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

(OTM)

TENDER DOCUMENT FOR THE PROCUREMENT OF GOODS (NATIONAL)

Purchase of Various Operational Items Lot 1: CCTV Camera with Associated Accessories

Invitation for Tender No: 44.08.2680.020.77.001.20.734 Issued on: 08 November 2020. Tender Package No: GR (INT)- 07

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: CCTV Camera with Associated Accessories. The number, identification and name of lots comprising the Tender are: Lot No 01: CCTV Camera 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 : Staff Officer (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: 01769-440804 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 03 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. 29,00,000/00 As supporting documents update d 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: CCTV Camera 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. 1,15,000/00 (Pay order) (In favour of " AYON O BAYON KORMOKORTA , COAST GUARD SADAR DOPHTOR ")

(Avqb I e¨qb Kg©KZ©v- †Kv÷ MvW© 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 01 December 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 01 December 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) (f) Warranty Certificate. (g) A Manufacturer’s Authorisation Letter/Certificate is: Required. (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: 12 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 6. Schedule of Requirements Invitation for Tender No: : 44.08.2680.020.77.001.20.734 Date: 08 November 2020 Tender Package No: : GR (INT) - 07

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 Deno Quantity Point of Date No. of Units Delivery Required required (in weeks) CCTV CAMERA WITH ASSOCIATED ACCESSORIES FOR BCGHQ

1. Day and Night Fixed IP Camera No 19

2. Network Video Recorder 32 Channel No 01 3. LED Monitor 40” inch No 04 4. Network Switch POE 8 port or higher (Gigabit) No 05 5. Network Switch Non POE 8 port or higher No 02 (Gigabit) 6. Off- Line Ups 1200 VA No 04 7. Off- Line Ups 650 VA (Long Backup) No 01 8. Network Video Monitoring System 32 Channel No 01 with controlling BCGHQ 12 weeks 9. Network Video Monitoring System 32 Channel No 02 after without controlling signature 10. HDD 6 TB No 04 the 11. Server Rack 9U contract 12. Optical Fiber Cable 13. Cat-6 Cable 14. Power Cable As Required 15. Camera Mount Pole 16. Extra Related Items (Fiber Media Converter, Optical Fiber Joint, TJ Box, PVC Pipe/PVC Channel, Cable Chip, HDMI Cable, etc. CCTV CAMERA WITH A SSOCIATED ACCESSORIES FOR BCG STATION CHANDPUR

1. Day and Night Fixed IP Camera No 14 2. Network Video Recorder 32 Channel No 01 3. LED Monitor 40” inch No 01 4. Network Switch POE 8 port or higher (Gigabit) No 04 5. Network Switch Non POE 8 port or higher No 01 (Gigabit) 6. Off- Line Ups 1200 VA No 05 7. Off- Line Ups 650 VA (Long Backup) No 01 8. HDD 6 TB No 01 BCG 12 weeks 9. Server Rack 9U Station after 10. Optical Fiber Cable Chandpur signature 11. Cat-6 Cable As Required the 12. Power Cable contract 13. Camera Mount Pole 14. Extra Related Items (Fiber Media Converter, Optical Fiber Joint, TJ Box, PVC Pipe/PVC Channel, Cable Chip, HDMI Cable, etc.

8 SECTION –7

1. LOT-1: CCTV CAMERA WITH ASSOCIATED ACCESSORIES FOR BCGHQ AND BCG STATION CHANDPUR

a. Day and Night Fixed IP Camera:

1 Brand Bosch 2 Model To be mentioned 3 Country of origin USA/EU Countries 4 Country of Manufacturing USA/EU Countries 5 Camera Type Wired camera & IP Based Feature 6 Vision Type Day & Night (Long Distance External IR) 7 Lens Size (mm) Automatic Varifocal 3 to 10 mm 8 IR Viewable Distance 30 Meter 9 Camera Resolution 5 MP 10 IR Rating IP 66/67 11 Sensor Type 1/2.8 inch CMOS 12 Operating Temperature (-30° to 60° C) 13 Special Features Waterproof, Vandal proof 14 Video Compressing H.265;H.264; M-JPEG 15 Ethernet 10/100 Base-T, auto-sensing, half/full duplex 16 Input Voltage power-over-Ethernet (48VDC normal); 24 VAC ±10% /+12 VDC 17 POE Standard IEEE802.3af (802.3at type 1 power Level : class 3 18 Base Frame rate 25/30 fps 19 Standard Accessories IEC 62471 (IR version) b. NVR 32 Channel :

