Page 1
Government of the People’s Republic of Bangladesh
Bidding Documents
for
Procurement of
Establishment of Upazila ICT Training and Resource
Centre for Education (UITRCE)
Bangladesh Bureau of
Educational Information and Statistics (BANBEIS)
Ministry of Education
July 05, 2012
Page 2
BIDDING DOCUMENTS Issued on: July 05, 2012
for
Procurement of Establishment of Upazila ICT Training Centre
and Resource Centre for Education (UITRCE)
Single-Stage Two-Envelope Bidding
CB No:
Bangladesh Bureau of
Educational Information and Statistics (BANBEIS)
Ministry of Education
Page 3
TABLE OF CONTENTS
Glossary
Invitation for Bids (IFB) ......................................................................................................... 1
Section I. Instructions to Bidders (ITB) ................................................................................ 3
Table of Clauses ................................................................................................................ 4
Section II. Bid Data Sheet (BDS) ......................................................................................... 28
ANNEX A. ....................................................................................................................... 34
ANNEX B. ....................................................................................................................... 40
Section III. Eligible Countries .............................................................................................. 41
Section IV. General Conditions of Contract (GCC) .......................................................... 42
Table of Clauses .............................................................................................................. 43
Section V. Special Conditions of Contract (SCC) .............................................................. 97
Table of Clauses .............................................................................................................. 98
Section VI. Technical Requirements ................................................................................. 113
Table of Clauses ............................................................................................................ 114
Section VII. Bidding Forms ................................................................................................ 224
Table of Clauses ............................................................................................................ 225
Section VIII. Drawings for the Construction Works (Separate Bound)
Section IX. Technical Specifications for the Construction Works (Separate Bound)
Section X. Bill of Quantities for the Construction Works (Separate Bound)
Page 4
Glossary
Acronyms Descriptions Acronyms Descriptions
AICT Advanced ICT course GIS Geographic Information System
BANBEIS Bangladesh Bureau of Educational
Information and Statistics GOB Government of Bangladesh
BCC Bangladesh Computer Council ICC International Chamber of Commerce
BDS Bid Data Sheet IEEE Institute of Electrical and
Electronics Engineers
BICT Basic ICT course IFB Invitation for Bids
BISE Board of Intermediate and Secondary
Education IMED
Implementation Monitoring and
Evaluation Division
BKITCE Bangladesh-Korea ICT Training
Centre for Education IMS Integrated Management System
BOQ Bill of Quantities ISO International Standard Organization
BTCL Bangladesh Telecommunication Co,
Ltd. ITB Instructions to Bidders
CCW Certificate of Commencement of
Work JVA Joint Venture or Association
CIF Cost, Insurance and Freight KOICA Korea International Cooperation
Agency
CIP Carriage and Insurance Paid to L/A Loan Agreement
DMC Digital Multimedia Centre LGED Local Government Engineering
Department
DSHE Directorate of Secondary and Higher
Education MOE Ministry of Education
DTE Directorate of Technical Education MPO Monthly Payment Order
EDCF Economic Development Cooperation
Fund NAEM
National Academy for Educational
Management
EDI Electronic Data Interchange O&M Operating & Maintenance
EDMS Electronic Document Management
System PAC Provisional Acceptance Certificate
EED Educational Engineering Department PAT Provisional Acceptance Test
EMIC Educational Management
Information Centre PC Purchase Committee
EMIS Educational Management
Information System PEC Proposal Evaluation Committee
Page 5
ERD Economic Relation Division POI Point of Interest
FAC Final Acceptance Certificate SCC Special Conditions of Contract
FAT Final Acceptance Test SCSC Successful Completion of Services’
Certificate
FOB Free on Board ToT Training of Trainers
FPAT Factory Premises Acceptance Testing UITRCE Upazila ICT Training and Resource
Centre for Education
GCC General Conditions of Contract UNCITRAL United Nations Commission on
International Trade Law
Page 6
Invitation for Bids (IFB)
1
Invitation for Bids (IFB)
July 05, 2012
The People’s Republic of Bangladesh
Bangladesh Bureau of Educational Information and Statistics (BANBEIS(
Establishment of Upazila ICT Training and ResourceCentre for Education (UITRCE(
L/A No. :BGD-12
1. The Government of the People’s Republic of Bangladesh has received a loan from the
Export-Import Bank of Korea from the resources of the Economic Development Cooperation
Fund (EDCF) of the Republic of Korea in the amount of 39,000,000 (Thirty Nine Million)
USD toward the cost of the Establishment of Upazila ICT Training and Resource Centre for
Education (UITRCE) Projectand intends to apply a portion of the proceeds of this loan to
payments under the contract for the Procurement of Establishment of Upazila ICT Training
and Resource Centre for Education (UITRCE) Project.
2. The Bangladesh Bureau of Educational Information and Statistics (BANBEIS) now invite
sealed bids from eligible bidders for establishing Upazila ICT Training and Resource Centre
for Education (UITRCE) in selected 128 upazilas which included construction of two-storied
building with foundation of four-storied & supply, installation and testing of ICT and other
equipment in the respective upazilas and establish modern equipped ICT Labs, Cyber Centre,
Local Data Centre, accommodation of secondary Education Office &Digital Multimedia
Centre (DMC) in BANBEIS on a turn-key basis under the project titled “Establishment of
Upazila ICT Training and Resource centre for Education (UITRCE) as per mentioned scope
of work in the subsequent clauses in this Bidding Documents.
3. Bidding will be conducted through Competitive Bidding (CB) procedures specified in the
Guidelines for Procurement under the EDCF Loans, and is open to all eligiblebiddersshall
have the nationality of the Republic of Korea identified in [Section III].
In case of an association or consortium, the ratio of all the partners of JVA must be
mentioned in the legal document. The number/amount of projects and the financial status by
all participating firms (not including Subcontractors) of joint venture or association (JVA)
will be evaluated for each participating firm according to the ratio of all the partners of JVA
and then it will be summed up for the total score of evaluation.
The qualification criteria for eligible bidders are as follows:
i. A minimum of five (5) years’ experience record in ICT equipment/system field
for the prime bidder i.e. main SI Company and also same years of experience
record in construction for Construction Company.
ii. Experience record in ICT equipment/system Projects outside the country of
Page 7
Invitation for Bids (IFB)
2
origin for the prime bidder i.e. main SI Company as well as Construction
Company.
iii. The average annual turnover of recent three (3) years should be two (2) times of
the total submitted price for the Main SI Company and (3) times for the
Construction Company, respectively.
iv. The Bidder that has been negative in its net profit for the last three (3)
consecutive years (2009-2011) shall be treated as“Non Responsive.”
v. The Bidder that has been negative in its net worth for the very last year (2011)
shall be treated as“Non Responsive.”
4. Minimum qualification of Bidder, if it is a Joint Venture, is that the nationality of all partners
should be the Republic of Korea and comply with the requirements in accordance with ITB 6.
5. Interested eligible Bidders may obtain further information from and inspect the bidding
documents at the Bangladesh Bureau of Educational Information and Statistics (BANBEIS)
at the address given below from 09:00 to 17:00 hours in working days.
6. A complete set of bidding documents may be purchased by any interested Bidders on the
submission of a written application to the address below and upon payment of a
nonrefundable fee of 50,000 Taka(or 700 USD). The method of payment will be cashand the
document will be delivereddirectly to whom Bidders purchased bidding document at the
address below. No Bidding Document will be sold by post.
