Agargaon Administrative Area Sher-e-Bangla Nagar, -1207

(LTM)

TENDER DOCUMENT FOR THE PROCUREMENT OF GOODS (NATIONAL)

Purchase of Various Operational Items Lot 1: Photo Studio & Editing Panel with Associated Accessories .

Invitation for Tender No: 44.08.2680.020.77.001.20.237 Issued on: 31 March 2020. Tender Package No: GR (INT)- 03

1

Section 2. Tender Data Sheet

Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in italics and under lined mentioned for the relevant ITT clauses.

Amendments of, and Supplements to, Clauses in the Instruction to ITT Clause Tenderers

A. General

ITT 1.1 The Procuring Entity is Director Intelligence, Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nagar, Dhaka-1207 . The Name and identification number of Tender are: Lot 1: Photo Studio & Editing Panel with Associated Accessories. The number, identification and name of lots comprising the Tender are: Lot No 01: Photo Studio & Editing Panel with Associated Accessories. – As per Section-7

ITT 3.1 The source of public fund is Government of Bangladesh . (GOB) .

ITT 3.3 The name of the Development Partner is Not Applicable.

ITT 5.1 Tenderers from the following countries are not eligible: None

ITT 6.1 Goods and Related Services from the following countries are not eligible: None

B. Tender Document

ITT 8.2 The following are the offices of the Procuring Entity or authorised agents for the purpose of providing the Tender Document: Not Applicable

TT 9.1 For Clarification of Tender purposes only, the Procuring Entity’s address is: Attention : Assistant Director (Intelligence). Address: Bangladesh Coast Guard, Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nagar, Dhaka-1207 . Telephone: 8181698 Mobile No: 01769-440803 Electronic mail address: [email protected]

ITT 10.1 Pre-Tender meeting: Not Applicable

C. Qualification Criteria

ITT 14.1(a) The Tenderer shall have a minimum of 01 years of overall experience in the supply of similar goods and related services.

2 ITT 14.1(b) The minimum specific experience is supplier in supply of goods of at least 01 contract successfully completed within last 05 years.

ITT 15.1(a) The minimum amount of liquid asset or working capital or credit facility is Lot No – 01 - Tk. 9,00,000/00 As supporting documents upda ted Bank Statement is to be submitted (For Bank Solvency Certificate: is required. The email address of the Issuing Bank including telephone, Mobile & Fax Number to be mentioned with the

tender document for official purpose).

D. Preparation of Tender

ITT 21.1(i) The Tenderer shall submit with its Tender the following additional documents asked vide ITT 28.1(f).

ITT 23.1 Alternatives Tenders shall not be permitted.

ITT 24.3 Tenders are being invited for: Lot No 01: Photo Studio & Editing Panel with Associated Accessories.

ITT 26.6 Price quoted for each lot shall correspond at least to 100% of the items specified for each lot and correspond at least to 100 % of the total lot value.

ITT 24.8 The following particular item represents more than fifty percent (50%) of the estimated lot value is: Not Applicable

ITT 28.1(f) Manufacturer’s authorization Required only when the supplier is not the manufacturer. In that case manufacturers consent letter, i.e. the manufacturer will do the work for the supplier, if he gets the work order, should be attached.

ITT 29.1 The Tender validity period shall be 120 days .

ITT 31.1 The amount of the Tender Security shall be: Lot –1. Tk. 37,5000/00 (Pay order) (In favour of " AYON O BAYON KORMOKORTA , COAST GUARD FORCE SADAR DOPHTOR ")

(Avqb I e¨qb Kg©KZ©v- †Kv÷ MvW© evwnbx m`i `ßi)

ITT 36.1 Original of the Tender, one copy shall be submitted.

