to accept/reject/modify/discard all or part of the training schedule/syllabus.

(3) The bidder is to provide a detail plan of conducting training highlighting the subject wise (based on equipment basis) period requirement, no of hours including theoretical and practical training as per the group. The bidder is to prepare detail syllabus and forward to Air HQ for

A-9

SECRET SECRET

approval. Upon approval from Air HQ, they will prepare manuals in English and forward to Air HQ at least 01 month prior to start of training.

(4) The training manuals are to be prepared and forwarded to BAF at least 45 days prior to start training.

(5) The bidder is to plan and conduct the training program with available AWMS in operation condition where all the major components will be available. d. Training Cost. All relevant costs for local training (total 06 x personnel) are to be quoted separately by the bidder.

e. Accommodation, Food and Transportation for Trainers. The bidder is to ensure accommodation food and transportation for the trainers. BAF will provide class room facility at BAF site.

33. Track Record Storage Facility. Each track shall have instant tracing facility since its initial pick up retained. Most essentially all track data should be recorded in the storage device retaining for minimum 1000 hours.

34. Password. The hardware/software is not to be password protected and the software must be hardware/ platform independent. If so, the password must be delivered to BAF and tested prior to the acceptance.

Maintenance

35. Reliability and Maintainability. The offered system should be highly reliable and easy to maintain with low maintenance cost. Following desirable features should be included:

a. Built-in-test (BIT). Built in self-test facilities for all sections and sub- sections.

b. Performance Monitoring and Automatic Fault Location. Provision of on- line test facilities with the help of computer and off-line computer controlled hardware tests. It should be able to monitor and localize the fault automatically.

36. Unit Repair Facility. The bidder is to provide complete list of tester/test equipment and tools for establishing 1st and 2nd line repair of AWMS equipment at the site. The bidder is also to provide cost of each equipment separately. The list will include the common tools for 1st and 2nd line maintenance. BAF shall have the option to select / accept all, some of the proposed tester/test equipment for establishing necessary repair facility.

37. Monthly Preventive Maintenance. The bidder is to highlight the scheduled maintenance required for the proposed AWMS. However, it should not be more than 06xhours in a month.

A-10

SECRET SECRET

38. Expected Life. The life of the AWMS should be minimum 20 years. The bidder is to mention the life of offered AWMS System.

39. Publications/Manuals. Complete sets of following catalog/manuals and documents (in English) along with soft copies in the form of CD/DVD are to be provided along with the supplied AWMS system as free of cost. However the cost of the Manual/ Catalog/ Publication is to be mentioned separately:

a. 03xsets of illustrated parts catalogue (IPC) up to component level, i.e. the part catalogue of component are to be provided.

b. 03x sets of Operational and Technical manual of all equipment are to be provided in hard and soft copy (03 sets of DVD).

c. Maintenance/technical manual up to 3rd line maintenance are to be provided in 05xsets along with DVDs. The technical manual should consist of:

(1) Block diagram.

(2) Elaborate circuit diagram.

(3) Troubleshooting with rectification procedures through flow chart.

d. Assurance for future support of change notices and bulletins should be there to support the above mentioned sets, i.e. IPC, Operational Manual, Maintenance Manual automatically.

e. All the publications/manuals are to be free of cost and must be in English.

Supply & Installation:

40. The supplier is to ensure supply and installation of contracted goods within 180 days from the date of signing the contract. Installation, commissioning and Prove Out of the Storage System should be done by the Local Agent. The Local Agent shall take all necessary safety precautions during installation & commissioning. The Local Agent himself shall make all necessary arrangements / facilities required for satisfactory installation & commissioning. If earthling is required for the storage system, the same has to be carried out by the Local Agent within the contracted price.

41. The Automated Warehouse Management System is to be installed inside the existing No 5 Warehouse of 201 MU BAF whose measurement is Length-37 m, Width-25 m, both wall’s height-6 m and Up to pick-12 m. The supplier has to ensure required electric cabling and ground preparation under their installation job within total offered price. BAF will provide a suitable rain protected warehouse site only to install the machine. BAF will also provide ground equipment (Fork lifter/ crane) support only to assist the AWMS installation job.