7. Bids must be delivered to the address below at or before 15:00 hours on 23rd of August
2012.All bids must be accompanied by a bid security ofat least 800,000 USD.Late bids shall
be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to
attend at the address belowat16:00 hours on 23rd of August 2012.
8. The attention of prospective Bidders is drawn to (i) the fact that they will be required to
certify in their bids that all software is either covered by a valid license or was produced by
the Bidder and (ii) that violations are considered fraud, which is, among other remedies,
punishable by potential blacklisting from participation in future EDCF-financed
procurements.
Bangladesh Bureau of Educational Information and Statistics (BANBEIS)
Ahsan Abdullah
Director & Project Director, Establishment of UITRCE Project
1 Sonargaon Road, Palashi-Nilkhet, Dhaka-1205, Bangladesh
Telephone number:+880-2-9695256, +880-2-9665459
Facsimile Number: +880-2-9665459,+880-2-8631128
Email: [email protected] , [email protected]
Page 8
SECTION I. Instructions To Bidders (ITB) : Single-Stage Two-Envelope Bidding
3
SECTION I. INSTRUCTIONS TO BIDDERS (ITB)
(Single-Stage Two-Envelope Bidding)
Page 9
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
4
TABLE OF CLAUSES
A. General ...................................................................................................................... 5
1. Scope of bid and bidding process ........................................................................................ 5 2. Source of Funds .................................................................................................................... 5 3. Fraud and Corruption ......................................................................................................... 6 4. Eligible Bidders .................................................................................................................... 6 5. Eligible Works, Goods and Services ................................................................................... 7 6. Qualifications of the Bidder ................................................................................................ 8 7. Cost of Bidding ..................................................................................................................... 9 8. Site Visit ................................................................................................................................ 9
B. Bidding Documents ................................................................................................ 10
9. Content of Bidding Documents ......................................................................................... 10 10. Clarification of Bidding Documents and Pre-bid Meeting ............................................. 10 11. Amendment of Bidding Document ................................................................................... 11
C. Preparation of Bids ................................................................................................ 11
12. Language of Bid ................................................................................................................. 11 13. Documents Comprising the Bid ........................................................................................ 12 14. Bid Prices ............................................................................................................................ 12 15. Currencies of Bid ............................................................................................................... 14 16. Documents Establishing the Conformity ......................................................................... 14 17. Securing the Bid ................................................................................................................. 15 18. Period of Validity of Bids .................................................................................................. 16 19. Format and Signing of Bid ................................................................................................ 16
D. Submission of Bids ................................................................................................. 17
20. Sealing and Marking of Bids ............................................................................................. 17 21. Deadline for Submission of Bids ....................................................................................... 17 22. Late Bids ............................................................................................................................. 18 23. Withdrawal, Substitution, and Modification of Bids ...................................................... 18
E. Bid Opening and Evaluation ................................................................................. 19
24. Opening of Bids by Purchaser .......................................................................................... 19 25. Clarification of Bids ........................................................................................................... 20 26. Preliminary Examination of Bids ..................................................................................... 20 27. Conversion to Single Currency ......................................................................................... 21 28. Evaluation and Comparison of Bids ................................................................................. 21 29. Confidentiality .................................................................................................................... 24
F. Post-qualification and Award of Contract ........................................................... 24
30. Post-Qualification............................................................................................................... 24 31. Award Criteria ................................................................................................................... 25 32. Purchaser’s Right to Vary Quantities at Time of Award ............................................... 25 33. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids ........................... 26 34. Notification of Award ........................................................................................................ 26 35. Signing of Contract ............................................................................................................ 26 36. Performance Security ........................................................................................................ 26 37. Adjudicator ......................................................................................................................... 27
Page 10
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
5
Single-Stage Two-Envelope Bidding
Instructions to Bidders
A. GENERAL
1. Scope of bid and bidding process
1.1. The Purchaser named in the BDS and the SCC for GCC 1.1(b)(i), or its duly
authorized Purchasing Agent if so specified in the BDS (interchangeably referred to
as “the Purchaser” in these Bidding Documents), invites bids for the procurement
of Establishment of ICT Training and Resource Centre for Education (UITRCE)
project, as briefly described in the BDS and specified in greater detail in these
Bidding Documents.
1.2. The title and identification number of the Invitation for Bids (IFB) and resulting
Contract(s) are provided in the BDS.
1.3. Throughout the Bidding Documents, the term "in writing" means communicated in
written form (e.g. by mail, e-mail, fax, telex) with proof of receipt, and the term
"days" means calendar days unless a different meaning is evident from the context.
1.4. If the BDS so provides, alternative procedures forming part or all of what is
commonly known as e-Bidding are available to the extent specified in, or referred
to by, the BDS.
2. Source of Funds
2.1. The Borrower or Recipient (hereinafter called “Borrower”) specified in the BDS
has applied for or received financing (hereinafter called “funds”) from the Export-
Import Bank of Korea from the resources of the Economic Development
Cooperation Fund (hereinafter called “EDCF”) of the Republic of Korea toward the
cost of the project named in the BDS. The Borrower intends to apply a portion of
the funds to eligible payments under the contract for which these Bidding
Documents are issued.
2.2. Payments by the Export-Import Bank of Korea will be made only at the request of
the Borrower and upon approval by the Export-Import Bank of Korea in accordance
with the terms and conditions of the financing agreement between the Borrower and
the Export-Import Bank of Korea (hereinafter called “the Loan Agreement”), and
will be subject in all respects to the terms and conditions of that Loan Agreement.
The Loan Agreement prohibits a withdrawal from the loan account for the purpose
of any payment to persons or entities, or for any import of goods, if such payment
or import, to the knowledge of the Export-Import Bank of Korea, is prohibited by
decision of the Export-Import Bank of Korea. No party other than the Borrower
shall derive any rights from the Loan Agreement or have any claim to the funds.
Page 11
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
6
3. Fraud and Corruption
3.1. It is the Bank’s policy to require that Borrowers (including beneficiaries of EDCF
Loans), as well as bidders, suppliers, and contractors under contracts financed by
EDCF Loans, observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence the action of a
public official in the procurement process or in contract execution; and
(ii) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a procurement process or the execution of a contract.
(b) will reject a proposal for award if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the
contract in question;
(c) will declare a firm ineligible, for a period determined by the Bank, to be
awarded a contract financed by an EDCF Loan if it at any time determines
that the firm has engaged in corrupt or fraudulent practices in competing for,
or in executing, a contract financed by an EDCF Loan.
3.2. Bidders (including all parties/partners and the Representative in case of JVA) shall
submit the original signed form (with certificate of corporate seal registration) of
the [Section VII. 10] as attached in the last page of [Section VII] to the Bank (see
the address specified in the BDS) by mail or in person at or before the Deadline for
bid submission in the BDS and submit a copy of the original signed form to the
Employer along with the Bid upon the submission of the Bid. Bidders who fail to
submit the original signed form to the Bank and to include the copy of it in the Bid,
as set forth above, shall not be substantially responsive subject to ITB 26.