E. Submission of Tender

ITT 37.2 The inner and outer envelopes shall bear the following additional identification marks: Not Applicable

3 ITT 38.1 For Tender submission purposes , the Procuring Entity’s address is: Attention Director Intelligence Address: Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nogar, Dhaka-1207 . The deadline for submission of Tenders is 12.00 noon. on 16 April 2020

ITT 38.3 For Tender submission purposes , the Procuring Entity’s address is: [Note:In case of Multiple Dropping sate below the addresses of the Primary Place and Secondary Places] Not Applicable

ITT 38.4 The deadline for the hand-delivering of the Tenders at the Primary Place is: Not Applicable

F. Opening and Evaluation of Tenders

ITT 44.1 The Tender opening shall take place at Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nagar, and Dhaka-1207 at 1230 PM on 16 April 2020

G. Award of Contract

ITT 60.1 The maximum percentage by which quantities per item may be increased is 20%. The maximum percentage by which quantities per item may be decreased is 20%. [in both instances the maximum percentage is between 15 and 20 %].

ITT 62.1 The amount of Performance Security shall be ten 10% percent of the Contract Price. ITT 62.3 The security deposit shall be deducted @ ten (10) percent from the successful Tenderers payable invoices during Contract implementation. If awarded the Contract.

4

Section 4. Particular Conditions of Contract

Instructions for completing the Particular Conditions of Contract are provided, as needed, in the notes in italics mentioned for the relevant GCC clauses .

GCC Clause Amendments of, and Supplements to, Clauses in the General Conditions of Contract

GCC 1.1(n) The Procuring Entity is Director (Intelligence), Bangladesh Coast Guard .

GCC 1.1(s) The site(s)/ point(s) of delivery is/are: Bangladesh Coast Guard, Headquarters, Agargaon Administrative Area, Block No-E, Plot No- 12/B, Sher-e-Bangla Nagar, Dhaka-1207

GCC 3.1 For notices , the Procuring Entity’s contact details shall be: Attention : Director Intelligence. Address: Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nogar, Dhaka-1207 . Telephone: 8181389 Mobile No: 01769-440800 Electronic mail address: [email protected]

For notices , the Supplier’s contact details shall be: Attention: Address: Telephone: Facsimile number: Electronic mail address:

GCC 7.1(i) The documents to be furnished by the supplier shall be as follows: (a) Attested copy of Valid trade license (b) Attested copy of Latest Income Tax certificate (c) Attested copy of Latest VAT registration certificate (d) Attested copy of enlistment letter (if applicable) (e) Bank solvency certificate (original/ attested copy) (The minimum amount of liquid asset or working capital or credit facility to be mentioned) (Note: The above requirements should be reviewed by a Procuring Entity on a case-by case basis. With amendments being made as necessary).

GCC 8.1 The scope of Supply shall be defined in: “S ection “6 Schedule of Supply”

5

GCC 20.2 The packing, marking and documentation within and outside the packages shall be : A complete packing list indicating the content of each package shall be enclosed in a water proof envelope and shall be secured to the outside of the packing case. In addition, each package shall be marked with indelible ink/paint in bold letters, as follows: a. Contract Number b. Name and address of Purchaser c. Package number of total number of packages d. Brief description of the content e. Name of the Supplier f. Final Destination/Delivery Point g. Gross weight Upright markings, where appropriate, shall be placed on all four vertical sides of the package.

GCC 21.1 The documents to be furnished by the Supplier are as follows: a. Copies of Supplier’s invoice showing goods’ description, quantity, unit price, total amount; (04 copies) b. Delivery note, railway receipt, truck receipt or others; Required c. Manufacturer’s/ supplier’s warranty certificate; Required d. Inspection certificate issued by the nominated inspection agency (or Procuring Entity) and/ or the supplier’s factory inspection report (if any); e. Certificate of origin, Required [Note: The above requirements should be reviewed by a Procuring Entity on a case-by-case basis, with amendments being made as necessary.]

GCC 23.1 The Contract price is: [ ]

GCC 25.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows: (a) The payments shall be made through the office of the Controller General of Accounts of Bangladesh. Payments shall be made in Bangladesh On Delivery and Acceptance by the Chief Inspector & Quality Control of the Goods.