A-11

SECRET SECRET

42. Shipment

a. The bidder is to mention the time they need to manufacture/make/assemble the system. The supplier is to mention the required time in the offer and accordingly contract is to be signed.

b. The contracted system and its associated equipment’s/items are to be delivered to consignee’s premises (201 MU BAF) at supplier’s cost. 43. Acceptance Check. The contracted system is to be installed at No 5 Warehouse of 201MU BAF by supplier’s experts at the arrangement of Local Agent. After installation, BAF task party will check its operation for continuous 10 days and give a report to all concerned. On the basis of satisfactory task party report, CQC (U) BAF will provide final inspection report to 201 MU BAF & Air HQ.

44. Warranty/Guarantee. The bidder must ensure the following in their offer:

a. The supplier is to provide minimum two (02) years warranty for trouble free operation of the contracted system including other associated equipment from the date of acceptance (Brought -on – Charge) by BAF. b. Any item or equipment found unserviceable/defective during warranty period, the supplier is to replace/repair the same at supplier’s cost within 30 days from the date of reporting. c. During the whole warranty period, any un-serviceability of contracted system more than 30 days will be added together and thus, if the period of total un-serviceability exceeds 50 days within a year, then 5% of the CFR/CPT value will be forfeited as a penalty from the remaining 10% payment. d. Both ways freight and insurance charges are to be borne by the supplier for the warranty replacement of the items. e. If the supplier fails to repair/replace any item/equipment under warranty claim within the stipulated period (30 days), the warranty period would be extended by the number of days delayed in repair/replacing the items/equipment under warranty.

f. The bidder is to submit a guaranty certificate regarding availability of spares of supplied AWMS machines for further 20 years along with the offer.

45. Maintenance Support after Warranty. The Local Agent should quote for Comprehensive Annual Maintenance Contract (CAMC) for satisfactory operation of the Storage Systems for a period of two (02) years after warranty as a separate item in price bid. BAF has the right to accept or reject this offer. The quoted price of the CAMC will not be considered for determination of lowest bidder for AWMS.

A-12

SECRET SECRET

46. Spares Support. The bidder is to submit following with the offer:

a. A list of emergency spares along with item wise-price (critical and fast moving spares, which is to be maintained by BAF after warranty period) is to be submitted along with the offer.

b. A list of routine maintenance spares along with item wise-price (which is to be maintained by BAF as spares support for 2 years after warranty period) is to be submitted along with the offer.

c. BAF has the right to select or cancel the emergency /routine spares list partially or fully.

d. The quoted price of these spares will not be considered for determination of lowest bidder for AWMS.

A-13

SECRET SECRET

PART – 3: GENERAL TERMS AND CONDITIONS

47. Detailed Work Plan. The bidder shall conduct detailed Site Survey at selected site after signing the contract. The bidder shall work and coordinate with BAF to determine any site restrictions and constraints and identify the best solution for the installation of the complete AWMS system. The bidder shall provide a detailed work plan. The work plan shall contain detailed information of all site preparation activities to be accomplished by the bidder prior to system installation at the site {including power, communications, cable layouts, hard surface pads, interference mitigation (if any) etc}. Site work plan report shall also contain required construction of support structures, cabling etc. The detailed work plan report shall be delivered to BAF within 30 days of contract award which must be vetted by the Director of Supply.