3.3. Furthermore, Bidders shall be aware of the provision stated in GCC 9.9 and 41.2.
4. Eligible Bidders
4.1. A Bidder, and all parties constituting the Bidder, may have the nationality of any
country, subject to the restrictions specified in [Section III]. A Bidder shall be
deemed to have the nationality of a country if the Bidder is a citizen or is
constituted, incorporated, or registered and operates in conformity with the
provisions of the laws of that country.
4.2. If a prequalification process has been undertaken for the Contract(s) for which these
Bidding Documents have been issued, only those Bidders may participate that had
been prequalified and continue to meet the eligibility criteria of this Clause. A
prequalified Joint Venture may not change partners or its structure when submitting
a bid.
4.3. A firm may be excluded from bidding if:
(a) it was engaged by the Purchaser to provide consulting services for the
preparation of the design, specifications, or other documents to be used for
the procurement of the UITRCE project described in these Bidding
Documents.
Page 12
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
7
4.4. A firm that has been determined to be ineligible by the Bank in relation to the Bank
Guidelines on preventing and combating fraud and corruption in projects financed
by EDCF Loan shall not be eligible to be awarded a contract.
4.5. A firm or individual is or will be disqualified from participation in this bidding if, at
any time from advertisement of the bidding until and including contract award, the
firm or individual is under:
(a) a suspension by the Purchaser agreed by the Bank as a result of forfeit of a
bid security pursuant to ITB 17.7 in another Bank-financed procurement, or
under a suspension by the Purchaser for other reasons that have been agreed
by the Bank; or
(b) a declaration of ineligibility by the Bank in accordance with ITB 3.1(c).
4.6. A firm or other entity that is ineligible according to any of the above provisions of
this Clause, may also not participate as a Joint Venture partner, or as Subcontractor
for or Supplier/Contractor of goods, works or services. If a bid becomes materially
incomplete after removing ineligible entities, the bid may be disqualified.
4.7. Bidders shall provide such evidence of their continued eligibility satisfactory to the
Purchaser, as the Purchaser shall reasonably request.
5. Eligible Works, Goods and Services
5.1. For the purposes of these Bidding Documents, Establishment of UITRCE means all:
(a) the required building in 128 upazilas will be constructed by making Subsoil
investigation and according to the basic design and detailed design and ICT
equipment/system including hardware, software, furniture, supplies, other
equipments and consumable items that the Bidder is required to supply and
install under the contract, plus all associated documentation, and all other
materials and goods to be supplied, installed, integrated, and made
provisional (collectively called “the Goods” in some clauses of the ITB); and
(b) the related software development, transportation, insurance, installation,
customization, integration, commissioning, training, technical support,
maintenance, repair, and other services necessary for proper operation of the
ICT Training & Resource Centre and DMC in BANBEIS to be provided by
the selected Bidder and as specified in the Contract.
5.2. Funds from Bank loans are disbursed only for expenditures for esatblishing upazila
ICT Training and Resource Centre for Education made up of works, goods and
services provided by nationals of, and produced in or supplied from, eligible source
countries as defined in [Section III].The ICT equipments is deemed to be produced
in a certain country when, in the territory of that country, manufacturing, or
substantial and major assembly or integration of components, a commercially
recognized product results that is substantially different in basic characteristics or in
purpose or utility from its components.
5.3. For purposes of this clause, the nationality of the Bidder is distinct from the country
in which the ICT System and its goods components are produced or from which the
related services are supplied.
Page 13
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
8
6. Qualifications of the Bidder
6.1. By submission of documentary evidence in its bid, the Bidder must establish to the
Purchaser’s satisfaction:
(a) that it has the financial, technical, and production capability necessary to
perform the Contract, meets the qualification criteria specified in the BDS,
and has a successful performance history. (For the purposes of establishing a
Bidder’s qualifications, and unless stated to the contrary in the BDS, the
experience and / or resources of any Subcontractor will not contribute to the
Bidder’s qualifications; only those of a Joint Venture partner will be
considered.)
(b) that, in the case of a Bidder offering to supply key goods components of the
ICT Training and resource Centre, as identified in the BDS, that the Bidder
does not itself produce, the Bidder is duly authorized by the producer to
supply those components in the People’s Republic of Bangladesh under the
Contract(s) that may result from this bidding; (This will be accomplished by
including Manufacturer’s Authorizations in the bid, based on the Bidding
Forms found in [Section VII])
(c) that, if a Bidder proposes Subcontractors for key services if and as identified
in the BDS, these Subcontractors have agreed in writing to serve for the
Bidder under the Contract(s) that may result from this bidding.
6.2. Bids submitted by a Joint Venture of two or more firms as partners shall also
comply with the the following requirements:
(a) the bid shall be signed so as to be legally binding on all partners;
(b) one of the partners shall be nominated as being in charge, and this nomination
shall be evidenced by submitting a power of attorney signed by legally
authorized signatories of all the partners;
(c) the partner in charge shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the Joint Venture, and
the entire execution of the Contract, including payment, shall be done
exclusively with the partner in charge;
(d) the partner or combination of partners that is responsible for a specific
component of the UITRCE must meet the relevant minimum qualification
criteria for that component;
(e) a firm may submit bids either as a single Bidder on its own, or as partner in
one, and only one, Joint Venture. If, as a result of the bid opening pursuant to
ITB 24, this requirement is not met, all bids involving the firm as a single
Bidder or Joint Venture partner will be disqualified; and
(f) all partners of the Joint Venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms, and a
statement to this effect shall be included in the authorization mentioned under
ITB 6.2 (b) above, in the bid as well as in the Contract (in case of a successful
bid).
6.3. If a Bidder intends to subcontract major items of supply or services, it shall include
in the bid details of the name and nationality of the proposed Subcontractor for each
of those items and shall be responsible for ensuring that any Subcontractor
proposed complies with the requirements of ITB 4, and that any Works, Goods or
Page 14
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
9
Services components of the UITRCE to be provided by the Subcontractor comply
with the requirements of ITB 5 and the related evidence required by ITB 13.2 (e) is
submitted. Bidders are free to list more than one Subcontractor against each item.
Quoted rates and prices will be deemed to apply, whichever Subcontractor is
appointed, and no adjustment of the rates or prices will be permitted. The Purchaser
reserves the right to delete any proposed Subcontractor from the list. This shall be
done prior to Contract signature, by deleting such unacceptable Subcontractors
from Appendix 3 to the Contract Agreement, which shall list the approved
Subcontractors for each item prior to Contract signature. Subsequent additions and
deletions from the list of approved Subcontractors shall be performed in accordance
with GCC 20 (as revised in the SCC, if applicable) and Appendix 3 to the Contract
Agreement.
6.4. For the purposes of these Bidding Documents, a Subcontractor is any contractor,
vendor or service provider with whom the Bidder contracts for the construction
works and supply or execution of any part of the UITRCE to be provided by the
Bidder under the Contract (such as the building construction, supply of major
hardware, software, or other components of the required ICT Training and
Resource Centre specified, or the performance of related Services, e.g., software
development, transportation, installation, customization, integration,
commissioning, training, technical support, maintenance, repair, etc.)