GCC 25.3 Payments shall be made in no case later than 120 days after submission of an invoice or request for payment by the Supplier, and after the procuring Entity has accepted it.

6

GCC 30.1 The inspections and tests shall be: Goods: As per Section-7 Type of test: Physical and Technical (if needed) Time or milestone: At or after the date of delivery Place: The Inspections and tests shall be conducted at Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e-Bangla Nagar, Dhaka-1207. Procedure: Inspections and tests will be done by the authorised inspectors of Bangladesh Coast Guard against the technical specification of the items in the presence of the supplier; The Purchaser’s right to inspect, test and where appropriate reject the Goods after delivery, shall in no way be limited or waived by the reason of Goods having previously been inspected, tested or passed by the Purchaser or its representative prior the Goods shipment.

GCC 31.3 The period of validity of the Warranty shall be: 24 months. For purposes of the Warranty, the place of final destination of the equipment.

GCC 31.7 The Supplier shall correct any defects covered by the Warranty within 3 weeks of being notified by the Procuring Entity of the occurrence of such defects.

GCC 33.1 The applicable rate for liquidated damages for delay shall be: one half of one percent (0.5%) of the Contract value per week or part thereof. The maximum amount of liquidated damages shall be: Ten (10%) percent of the Contract Price.

GCC The name of the Adjudicator. 42.2(b)(c) The name of the appointing authority of the Adjudicator [ Bangladesh Coast Guard]

GCC 42.3(b) Arbitration shall take place in: Bangladesh Coast Guard Headquarters, Agargaon Administrative Area, Block No-E, Plot No-12/B, Sher-e- Bangla Nagar, Dhaka-1207 .

7

Section 5. Tender and Contract Forms

Form Title

Tender Forms

PG2 – 1 Tender Submission Letter

PG2 – 2 Price Schedule for Goods & Related Services

PG2 – 3 Specifications Submission and Compliance Sheet

PG2 – 4 Pay order for Performance Security

Forms PG2-1 to PG2-3 comprises part of the Tender and should be completed as stated in ITT Clause 6.

Contract Forms

PG2 – 6 Notification of Award

PG2 – 7 Contract Agreement

PG2 – 8 Pay order for Performance Security

Forms PG2-6 to PG2-08 comprises part of the Contract.

8 Tender Submission Letter (Form PG 2 – 1) [This letter shall be completed and signed by the Authorized Signatory Preferably on the Letter-Head pad of the Tenderer].

To: Date: 31 March 2020 [Contact Person] [Name of Procuring Entity] [Address of Procuring Entity]

Invitation for Tender No: 44.08.2680.020.77.001.20.237 [indicate IFT No]

Tender Package No: GR (INT)-07 [indicate Package No]

[indicate number of Lots] Lot No 01: Photo Studio & Editing Panel with Associated Accessories .

In accordance with ITT Clauses 7 the following prices apply to our Tender:

The Tender Price is: Taka [state amount in figures] (ITT Clause 7) And Taka [state amount in words]

In signing this letter, and in submitting our Tender, we also confirm that:

a) Our Tender shall be valid for the period stated in the Tender Document (ITT Sub- Clause 11.1) and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

b) Tender Security is attached in the form of a [pay order/bank draft/bank guarantee] in the amount stated in the Tender Document (ITT Clause 12) and valid for a period of 28 days beyond the Tender validity date;

c) We, declare that we are eligible to participate in this Tender and meet the eligibility criteria specified in the Tender Document (ITT Clause 3);

d) Furthermore, we are aware of ITT Clause 2.2 concerning such practices and pledge not to indulge in such practices in competing for or in executing the Contract;

e) We understand that your written Notification of Award shall become a binding Contract between us, until a formal Contract is prepared and executed.