1. Brand Bosch 2. Model To be mentioned 3. Country of Origin USA/EU Countries 4. Country Of manufacturing USA/EU Countries 5. IP Camera Input 32 Channel (With Controlling) 6. HDD Capacity 2 SATA ports, up to 12TB 7. Operating system Windows Platform 8. Video Input and Output 32 Channel 9. Compression type H.265/H.264/MJPEG 10. Interface 2xHDMI, 1 VGA 11. Image Frame rate 25/30 12. Features IEEE 802.3 standard for POE Functionality 13. IP setup Keypad Control 14. Security Password Protection 15. Recording Should have both audio and video live recording and streaming Facility 16. Mouse and keyboard Standard mouse and keyboard 17. Camera Controller Joystick & keyboard Controller 18. Power Supply and power 100-240 VAC, 50-60 HZ,5 A 350 W Consumption

9 19. Remote Monitoring To be mentioned c. Network Video Monitoring System 32 Channel:

1 Brand To be mentioned 2 Model To be mentioned 3 Country of Origin To be mentioned 4 Country Of manufacturing To be mentioned 5 IP Camera Input To be mentioned 6 Operating system Windows Platform 7 Controlling System To be mentioned d. LED TV/Monitor 40'' or higher

1 Brand To be mentioned 2 Model To be mentioned 3 Country of origin USA/EU/Japan/Malaysia 4 Country of Manufacturing To be mentioned 5 Input and output Standard Accessories e. Network Switch POE

1 Brand To be mentioned 2 Model To be mentioned 3 Country of Origin USA/EU Countries 4 Country of Manufacturing To be mentioned 5 Type Desktop/Rack 6 Ports 08 port or higher (Every port should be gigabit) 7 Features Gigabit (10/100/1000) 8 Power 220V f. Network Switch Non -POE port:

1 Brand To be mentioned 2 Model To be mentioned 3 Country of Origin USA/EU Countries 4 Country of Manufacturing To be mentioned 5 Type Desktop/Rack 6 Ports 08 port or higher (Every port should be gigabit) 7 Features Gigabit (10/100/1000) 8 Power 220V g. Cat -6 Cable:

1. Brand To be mentioned 2. Model To be mentioned 3. Country of Origin To be mentioned 4. Country of Manufacturing To be mentioned 5. Type Armored/Outdoor type h. Optical Fiber Cable:

1. Brand To be mentioned 2. Model To be mentioned 3. Country of Origin To be mentioned

10 4. Country of Manufacturing To be mentioned 5. Type 4 Core optical fiber Armored/Outdoor cable i. Fiber Media Converter:

1. Brand To be mentioned 2. Model To be mentioned 3. Country of Origin To be mentioned 4. Country of Manufacturing To be mentioned 5. Type Desktop 6. Data Rate To be mentioned 7. Standard To be mentioned 8. Power DC 5V 2A j. Off -line UPS 1200VA:

1 Brand To be mentioned 2 Model To be mentioned 3 Country of Origin To be mentioned 4 Country of Manufacturing To be mentioned 5 Backup Time Minimum 1 Hour for camera k. Off -line UPS 650VA:

1. Brand To be mentioned 2. Model To be mentioned 3. Country of Origin To be mentioned 4. Country of Manufacturing To be mentioned 5. Backup Time Min 02 hours for server 6. Battery External 7. Type DSP (Heavy Duty) l. Server Rack 9 U:

1. Standard server rack to be To be mentioned provided m. Hard Disk -6TB :

1. Brand Western Digital 2. Model Purple 3. Country of Origin USA/EU Countries 4. Country of Manufacturing To be mentioned n. Power Cable :