6.5. A firm which is a Bidder, whether as a single Bidder or as a partner in a Joint
Venture, cannot be a Subcontractor in other bids, except for the supply of
commercially available hardware or software by the firm, as well as purely
incidental services such as installation/configuration, routine training, and ongoing
maintenance/support. If the BDS for ITB 6.1(a) allows the qualification of
Subcontractors nominated for certain components to be taken into account in
assessing the Bidder’s overall qualifications, any Subcontractor so nominated by
any Bidder is automatically disqualified from being a Bidder itself or a partner in a
Joint Venture. The same will normally apply to firms that have provided
Subcontractor agreements for certain services pursuant to ITB 6.1 (c). Non-
compliance may result in the rejection of all bids in which the affected firm
participates as Bidder or as partner in a Joint Venture. As long as in compliance
with these provisions, or as long as unaffected by them due to not participating as
Bidder or as partner in a Joint Venture, a firm may be proposed as a Subcontractor
in any number of bids. If the BDS for ITB 28.1 permits the submission of bids for
Subsystems, lots, or slices, then the provisions of this Clause 6.4 apply only to bids
for the same Subsystem(s), lot(s), or slice(s).
7. Cost of Bidding
7.1. The Bidder shall bear all costs associated with the preparation and submission of its
bid, and the Purchaser will in no case be responsible or liable for those costs.
8. Site Visit
8.1. The Bidder may wish to visit and examine the site or sites of the UITRCE and
obtain for itself, at its own responsibility and risk, all information that may be
necessary for preparing the bid and entering into the Contract. The costs of visiting
the site or sites shall be at the Bidder’s own expense.
Page 15
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
10
8.2. The Purchaser will arrange for the Bidder and any of its personnel or agents to gain
access to the relevant site or sites, provided that the Bidder gives the Purchaser
adequate notice of a proposed visit of at least fourteen (14) days. Alternatively, the
Purchaser may organize a site visit or visits concurrently with the pre-bid meeting,
as specified in the BDS for ITB 10.2. Failure of a Bidder to make a site visit will
not be a cause for its disqualification.
8.3. No site visits shall be arranged or scheduled after the deadline for the submission of
the Bids and prior to the award of Contract.
B. BIDDING DOCUMENTS
9. Content of Bidding Documents
9.1. The contents of the Bidding Documents are listed below and should be read in
conjunction with any addenda issued in accordance with ITB 11.
Section I. Instructions to Bidders (ITB), (Single-Stage Two-Envelope
Bidding)
Section II. Bid Data Sheet (BDS), (Single-Stage Two-Envelope Bidding)
Section III. Eligible Countries
Section IV. General Conditions of Contract (GCC)
Section V. Special Conditions of Contract (SCC)
Section VI. Technical Requirements (including Implementation Schedule)
Section VII. Bidding Forms
Section VIII. Drawings for the Construction Works (Separate bound)
Section IX. Technical Specifications for the Construction Works (Separate
bound)
Section X. Bill of Quantities for the Construction Works (Separate bound)
9.2. Bidders are expected to examine all instructions, forms, terms, specifications, and
other information in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or to submit a bid not substantially responsive
to the Bidding Documents in every respect will be at the Bidder’s risk and may
result in the rejection of its bid.
9.3. The Invitation for Bids is not formally part of the Bidding Documents and is
included for reference only. In case of inconsistencies, the actual Bidding
Documents shall prevail.
10. Clarification of Bidding Documents and Pre-bid Meeting
10.1. A prospective Bidder requiring any clarification of the Bidding Documents may
notify the Purchaser in writing at the Purchaser’s address and by one of the means
indicated in the BDS. Similarly, if a Bidder feels that any important provision in the
documents will be unacceptable; such an issue should be raised as soon as possible.
The Purchaser will respond in writing to any request for clarification or
modification of the Bidding Documents that it receives no later than twenty-one (21)
Page 16
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
11
days prior to the deadline for submission of bids prescribed by the Purchaser.
Copies of the Purchaser’s response (including an explanation of the query but not
identifying its source) will be sent to all prospective Bidders that received the
Bidding Documents from the Purchaser.
10.2. When specified in the BDS, the Purchaser will organize and Bidders are welcome
to attend a pre-bid meeting at the time and place indicated in the BDS. The purpose
of the meeting will be to clarify issues and answer questions on any matter that may
be raised at this stage, with particular attention to issues related to the Technical
Requirements. Bidders are requested to submit any questions in writing to reach the
Purchaser not later than one week before the meeting. Questions and answers will
be transmitted in accordance with ITB 10.1. Minutes of the meeting, including the
questions raised and responses given, together with any responses prepared after the
meeting, will be transmitted without delay to all those that received the Bidding
Documents from the Purchaser. Any modification to the Bidding Documents listed
in ITB 9.1, which may become necessary as a result of the pre-bid meeting, shall be
made by the Purchaser exclusively by issuing an Addendum pursuant to ITB 11 and
not through the minutes of the pre-bid meeting.
11. Amendment of Bidding Documents
11.1. At any time prior to the deadline for submission of bids, the Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, amend the Bidding Documents. Later amendments on the same
subject modify or replace earlier ones.
11.2. Amendments will be provided in the form of Addenda to the Bidding Documents,
which will be sent in writing to all prospective Bidders that received the Bidding
Documents from the Purchaser. Addenda will be binding on Bidders. Bidders are
required to immediately acknowledge receipt of any such Addenda. It will be
assumed that the amendments contained in such Addenda will have been taken into
account by the Bidder in its bid.
11.3. In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids, the Purchaser may, at its discretion,
extend the deadline for the submission of bids, in which case, the Purchaser will
notify all Bidders in writing of the extended deadline.
C. PREPARATION OF BIDS
12. Language of Bid
12.1. The Bid, as well as all correspondence and documents relating to the bid exchanged
by the Bidder and the Purchaser, shall be written in English. Supporting documents
and printed literature that are part of the Bid may be in another language provided
they are accompanied by and accurate translation of the relevant passages into
English, in which case, for purposes of interpretation of the Bid, such translation
shall govern.
Page 17
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
12
13. Documents Comprising the Bid
13.1. The Bid shall comprise two envelopes submitted simultaneously, one containing
the Technical Proposal and the other the Price Proposal, enclosed together in an
outer single envelope.
13.2. The Technical Proposal shall contain the following:
(a) Technical Proposal Submission Sheet;
(b) Bid Security, in accordance with ITB 17;
(c) written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 19;
(d) documentary evidence in accordance with ITB 4 establishing the Bidder’s
eligibility to bid;
(e) documentary evidence in accordance with ITB 5, that the Works, Goods and
Related Services to be done/supplied by the Bidder are of eligible origin;
(f) Bid Table of Contents and Checklist required in the BDS and documentary
evidence in accordance with ITB 6 establishing the Bidder’s qualifications to
perform the contract if its Bid is accepted;
(g) documentary evidence in accordance with ITB 16, that the Goods and Related
Services conform to the Bidding Documents; and
(h) any other document required in the BDS.
13.3. The Price Proposal shall contain the following:
(a) Price Proposal Submission Sheet and the applicable Price Schedules, in
accordance with ITB 14 and 21; and
(b) any other document required in the BDS.
14. Bid Prices
14.1. All Works, Goods and Services proposed by the Bidder to fulfill the requirements
of the Technical Specification, must be priced separately in price schedule form and
summarized in the corresponding Cost Summary Tables in the [Section VII]. Prices
must be quoted in accordance with the instructions provided in same section for the
various cost tables, in the manner specified below.