Signature: [insert signature of authorized representative of the Tenderer] Name: [insert full name of signatory with National ID] In the capacity of: [insert designation of signatory] Duly authorized to sign the Tender for and on behalf of the Tenderer

Attachment 1 : Written confirmation authorizing the above signatory (ies) to commit the Tenderer

9 Price Schedule for Goods & Related Services (Form PG2-2)

Invitation for 44.08.2680.020.77.001.20.237 Date: 31 March 2020 Tender No: Tender Package GR (INT)-03 Package [enter description as No: Description: specified in Section 6] Tender Lot No: 01 Lot Description: [enter description as specified in Section 6]

A: PRICE OF GOODS (Including Spare Parts, Related services if any) AND DELIVERY SCHEDULE

1 2 3 4 5 6 7 8 Item Description Unit of QTY Unit price Total price Point of Delivery as Delivery No. Of Item Measurement per Schedule of Period (col. 4  5) Requirement Offered as per Schedule of Requirement

(Note1) (Note2)

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if Contract is awarded and Shall be delivered price in final destination or at point of delivery.

Note 2: The Tenderer will complete these columns as appropriate following the details specified in Section 6: Schedule of Requirements

Signature: [insert signature of authorized representative of the Tenderer]

Name: [insert full name of signatory with National ID] In the capacity of: [insert designation of signatory] Duly authorized to sign the Tender for and on behalf of the Tenderer

10

Specifications Submission and Compliance Sheet (Form PG2 - 3)

Invitation for Tender 44.08.2680.020.77.001.20.237 Date: 31 March 2020 No: Tender Package No: GR (INT)-03 Package [enter description as specified Description: in Section 6] Tender Lot No: 01 Lot [enter description as specified Description: in Section 6]

Item Name of Goods Country of Origin Make and Full Technical Specifications No. Model ( when and Standards or Related Service applicable)

1 2 3 4 5

FOR GOODS Note 1

FOR RELATED SERVICES

[The Tenderer should complete all the columns as required]

Signature: [insert signature of authorized representative of the Tenderer]

Name: [insert full name of signatory with National ID] In the capacity of: [insert designation of signatory]

Duly authorized to sign the Tender for and on behalf of the Tenderer

11 Bank Guarantee for Tender Security (Form PG 3 – 7) [This is the format for the Tender Security to be issued by a scheduled bank Of Bangladesh as stated under ITT Clauses 29 and 30]

Invitation for Tender No: 44.08.2680.020.77.001.20.237 Date: 31 March 2020 Tender Package No: GR (INT)-03

To:

[Name and address of Procuring Entity]

TENDER GUARANTEE NO:

We have been informed that [insert name of Tenderer] (hereinafter called “the Tenderer”) intends to submit to you its Tender dated [insert date of Tender] (hereinafter called “the Tender”) for the supply of [description of goods and related services] under the above Invitation for Tenders (hereinafter called “the IFT”).

Furthermore, we understand that, according to your conditions, Tenders must be supported by a Bank Guarantee for Tender Security.

At the request of the Tenderer, we [insert name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer:

a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender Security; or b. refused to accept the Notification of Award (NOA) within the period as stated under Instructions to Tenderers (ITT); or c. failed to furnish Performance Security within the period as stipulated in the NOA; or d. refused to sign the Contract Agreement by the time specified in the NOA; or e. did not accept the correction of the Tender price following the correction of the arithmetic errors in accordance with the ITT; or

This guarantee will expire:

(a) if the Tenderer is the successful Tenderer, upon our receipt of a copies of the contract signed by the Tenderer and the Performance Security issued to you in accordance with the ITT; or

(b) if the Tenderer is not the successful Tenderer, Twenty eight (28) days after the expiration of the Tenderer’s Tender validity period, being [ date of expiration of the Tender validity plus twenty eight (28) days]

Consequently, we must receive at the above-mentioned office any demand for payment under

this guarantee on or before that date.