48. Installation and Commissioning.

a. The bidder will send an installation team to BAF site for the assembly and installation of AWMS system. Necessary electric wire, harness, fittings, diagram and any other necessities are to be provided by the bidder for installation. BAF will not be responsible for the civil engineering works at the site. After the successful completion of site preparation, the bidder shall install the AWMS system at BAF site. During installation, any damage, burnt-out or de-shaped part, equipment or spare should be replaced with a new one; no repaired or modified item will be accepted.

b. After completion of installation of the AWMS, the bidder shall carry out a detail test of all the equipment of the AWMS system in presence of BAF experts. Turnaround time for completion of installation will be maximum 60 days from the date of arrival of all equipment at installation site.

c. After completion of installation and detail test of all the equipment of the AWMS system, the bidder will confirm the AWMS system’s readiness for operation. The bidder shall provide technical assistance as required to support initial commissioning test of AWMS system. In coordination with BAF and appropriate technical personnel, bidder shall make adjustments and alignments to the equipment, as required.

d. All cost for installation team including food, internal transportation, medical care etc is to be borne by the bidder.

49. Functional/Operational Check. Operational/Functional check of AWMS and its associated equipment will start after the satisfactory commissioning test and will be carried out by BAF experts and the bidder/his representative. The Functional /Operational check will be carried out for 30 days (08 hours daily). The Calibration of the AWMS may be carried out during the functional/operational check. During the Functional/Operational check, the AWMS system will be tested for continuous 24 hrs non-stop operation to check the performance of the AWMS system.

50. Acceptance Check. Acceptance will be carried out after the satisfactory Functional/Operational check. During functional/operational check, if, the system is found unsatisfactory, acceptance will be held up till the same is corrected. Test certificate of

A-14

SECRET SECRET each AWMS machine is to be signed by both the parties (201 MU BAF & Supplier) on completion of satisfactory acceptance check.

51. Overhaul/ Performance check. The bidder is to produce a certificate that their representative would carry out a performance check of the AWMS system along with all other supplied supporting equipment/items after five years and would take necessary rectifications if required.

52. Miscellaneous Terms & Conditions. The following miscellaneous terms and conditions are to be followed:

a. The bidder must mention the name and full address of the local agent (if any) in the offer.

b. Compliances/Non-compliances is to be mentioned against each tender clause.

c. BAF/DGDP reserves the right to increase/decrease quantity of items and accept/reject any/all tender without assigning any reasons.

d. The cost of AWMS system and additional equipment/ job including all charges is to be ‘Firm and Fixed’.

e. Freight will be paid at actual, but not more than the contracted freight.

f. Cost of freight and insurance for any surplus spares/modules/accessories, which will be taken back after completion of installation of AWMS, is to be borne by the bidder.

g. Delivery schedule mentioned in the tender specifications may be changed by DGDP/BAF due to delay in concluding the contract. Delivery period of the AWMS will be 06 months after signing the contract.

h. The bidder must mention the prices in USD/Euro which is to be firm and fixed. No increase in price at any stage after submission of offer will be accepted by BAF.

j. The bidder is to quote the freight charge by sea or air up to /Dhaka, Bangladesh. The local transportation of AWMS system in Bangladesh (From the port of arrival to the BAF site) is to be arranged and paid by the bidder.

k. The bidder is to mention the port /country of shipment.

l. The transshipment is not allowed, but if the bidder needs transshipment then they are to mention it in their offer about their requirement. In case of such requirement transshipment will only be allowed under single AWB/BL.

m. Part shipment is allowed but part payment is not allowed.

A-15

SECRET SECRET

Financial Offer

53. The financial offer is to be submitted as double envelop system. All costs are to be mentioned in USD/Euro in FOB basis.

54. Quoting price of the followings is essential:

a. Cost of AWMS System, power equipment and all other associated equipment/items including installation (to be mentioned separately) at BAF side which is required to meet the essential operational characteristics mentioned in this tender specification.

b. Price of total training package as mentioned in paragraph 32.

c. Cost of all types of items (Optional & essential requirements) mentioned in paragraph 30 & 46.

d. Cost of shipment by Sea/Air as mentioned in paragraph 52 (j).

55. BAF will reserve the right to accept or reject any items/tools/accessories/tester and others equipment from the offer. In addition, BAF will also reserve the right to ask the bidder to supply any provisioning/equipment whose price are asked to quote in the financial offer.