14.2. The Bidder shall fill in rates and prices for all items of the Construction Works
described in the [Section X]. Items against which no rate or price is entered by the
Bidder will not be paid for by the Purchaser when executed and shall be deemed
covered by the rates for other items and prices in the Bill of Quantities.
14.3. The price of items that the Bidder has left blank in the cost tables provided in
[Section VII] shall be assumed to be included in the price of other items. Items
omitted altogether from the cost tables shall be assumed to be omitted from the bid
and, provided that the bid is substantially responsive, an adjustment to the bid price
will be made during evaluation in accordance with ITB 28.6(c)(iii).
14.4. Unit prices must be quoted at a level of detail appropriate for calculation of any
partial deliveries or partial payments under the contract, in accordance with the
Implementation Schedule in [Section VI, and with GCC and SCC 12]. Bidders may
Page 18
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
13
be required to provide a breakdown of any composite or lump-sum items included
in the Cost Tables.
14.5. The prices for Goods components of the UITRCE Project are to be expressed and
shall be defined and governed in accordance with the rules prescribed in the edition
of Inco terms specified in the BDS, and quoted in the appropriate columns of the
cost tables of [Section VII] as follows:
(a) Goods supplied from outside the People’s Republic of Bangladesh:
Unless otherwise specified in the BDS, the prices shall be quoted on a CIP
(named place of destination specified in BDS) basis, exclusive of all taxes,
stamps, duties, levies, and fees imposed in the People’s Republic of
Bangladesh. All taxes, duties, and levies imposed in the People’s Republic of
Bangladesh on goods and services provided by the Supplier/Contractor under
the EDCF Loan for the Project shall either be exempt or borne by the
government of the People’s Republic of Bangladesh in accordance with the
Loan Agreement dated on 6th of February, 2011.
(b) Locally supplied Goods:
Unit prices of Goods offered from within the People’s Republic of
Bangladesh, shall be quoted on an EXW (ex factory, ex works, ex warehouse
or off-the-shelf, as applicable) basis, including all customs duties, levies, fees,
sales and other taxes incurred until delivery of the Goods, but excluding all
VAT or sales and other taxes and duties/fees incurred for the Goods at the
time of invoicing or sales transaction, if the Contract is awarded.
(c) Inland transportation:
Unless otherwise stated in the BDS, inland transportation, insurance and
related local costs incidental to the delivery of the Goods to the designated
Project Sites must be quoted separately as a Service item in accordance with
ITB 14.5, whether the Goods are to be supplied locally or from outside the
People’s Republic of Bangladesh, except when these costs are already
included in the price of the Goods, as is, e.g., the case, when ITB 14.5 (a)
specifies CIP, and the named places of destination are the Project Sites.
14.6. The price of Construction Worksof the UITRCE buildings shall be quoted in total
for each UITRCE (where appropriate, broken down into unit prices), separated into
their local and foreign currency components. Unless otherwise specified in the BDS,
the prices must include all costs incidental to the performance of the construction
works, as incurred by the Supplier/Contractor, such as travel, subsistence, office
support, communications, etc. Costs incidental to the period of construction but
incurred by the Purchaser or its staff, or by third parties, must be included in the
price only to the extent such obligations are made explicit in these Bidding
Documents (as, e.g., a requirement for the Bidder to include the travel and
subsistence costs of project officials/staff).
14.7. The price of Services shall be quoted in total for each service (where appropriate,
broken down into unit prices), separated into their local and foreign currency
components. Unless otherwise specified in the BDS, the prices must include all
costs incidental to the performance of the Services, as incurred by the
Supplier/Contractor, such as travel, subsistence, office support, communications,
translation, printing of materials, etc. Costs incidental to the delivery of the
Services but incurred by the Purchaser or its staff, or by third parties, must be
Page 19
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
14
included in the price only to the extent such obligations are made explicit in these
Bidding Documents (as, e.g., a requirement for the Bidder to include the travel and
subsistence costs of trainees).
14.8. Prices for Recurrent Costs beyond the scope of warranty services to be incurred
during the Warranty Period, defined in SCC 29.4 shall be quoted as Service prices
in accordance with ITB 14.5 on the Recurrent Cost Sub-Table in detail, and on the
Recurrent Cost Summary Table in currency totals. Recurrent costs are all-inclusive
of the costs of necessary Goods such as spare parts of hardware & equipments,
software license renewals, labor, etc., needed for the continued and proper
operation of the UITRCE and, if appropriate, of the Bidder’s own allowance for
price increases.
14.9. Unless otherwise specified in the BDS, prices quoted by the Bidder shall be fixed
during the Bidder’s performance of the Contract and not subject to increases on any
account. Bids submitted that are subject to price adjustment will be rejected.
15. Currencies of Bid
15.1. The Bidder shall quite the bid price in the currency specified in the BDS.
16. Documents Establishing the Conformity
16.1. Pursuant to ITB 13.2, the Bidder shall furnish, as part of its bid, documents
establishing the conformity to the Bidding Documents of the constructionworks,
supply and installation of ICT equipment/system in the UITRCE that the Bidder
proposes to finish all components under the Contract.
16.2. The documentary evidence of conformity of the construction works and
equipment/systemto the Bidding Documents shall be in the form of written
descriptions, literature, diagrams, certifications, and client references, including:
(a) the Bidder’s technical proposal, i.e., a detailed description of the Bidder’s
proposed technical solution conforming in all material aspects with the
Technical Requirements [Section VI] and other parts of these Bidding
Documents, overall as well as in regard to the essential technical and
performance characteristics of each component making up the proposed
Building Construction and ICT equipment/system;
(b) an item-by-item commentary on the Purchaser’s Technical Requirements,
demonstrating the substantial responsiveness of the Building Construction
and ICT equipment/system offered to those requirements. In demonstrating
responsiveness, the commentary shall include explicit cross references to the
relevant pages in the supporting materials included in the bid. Whenever a
discrepancy arises between the item-by-item commentary and any catalogs,
technical specifications, or other preprinted materials submitted with the bid,
the item-by-item commentary shall prevail;
(c) a Preliminary Project Plan describing, among other things, the methods by
which the Bidder will carry out its overall management and coordination
responsibilities if awarded the Contract, and the human and other resources
the Bidder proposes to use. The Plan should include a detailed Contract
Implementation Schedule in bar chart form, showing the estimated duration,
Page 20
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
15
sequence, and interrelationship of all key activities needed to complete the
Contract. The Preliminary Project Plan must also address any other topics
specified in the BDS. In addition, the Preliminary Project Plan should state
the Bidder’s assessment of what it expects the Purchaser and any other party
involved in the implementation of the project to provide during
implementation and how the Bidder proposes to coordinate the activities of
all involved parties; and
(d) a written confirmation that the Bidder accepts responsibility for the successful
integration and inter-operability of all components as required by the Bidding
Documents.
16.3. For purposes of the commentary to be furnished pursuant to ITB 16.2(b), the
Bidder shall note that references to brand names or model numbers or national or
proprietary standards designated by the Purchaser in its Technical Requirements are
intended to be descriptive and not restrictive. Except where explicitly prohibited in
the BDS for specific items or standards, the Bidder may substitute alternative
brand/model names or standards in its bid, provided that it demonstrates to the
Purchaser’s satisfaction that the use of the substitute(s) will be able to perform
substantially equivalent to or better than that specified in the Technical
Requirements.