Signature Seal

12 Section 6. Schedule of Requirements Invitation for Tender No: : 44.08.2680.020.77.001.20.237 Date: 31 March 2020 Tender Package No: : GR (INT) - 03

a. List of Goods and Delivery Schedule

When completing Form PG3-2 the Tender shall quote prices and contract delivery dates for each item against each lot and show each Lot separately, as specified in the List of Goods and Delivery Schedule.)

Lot Description of Item Unit of Quantity of Point of Date No. supply Units Delivery Required (in required weeks) 1. Computer No 01

2. 27" monitor with 4K No 01 3. UPS No 01 4. Flash light Unit No 04 5. Six roller motorized system No 01 6. Soft box No 01 BCGHQ 08 weeks 7. 43 " 4K UHD SMART TV No 01 after signature the 8. Strip Box No 01 contract 9. Air Conditioner (1.5 Ton) No 02 10. Photo Studio Setup Sft 200 11. Hardware Installation, Commissioning, - As Required Testing, Training of all equipment

13 SECTION –7

1. LOT-1: SPY device with Associated Accessories

Lot Description of Item Deno Quantity of Units No. required 1. Computer No 01 2. 27" monitor with 4K No 01 3. UPS No 01 4. Flash light Unit No 04 5. Six roller motorized system No 01 6. Soft box No 01 7. 43 " 4K UHD SMART TV No 01 8. Strip Box No 01 9. Air Conditioner (1.5 Ton) No 02 10. Photo Studio Setup Sft 200 11. Hardware Installation, Commissioning, Testing, - As Required Training of all equipment

Technical Specification

1. TECHNICAL SPECIFICATION COMPUTER:

a. Brand To be Mentioned b. Origin To be Mentioned c. Country of Manufacturer To be Mentioned d. Processor Intel Core i7-8700K e. Gigabyte B360 AORUS GAMING 3 Motherboard

f. Hard Disk 4 TB, Seagate Firecuda Desktop g. RAM 8GB DDR4 2400MHz Black Heatsink Desktop RAM h. Graphics Card GIGABYTE GEFORCE GT GV-RX570GAMING-8GD MI i. Cooling Unit Thermaltake versa 3.0 performer C j. Mouse Wireless k. Keyboard Wireless l. Optical Drive DVD RW. m. Flash Drive 512 gb transcend n. Output Minimum Two Monitor Output o. Casing Thermaltake versa p. Power supply Thermaltake 500 watt q. Warranty 1-years or more

2. TECHNICAL SPECIFICATION LED 27" MONITOR:

a. Brand To be mentioned b. Model To be mentioned c. Country of Origin To be Mentioned d. Dimensions (WxDxH) 68.6 cm (27 in) diagonal

e. Display Type IPS with LED backlight, anti-glare f. Aspect Ratio 16:9 g. Recommended 1920 x 1080 at 60 Hz (FHD) resolution (H x V) h. Panel active area 59.8 x 33.6 cm (23.5 x 13.2 in)

14 i. Display size 68.6 cm (27 in) diagonal j. Image Brightness 300 nits k. Power consumption 27 Watts maximum l. Warranty 2-Years or more

3. TECHNICAL SPECIFICATION ONLINE UPS (1 KVA):

a. Name To be Mentioned b. Brand To be Mentioned c. Model To be Mentioned d. Country Of Origin To be Mentioned e. Country Of Manufacture To be Mentioned f. Capacity 24000V g. Technology True Online Double Conversion h. Input Input Voltage : 160 -270V AC/140/280 VAC i. Output Output Wave Form: Pure Shine Wave j. Transfer Time 0 (Zero) k. Battery Type Sealed Maintenance free, 8 Hours up to 90% capacity l. Charging Mode Continues Voltage plus trickle m. 1 Hr. on 750W Load (Bulb Test) & 2 Hr. on Half Load (Bulb Backup Time Test) n. Protection Transient, Lighting, Spike, SAG, Surge, Blackouts, Brownouts, Noise, (EMI & RFI) Overload, Short Circuit, Under & Over Voltage, Battery Low & Battery Over Charge, As per international Safety Standard o. Noise,(EMI/RFI) Filter Built In p. Alarm Mode Two State Audible q. DC Mode, Low Battery, Over/Under Voltage, Over/Under Audible Alarms Frequency, Over Load Alarm, High Temperature r. Warranty 1-year or more