56. Factor for Determining the Lowest Bidder. The bidder shall quote the price of the items as mentioned below, which will be considered for determining the lowest bidder:

a. Price of AWMS system along with related accessories/ equipment, power equipment and all other associated equipment/items including installation at BAF side which is required to meet the essential operational characteristics mentioned in this tender specification.

b. Price of total training package as mentioned in paragraph 32.

c. Cost of shipment by Sea/Air as mentioned in paragraph 52(j).

57. Offer Validity . Offer must remain valid up to 30 June 2020. Within the validity of the offer, withdrawal of offer or un-willingness to sign the contract by the bidder is not to be accepted and in such cases actions would be taken against the principal bidder and local agent as per DGDP rules.

58. Miscellaneous Terms & Conditions. The following miscellaneous terms and conditions are to be followed: a. The bidder must mention the full address including telephone, Fax No. and E-mail address. The bidder should also mention the name and full address of their local agent (including telephone, Fax No. and E-mail address) and other A-16

SECRET SECRET

information (If any). b. Due to the fault of the supplier, if any change/amendment is required in the contract/LC, all such expenses/charges shall be borne by the supplier. c. BAF/DGDP shall have the right to cancel the contract with necessary punitive action for supplier’s failure in supplying the contracted goods in due time. d. The cost of the system and additional equipment including all charges is to be ‘Firm and Fixed’. No increase of price at any stage after signing the contract will be accepted. If any item (components/spare parts/accessories) other than those already contracted is required during functional test/ acceptance check or warranty period of the supplied AWMS, those are to be provided by the supplier within the contracted value/cost.

e. The cost of Freight will be paid at actual, but not more than the contracted freight. As such, freight charge is to be mentioned in appropriate column of BL/Air Waybill. Otherwise, FOB/FCA value of the contracted goods will be paid.

f. Delivery schedule mentioned in the tender specifications may be changed by DGDP/BAF due to delay in concluding the contract. In this case, contract will be signed within offer validity period. DGDP/BAF also reserves the right to get the offer validity extended with the consent of the bidder.

g. The bidder must mention the prices in FCA/FOB value in USD/EURO which are to be firm and fixed. No increase of price at any stage will be accepted by BAF after submission of offer. h. The bidder is to submit the offer along with compliance sheet for each clause of general and technical terms of the tender as per the format given below:

Tender General/Technical Terms To be filled up by bidders as Ser No complied/not complied or detail information against the clause for better understanding (if require)

j. The bidder is to mention the port /country of shipment in the offer.

k. The transshipment is not allowed. But if the bidder needs transshipment, then they are to mention it in their offer about their requirement. In case of such requirement, transshipment will only be allowed under single BL/AWB. l. Part shipment and part payment is not allowed. The payment will be made as per ‘payment terms’.

59. Payment Terms. Payment will be made through an irrevocable letter of credit (LC). LC will be opened in favor of supplier. Payment will be made as per following condition:

A-17

SECRET SECRET

a. 80% of LC value will be released on submission of the following documents (06sets): (1) Original Bill of Lading (BL)/Air Way Bill (AWB) (2) Supplier’s Signed Invoice (3) Packing List (4) Certificate of Origin (5) Manufacturer/Supplier warranty/Guaranty certificate (6) Pre-shipment inspection report from supplier b. 10% of LC value will be released on completion of supply and installation of all the contracted items and receiving acceptance report provided by the BAF Task Party. c. Rest 10% of the LC value will be released after expiry of warranty period (02 years) and satisfactory settlement of all unsatisfactory report/ discrepancy report and warranty claims.

d. 100% cost of training will be paid after completion of training and on production of training completion certificate. 60. The bidder may provide/furnish with their offer any other information deemed necessary. 61. The bidder may visit the site for better understanding before forwarding their quotation. 62. The bidder is to submit the compliance/non-compliance state against each of the tender terms and conditions in the sequence maintained in the tender specifications. 63. Any other terms and conditions not covered above will be as per the standing rules of BAF/DGDP. 64. BAF/DGDP has all the rights to select any bidder or cancel the whole tender procedure at any time.

A-18

SECRET