17. Securing the Bid
17.1. Unless otherwise specified in the BDS, the Bidder shall furnish, as part of its bid, a
bid security in the amount stipulated in the BDS.
17.2. The bid security shall be denominated in the currency of the bid or in another freely
convertible currency, and shall:
(a) at the Bidder’s option, be in the form of either a certified check, letter of
credit, or a bank guarantee from a banking institution, or a bond issued by an
insurance or bonding institution;
(b) be issued by a reputable institution selected by the bidder and located in any
eligible country;
(c) be substantially in accordance with one of the forms of bid security included
in [Section VII] or other form approved by the Purchaser prior to bid
submission;
(d) be payable promptly upon written demand by the purchaser in case any of the
conditions listed in ITB 17.7 are invoked;
(e) be submitted in its original form; copies will not be accepted; and
(f) remain valid for a period of 28 days beyond the validity period of the bids, as
extended, if applicable, in accordance with ITB 18.2
17.3. The bid security of a Joint Venture shall be issued in the name of the Joint Venture
submitting the bid and shall list all partners of the Joint Venture.
17.4. If a bid security is required in accordance with ITB 17.1, any bid not accompanied
by a substantially acceptable bid security in accordance with ITB 17.2 and 17.3,
shall be rejected by the Purchaser as“Non Responsive.”
Page 21
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
16
17.5. The bid securities of unsuccessful bidder will be returned as promptly as possible,
but not later than twenty-eight (28) days after the submission of the performance
security by the successful bidder.
17.6. The bid security of the successful Bidder will be returned when the Contract
Agreement signed by the Bidder and the Bidder has furnished the required
performance security.
17.7. The bid security may be forfeited:
(a) all Bidders upon annulment of the bidding pursuant to ITB 34; and
(b) Bidders refusing a request to extend the period of validity of their bids
pursuant to ITB 18.2.
18. Period of Validity of Bids
18.1. Bids shall remain valid, at a minimum, for the period specified in the BDS after the
deadline date for bid submission prescribed by the Purchaser, pursuant to ITB 21. A
bid valid for a shorter period shall be rejected by the Purchaser as “Non
Responsive.” For the convenience of Bidders, the BDS spells out the minimal
original expiration dates for the validity of the bid and, if applicable pursuant to
ITB 17.1, for securing the bid. However, Bidders are responsible for adjusting the
dates in the BDS in accordance with any extensions to the deadline date of bid
submission pursuant to ITB 21.2.
18.2. In exceptional circumstances, prior to expiry of the bid validity period, the
Purchaser may request that the Bidders extend the period of validity for a specified
additional period. The request and the responses to the request shall be made in
writing. A Bidder may refuse the request without risking execution of the Bid-
Securing Declaration or forfeiting the Bid Security, but in this case the bid will be
out of the competition for the award. Except as provided in ITB 18.3, a Bidder
agreeing to the request will not be required or permitted to modify its bid, but will
be required to ensure that the bid remains secured for a correspondingly longer
period, pursuant to ITB 17.2.
18.3. In the case of fixed price contracts, if the award is delayed by a period exceeding
fifty-six (56) days beyond the expiry of the initial bid validity, the contract price
will be adjusted as specified in the request for extension. Bid evaluation will be
based on the bid prices without taking into consideration the above correction.
19. Format and Signing of Bid
19.1. The Bidder shall prepare one original of the Technical Proposal and one original of
the Price Proposal as described in ITB 13 and clearly mark each “ORIGINAL -
TECHNICAL PROPOSAL” and “ORIGINAL - PRICE PROPOSAL”. In addition,
the Bidder shall submit copies of the Technical Proposal and the Price Proposal, in
the number specified in the BDS and clearly mark them “COPY NO… -
TECHNICAL PROPOSAL”. In the event of any discrepancy between the original
and the copies, the original shall prevail.
The Bidder shall submit one softcopy of technical proposal and price proposal to be
provided in CD (in MS Office & PDF format). All information included in the
hardcopy must be included in the softcopy in the same order and sequence.
Page 22
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
17
19.2. The original and all copies of the bid shall be typed or written in indelible ink and
shall be signed by a person duly authorized to sign on behalf of the Bidder.
19.3. Any interlineations, erasures, or overwriting shall be valid only if they are signed or
initialed by the person signing the Bid.
D. SUBMISSION OF BIDS
20. Sealing and Marking of Bids
20.1. Bidders submitting bids by hand, shall enclose the original of the Technical
Proposal, the original of the Price Proposal, and each copy of the Technical
Proposal and each copy of the Price Proposal, including alternative bids, if
permitted in accordance with BDS 20.1, in separate sealed envelopes, duly marking
the envelopes as “ORIGINAL - TECHNICAL PROPOSAL”, “ORIGINAL -
PRICE PROPOSAL” and “COPY NO… - TECHNICAL PROPOSAL” as
appropriate. These envelopes containing the original and the copies shall then be
enclosed in one single envelope. The rest of the procedure shall be in accordance
with ITB 20.2 and 20.3.
20.2. The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB 21.1; and
(c) bear the specific identification of this bidding process indicated in ITB 1.1
and any additional identification marks as specified in the BDS.
20.3. The outer envelopes and the inner envelopes containing the Technical Proposals
shall bear a warning not to open before the time and date for the opening of
Technical Proposals, in accordance with ITB 24.1.
20.4. The inner envelopes containing the Price Proposals shall bear a warning not to open
until advised by the Purchaser in accordance with ITB 24.2.
20.5. If all envelopes are not sealed and marked as required, the Purchaser will assume
no responsibility for the misplacement or premature opening of the bid.
20.6. Alternative Bids, if permissible in accordance with ITB 13, shall be prepared,
sealed, marked, and delivered in accordance with the provisions of ITB 19 and 20,
with the inner envelopes marked in addition “ALTERNATIVE NO…” as
appropriate.
21. Deadline for Submission of Bids
21.1. Bids must be received by the Purchaser at the address specified in the BDS for ITB
20.2 no later than the time and date stated in the BDS.
21.2. The Purchaser may, at its discretion, extend this deadline for submission of bids by
amending the Bidding Documents in accordance with ITB 11.3, in which case all
rights and obligations of the Purchaser and Bidders will thereafter be subject to the
deadline as extended.
Page 23
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
18
22. Late Bids
22.1. Any bid received by the Purchaser after the bid submission deadline prescribed by
the Purchaser in the BDS for ITB 21, will be rejected and returned unopened to the
Bidder.
23. Withdrawal, Substitution, and Modification of Bids
23.1. The Bidder may withdraw, substitute, or modify its bid after submission, provided
that written notice of the withdrawal, substitution, or modification is received by
the Purchaser prior to the deadline prescribed for bid submission. All notices must
be duly signed by an authorized representative and shall include a copy of the
authorization (the power of attorney) in accordance with ITB 19.2.
23.2. All notices of withdrawal, substitution, or modification shall:
(a) be addressed to the Purchaser at the address named in the BDS for ITB
20.2(a); and
(b) bear the Contract name, the IFB Title and IFB Number, and the words “Bid
Withdrawal Notice”, “Bid Substitution Notice”, or “Bid Modification Notice.”