4. Flash light Unit:

a. Brand To be mentioned b. Model To be mentioned c. Country of Origin To be mentioned d. Product D imensions 89 x 32 x 23 cm e. Eye-Cell on programmable f. Charge Ready Beep programmable on/off - g. Eye-Cell receptor To be mentioned h. Open flash To be mentioned i. Synch socket 3.5 mm jack / low 5V sync voltage j. Mains on /off switch Black k. Centred umbrella tube 7 mm diameter for EL Umbrellas l. Standard stand socket 5/8 inch m. Wall boom To be mention n. Barn doors Four color o. Reflector 21 cm Simpex

5. Six roller motorized system:

a. Brand To be mentioned b. Model To be mentioned

15 c. Country of Origin To be mentioned d. Remote Type Remote control e. hooks 2x6-fold background f. Rollers 6xMotorized electric g. Backdrop To be mention h. Warranty 2 Years or more

6. Soft box :

a. Brand To be mentioned b. Model To be mentioned c. Country of Origin To be mentioned d. Shape Octagon e. Interior Silver f. Material Aluminum g. Circular Dimensions ø: 48.0" / ø: 121.9 cm (Open) h. Weight 3.4 lb or higher

7. TECHNICAL SPECIFICATION 43 INCH 4K UHD SMART TV:

i. Brand To be mentioned j. Model To be mentioned k. Country of Origin To be mentioned l. Features To be mentioned. m. Display Type To be mentioned n. Screen Size 43 Inches o. Connectivity AV, HDMI, LAN, USB, Wi-Fi p. Resolution To be mentioned q. Audio Output To be mentioned r. Number of Speakers 2 s. Color Black t. Display Features To be mentioned u. Functionality Gaming TV Units v. Warranty 2 Years or more

8. Strip Box:

a. Brand To be mentioned b. Model To be mentioned c. Country of Origin To be mentioned d. Size 11.8 x 63"

e. Shape Rectangular

f. Compatibility EH flash system

g. Requires Speed Ring Provided

9. TECHNICAL SPECIFICATION AIR CONDITION 1.5 TON:

a. Brand To be mentioned b. Model To be mentioned c. Country of Origin To be mentioned d. Capacity 1.5 Ton(s) e. AC Type Split AC f. capacity Cooling BTU 11,600 g. Timers Yes 16 h. Auto Restart Yes i. Sleep Mode Yes j. Remote Control Yes k. Air Swing Yes l. Active Carbon Yes Deodorizer m. Color To be mentioned n. Dimension indoor 280x800x215 o. Dimension outdoor 536x680x250 p. Tonnage 1.5 q. Warranty One and More

10. Photo Studio Setup :

SL. Description Unit Quantity a. WALL PANELING WORK: sft 500

Supply, fitting and fixing of Decorative wall Paneling work made by plain board, as per direction & full satisfaction of the Engineer- in-Charge.

b. WALL PAINT WORK: sft 230

Supply, fitting & fixing of wall paint approved color work. As per direction and satisfaction of the Architect / Engineer.

c. FLOOR WORK: sft 590

Supply, fitting &fixing of floor carpeting approved color work. As per direction and satisfaction of the

d. T5 LIGHT LONG (3'x2') & (1'x1') Nos 40 e. ENERGY/LED LIGHT Nos 6 f. BRB 1.5 RM CABLE Coil 3 g. LED SPOT Light 3" Nos 25 h. FOCUS LIGHT Pcs 6 i. 4 GANG SWITH (GREEN LUX) REQURED Pcs 8 j. 5 PIN SOCKET (GREEN LUX ) REQURED Pcs 8 k. DP SWITCH (GREEN LUX) REQURED Pcs 2 l. ELECTRICAL INSTALLATION Job 1 m. DECORATIVE CEILING WORK sft 590