1. Brand BRB/Partex 2. Model 2.5 3. Country of Origin Bangladesh 4. Country of Manufacturing Bangladesh o. PVC Pipe/PVC Channel :

1. Brand RFL 2. Model PVC Type 3. Country of Origin Bangladesh 4. Country of Manufacturing Bangladesh

11 5. Size As Required p. Camera Mount Pole :

1. Brand Local 2. Model GI Type 3. Size As Required q. HDMI Cable :

1. Model Dtech 2. Size As Required r. TJ Box :

1. Brand To be mentioned 2. Model To be mentioned 3. Country of Origin To be mentioned 4. Size PVC IP65

1. Terms & Conditions: The Supplier will give assurance for maintenance service after 01 year warranty period. Periodical routine checks and system turning as recommended by the manufacturer to ensure smooth, efficient and Continues operating of the CCTV System. All CCTV cameras should be installed as per Coast Guard requirement/drawing. Any organization wants to inspect the sites before submitting tenders can coordinate with the authority by themselves and work own management. Participating companies may submit its own drawing along with the tender. If the drawing given any company does not match with Coast Guard demanded drawing, then the Coast Guard drawing will be given priority over that if any organization fails for doesn’t intend to send a drawing, it will be considered that they will work on Coast Guard provided drawing/demand.

2. Brochure: Brochure/Catalogue having details in English of the offered set must be provided with the offer for evaluation/assessment.

3. Installation and Installation Materials: The CCTV will be used BCGHQ & BCG Station Chandpur Supervision during Installation work, test and trail shall be done by the supplier at BCGHQ & Station Chandpur.

4. Warranty: Minimum 12 months warranty for trouble free operation is to be provided by the supplier/manufacturer for all the items from the date of acceptance by the buyer. if any component of the supplier items becomes defective during the warranty period. The warranty shall be extended automatically (for relevant component) for the period during the subject components remains defective.

For warranty repair/replacement, the supplier will collect the defective item from Coast Guard Base and re-supply the same to collecting place after warranty repair or for replacement within 07 (seven) days from the date of defect notified at no cost to the purchaser.

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

6. Source of Supply: The bidder/supplier is to mention the name address and contacts details of original source from where goods would be imported.

7. Certificate: An original equipment manufacturer classification Certificate (OEM) is to be provided along with the offer indicating the year of manufacture. 12

8. Training: Necessary user training to operate, maintenance, and trouble shoot for the period of 04 working days will be arranged by the professional engineer of the supplier at BCGHQ & Chandpur.

9. Special Note: The supplied items must be brand new, it should be of reputed brand and in operational condition. No refurbished/Defective item shall be quoted.

10. Additional Plan: The Authority has the right to accept or reject the entire proposal without any reason.

11. Delivery Plan: The Items along with all the accessories are to be delivered to Bangladesh Coast Guard Head Quarters. On completion of primary acceptance by CI&QC at Coast Guard Head Quarters all items are to be delivered BCGHQ & Chandpur.

12. Delivery Schedule: The Items will be delivered within 12 weeks from signing of the contracts.

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

14. Payment: Payment will be made in BDT as per BCG Policy/PPR-2008.

15. Compliance Report: A clear and complete compliance statement of tender specification supported by original catalogue is to be submitted with the offer. Any deviation from this specification is also to be clearly mentioned in the offer. Mentioning of yes/no will not be enough and detailed technical data/information if not provided would be applicable for cancellation of the offer. Payment will be made in local currency on completion of successful test trail jointly carried out by BCG and supplier's representative and final acceptance by CI&QC of BCG total mandatory price and optional price to be submitted separately during quotation submission/offer.

16. Liquidate Damage: The liquidate damage shall be one half one percent (0.5%) of the contract value per week of part thereof. The maximum amount of liquidated damages shall be 10% contract value.

17. Delivery Place: The software is to be installed at coast guard Headquarters, Dhaka or any of the BCG Base/station designated by Coast Guard.

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

19. 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 required is to be given an incomplete compliance statement may attribute to cancellation of the offer. If any clause of this specification does not commensurate with the offered CCTV System, the deviation has to be spelt out clearly.

13