23.3. A notice may also be sent by electronic means such as fax or e-mail, but in this case
must include a scan of the mailing receipt showing both the sender's and receiver's
addresses for the signed hardcopy of the notice, and a scan of the power of attorney.
23.4. Bids requested to be withdrawn in accordance with ITB 23.1 shall be returned
unopened to the Bidders. Bid withdrawal notices received after the bid submission
deadline will be ignored, and the submitted bid will be deemed to be a validly
submitted bid.
23.5. The substitution or modification of the bid shall be prepared, sealed, marked, and
dispatched as follows:
(a) the Bidders shall provide an original and the number of copies specified in the
BDS for ITB 19.1 of any substitution or modification to its bid, clearly
identified as such, in two inner envelopes duly marked “Bid Substitution -
Original” or “Bid Modification - Original” and “Bid Substitution - Copies” or
“Bid Modification - Copies.” The inner envelopes shall be sealed in an outer
envelope, which shall be duly marked “Bid Substitution” or “Bid
Modification”; and
(b) other provisions concerning the marking and dispatch of a bid substitution or
modification shall be in accordance with ITB 20.2, 20.3, 20.4, 20.5 and 20.6.
23.6. No bid may be withdrawn, substituted, or modified in the interval between the bid
submission deadline and the expiration of the bid validity period specified by the
Bidder in the Bid Submission Form, or any extension thereof agreed to by the
Bidder. Withdrawal of a bid during this interval may result in the execution of the
Bid-Securing Declaration, if any, or forfeiture of the Bid Security, if any, pursuant
to ITB 17.6.
Page 24
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
19
E. BID OPENING AND EVALUATION
24. Opening of Bids by Purchaser
24.1. The Purchaser shall conduct the opening of Technical Proposals in the presence of
the members of Proposal Evaluation Committee (PEC) formed by the Ministry of
Education, Govt. of the Peoples’ Republic of Bangladesh and Bidders’
representatives who choose to attend, at the address, date and time specified in the
BDS.
24.2. The Price Proposals will remain unopened and will be held in custody of the
Purchaser until the time of opening of the Price Proposals. The date, time, and
location of the opening of Price Proposals will be advised in writing by the
Purchaser.
24.3. First, envelopes marked “WITHDRAWAL” shall be opened, read out, and recorded,
and the envelope containing the corresponding Bid shall not be opened, but
returned to the Bidder. No Bid shall be withdrawn unless the corresponding
Withdrawal Notice contains a valid authorization to request the withdrawal and is
read out and recorded at bid opening.
24.4. Next, outer envelopes marked “SUBSTITUTION” shall be opened. The inner
envelopes containing the Substitution Technical Proposal and/or Substitution Price
Proposal shall be exchanged for the corresponding envelopes being substituted,
which are to be returned to the Bidder unopened. Only the Substitution Technical
Proposal, if any, shall be opened, read out, and recorded. Substitution Price
Proposals will remain unopened in accordance with ITB 24.2. No envelope shall be
substituted unless the corresponding Substitution Notice contains a valid
authorization to request the substitution and is read out and recorded at bid opening.
24.5. Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical
Proposal and/or Price Proposal shall be modified unless the corresponding
Modification Notice contains a valid authorization to request the modification and
is read out and recorded at the opening of Technical Proposals. Only the Technical
Proposals, both Original as well as Modification, are to be opened, read out, and
recorded at the opening. Price Proposals, both Original as well as Modification, will
remain unopened in accordance with ITB 24.2.
24.6. All other envelopes holding the Technical Proposals shall be opened at a time, and
the following read out and recorded :
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a Bid Security, if required; and
(d) any other details as the Purchaser may consider appropriate.
Only Technical Proposals and alternative Technical Proposals read out and
recorded at bid opening shall be considered for evaluation. No Bid shall be rejected
at the opening of Technical Proposals except for late bids, in accordance with ITB
22.
24.7. The Purchaser shall prepare a record of the opening of Technical Proposals that
shall include, as a minimum: the name of the Bidder and whether there is a
withdrawal, substitution, modification, or alternative offer; and the presence or
Page 25
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
20
absence of a Bid Security, if one was required. The Bidders’ representatives who
are present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the record. A
copy of the record shall be distributed to all Bidders.
24.8. At the end of the evaluation of the Technical Proposals, the Purchaser will invite
bidders who have submitted substantially responsive Technical Proposals and who
have been determined as being qualified for award to attend the opening of the
Price Proposals. The date, time, and location of the opening of Price Proposals will
be advised in writing by the Purchaser. Bidders shall be given reasonable notice of
the opening of Price Proposals.
24.9. The Purchaser will notify Bidders in writing who have been rejected on the grounds
of being substantially “Non Responsive” to the requirements of the Bidding
Documents and return their Price Proposals unopened.
24.10. The Purchaser shall conduct the opening of Price Proposals of all Bidders who
submitted substantially responsive Technical Proposals, in the presence of Bidders’
representatives who choose to attend at the address, date and time specified by the
Purchaser. The Bidder’s representatives who are present shall be requested to sign a
register evidencing their attendance.
24.11. All envelopes containing Price Proposals shall be opened one at a time and the
following read out and recorded :
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Purchaser may consider appropriate.
Only Price Proposals, discounts, and alternative offers read out and recorded during
the opening of Price Proposals shall be considered for evaluation. No Bid shall be
rejected at the opening of Price Proposals.
24.12. The Purchaser shall prepare a record of the opening of Price Proposals that shall
include, as a minimum: the name of the Bidder, the Bid Price (per lot if applicable),
any discounts, and alternative offers. The Bidders’ representatives who are present
shall be requested to sign the record. The omission of a Bidder’s signature on the
record shall not invalidate the contents and effect of the record. A copy of the
record shall be distributed to all Bidders.
25. Clarification of Bids
25.1. During the bid evaluation, the Purchaser may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in
writing, and no change in the price or substance of the bid shall be sought, offered,
or permitted.
26. Preliminary Examination of Bids
26.1. The Purchaser will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
Page 26
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
21
been furnished, whether the documents have been properly signed, and whether the
bids are generally in order.
26.2. The Purchaser may waive any minor informality, nonconformity, or irregularity in
a bid that does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Bidder.
26.3. Prior to the detailed evaluation, the Purchaser will determine whether each bid is of
acceptable quality, is complete, and is substantially responsive to the Bidding
Documents. For purposes of this determination, a substantially responsive bid is
one that conforms to all the terms, conditions, and specifications of the Bidding
Documents without material deviations, exceptions, objections, conditionality, or
reservations. A material deviation, exception, objection, conditionality, or
reservation is one: (i)that limits in any substantial way the scope, quality, or
performance of the bidding components; or (ii)that limits, in any substantial way
that is inconsistent with the Bidding Documents, the Purchaser’s rights or the
successful Bidder’s obligations under the Contract; or (iii)the acceptance of which
would unfairly affect the competitive position of other Bidders who have submitted
substantially responsive bids.
26.4. If a bid is not substantially responsive, it will be rejected by the Purchaser and may
not subsequently be made responsive by the Bidder by correction of the
nonconformity.The Purchaser’s determination of bid responsiveness will be based
on the contents of the bid itself.
27. Conversion to Single Currency
27.1. For evaluation and comparison purposes, the Purchaser shall convert all bid prices
expressed in various currencies and amounts into a single currency specified in the
BDS, using the selling exchange rate established by the source and on the date also
specified in the BDS.