Supply, fitting & fixing of the Decorative Ceiling made by 12mm thinkness jutex board 1"x2" Gorjon wooden matm support(which will be required) and other hardware goods with finishing as per desgine.

n. CEILING PAINT WORK sft 590 The ceiling Painting work plastic paint of approved color of primer seal including cleaning the surface, rubbing by sandpapering, synthetic putty and necessary scaffolding etc. As per direction & satisfaction of the architect / Engineer.

o. CABINET WORK sft 87

Supply, finning & fixing (7'-0"x-3"x18") and (6'-2"x2'-6") Height Cabinet made bay 18mm Gorjon plyboard with glass Door, paint Finish (hand polish) As per Design and direction & full satisfaction of the Engineer- in-charge.

17

p. Wooden DOOR

Supply, fitting & fixing (Double leaf and single leaf) of 18 mm thickness plywood with Approve color VVP door closer, Stainless steel, handle, lock, & other accessories etc. As per design and direction & satisfaction of the Architect / Engineer-in-Charge.

q. CABINET PAINTWORK sft 261

Painting work of cabinet in paint of front side (lacquer paint) and inner side hand Polish) approved color and quality over a coat of sandpapering, synthetic putty and necessary scaffolding etc. as per direction & satisfaction of the Architect/ Engineer-in-Charge.

r. WORK STATION WORK Job 3

Supply fitting and fixing one Room of work station made of Aluminum profile with partition and MFC Board etc. as per direction & satisfaction of the Engineer-in-charge.

s. WORK STATION WORK chair Job 3

Supply fitting and fixing chair as per direction

t. Ply board PARTITION WORK sft 440

Supply, fitting & fixing of 8'-0" height 12mm plywood work moveable , section with frosted paper including necessary hardware materials etc. As per design and direction & satisfaction of the architect / Engineer.

1. Installation & Training: Bidder/supplier will arrange training for 05 persons minimum 7 days training at their cost.

2. Terms of Payment: Payment will be made in local currency on completion of successful test trial jointly carried out by BCG and supplier’s representative and final acceptance by CI & QC of BCG. Total mandatory price and optional price is to be submitted separately during quotation submission/offer.

3. Liquidated Damage :

a. The liquidated damage shall be one half of one percent (0.5%) of the contract value per week of part thereof. b. The maximum amount of liquidated damages shall be 10% contract value.

4. Terms and Conditions:

a. The automated solution will be completed as per the project schedule with in the stipulated time frame. b. Bidder will provide necessary training during installation and test run of the custom software solution.

5. Bidder will provide twelve months service and maintenance free of charge and will be responsible for all the debugging of the custom software solution.

a. Bidder will be mentioned provide the charges of convince bill and human recourse man- hour cost after twelve months of the final installation of project.

6. Delivery Place . The software is to be installed at Coast Guard Headquarters, Dhaka or any of the CG Base/Station designated by Coast Guard.

18 7. Validity of Offer: 120 Days from the date of tender opening .

8. Condition for Acceptance of Quotation : Quotation has to have supporting documents describing Scope, Timeline and delivery plan.

9. Test, Trail and Acceptance: The Installation work is to be done by the supplier at BCGHQ after successfully test & trail and acceptance by CI&QC.

10. Certificate: An original equipment manufacturer classification Certificate (OEM) is to be provided along with the offer indicating the year of manufacture.

11. Manuals: One sets of technical Manuals for each Spy device including inspection, maintenance procedure in English are to be supplied with the items free of cost.

12. Compliance : A compliance statement fulfilling all the requirement of the tender is to be submitted for evaluation of the quotations. Stating ‘Yes’ or ‘No’ will not suffice and detailed description/ information as required is to be given. An incomplete compliance statement may attribute to cancellation of the offer.

19