28. Evaluation and Comparison of Bids
28.1. The Purchaser will evaluate and compare the bids that have been determined to be
substantially responsive, pursuant to ITB 26. The evaluation will be performed
assuming either that:
(a) the Contract will be awarded to the highest evaluated bidder for the entire
Procurement; or
(b) if specified in the BDS, Contracts will be awarded to the Bidders for each
individual Subsystem, lot, or slice defined in the Technical Requirements
whose bids result in the lowest combined evaluated price for the entire
Procurement.
In the latter case, discounts that are conditional on the award of more than one
Subsystem, lot, or slice may be offered in bids. However, such discounts will only
be considered in the price evaluation if so confirmed in the BDS.
28.2. To be considered for Contract award, Bidders must have submitted bids.
(a) for which detailed bid evaluation using the same standards for compliance
determination as listed in ITB 26.2 and 26.3 confirms that the bids are
Page 27
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
22
commercially and technically responsive, and include the deatil design with
materials of the construction of building, hardware, Software, related
equipment, products, Materials, and other Goods and Services components of
the UITRCE in, substantially, the full required quantities for the entire
Procurement or, if allowed in the BDS for ITB 28.1, the individual
Subsystem, lot or slice bid on; and
(b) that offer ICT equipment/systemand Construction those are proven to perform
up to the standards promised in the bid by having successfully passed the
performance, benchmark, and/or functionality tests the Purchaser may require,
pursuant to ITB 31.
28.3. The Purchaser’s evaluation of a bid will be made on the basis of prices quoted in
accordance with ITB 14 (Bid Prices).
If indicated by the BDS, the Purchaser’s evaluation of responsive bids will take into
account technical factors and cost factors. Any technical bid not achieved the
minimum technical score specified in the BDS shall be rejected by the Purchaser as
“Non Responsive.”
28.4. The Bid Score will be calculated for each responsive bid using the following
formula, which permits a comprehensive assessment of the bid price and the
technical merits of each bid:
StSpSc
where
Sc = Combined score of the Bid
Sp = Price score of the Bid
St = Technical score of the Bid
The bid with the highest Bid Score among responsive bids shall be termed the
highest evaluated Bid and is eligible for Contract award, provided the Bidder was
prequalified and/or it was found to be qualified to perform the Contract in
accordance with ITB 30 (Post-qualification).
The detailed calculation formula of Bid Score is defined in [Section II. Annex B].
28.5. If, in addition to the cost factors, the Purchaser has chosen to give weight to
important technical factors that cannot be reduced to life-cycle costs or pass/fail
criteria, the Total Technical Points assigned to each bid in the Evaluated Bid
Formula will be determined by adding and weighting the scores assigned by an
evaluation committee to technical features of the bid in accordance with the criteria
set forth below.
(a) The technical features to be evaluated are generally defined below and
specifically identified in the BDS:
(i) Performance, capacity, or functionality features that either exceed levels
specified as mandatory in the Technical Requirements; and/or influence
the life-cycle cost and effectiveness of the Project Components;
(ii) Usability features, such as ease of use, ease of administration, or ease of
expansion, which influence the life-cycle cost and effectiveness of the
Project Components; and
Page 28
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
23
(iii) The quality of the Bidder’s Preliminary Project Plan as evidenced by
the thoroughness, reasonableness, and responsiveness of: (a) the task
and resource schedules, both general and specific, and (b) the proposed
arrangements for management and coordination, training, quality
assurance, technical support, logistics, problem resolution, and transfer
of knowledge, and other such activities as specified by the Purchaser in
[Section VI] or proposed by the Bidder based on the Bidder’s
experience.
28.6. Unless otherwise specified in the BDS, the Evaluated Bid Price (C) for each
responsive bid will be determined as the sum of the Adjusted Supply and
Installation Costs (P) plus the Recurrent Costs (R);
where the Adjusted Supply and Installation Costs (P) are determined as:
(a) The price of the Construction Works, hardware, Software, related equipment,
products, Materials and other Goods offered from within or from outside the
People’s Republic of Bangladesh, in accordance with ITB 14.4; plus
(b) The total price for all software development, transportation, insurance,
installation, customization, integration, Commissioning, testing, training,
technical support, repair, and other Services, in accordance with ITB 14.5;
(c) with adjustments for:
(i) Deviations proposed to the Implementation Schedule in the Technical
Requirements resulting in delayed completion of the entire Project
Components, if permitted in the BDS and provided they do not exceed
the maximum permissible delay period specified in the BDS. Bids
offering deliveries beyond the maximum permissible delay specified
may be rejected.
(ii) Deviations taken to the Contract payment schedule specified in the
SCC. If deviations are permitted in the BDS, for evaluation purposes
the total Supply and Installation Costs will be increased pro rata by the
amount of interest that could otherwise be earned on the amount of any
payments that would fall due under the proposed schedule earlier than
the schedule stipulated in the SCC, at the interest rate specified in the
BDS.
(iii) Works,Goods and Services that are required for the Establishmentof
UITRCE but have been left out or are necessary to correct Minor
Deviations of the bid will be added to the total costs using costs taken
from the highest prices from other responsive bids for the same Works,
Goods and Services, or in the absence of such information, the cost will
be estimated at prevailing list prices. If the missing Works,Goods and
Services are a scored technical feature, the relevant score will be set at
zero.
(iv) Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price, which is obtained
by multiplying the unit price and quantity, or between subtotals and the
total price, the unit or subtotal price shall prevail, and the total price
shall be corrected. If there is a discrepancy between words and figures,
the amount in words will prevail. If a Bidder does not accept the
Page 29
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
24
correction of errors, its bid will be rejected and its bid security may be
forfeited.
(v) Any discounts offered for the award of more than one Subsystem, lot,
or slice, if the BDS for ITB 28.1 permits the consideration of discounts
in the price evaluation.
(d) The Recurrent Costs (R) are reduced to net present value and determined
using the following formula:
N
XX
x
I
RR
1 )1(
where
N=number of years of the Warranty Period, defined in SCC 29.4.
X=an index number 1, 2, 3, ... N representing each year of the combined
Warranty Service Periods.
Rx=total Recurrent Costs for year “x,” as recorded in the Recurrent Cost Sub-
Table.
I=discount rate to be used for the Net Present Value calculation, as specified
in the BDS.
28.7. The Purchaser’s representative will open the bid price of the bidders who are
qualifiedafter the technical evaluation by the purchaser and after the approval of the
Bank, in public, in the presence of Bidders’ representatives who attend. The
time,date and at the place specified in the BDS. Even if the bidders who are
qualified on technical proposal evaluationdo not attend the bid price announcement,
the bidders will not be disqualified on the financial bid evaluation.
29. Confidentiality
29.1. Information relating to the examination, evaluation, comparison and post-
qualification of bids, and recommendation of contract award, shall not be disclosed
to bidders or any other persons not officially concerned with such process until
publication of the Contract Award.
29.2. Any effort by a Bidder to influence the Purchaser in the examination, evaluation,
comparison and post-qualification of the bids or contract award decisions may
result in the rejection of its Bid.
29.3. Notwithstanding ITB 28.2, from the time of bid opening to the time of Contract
Award, if any Bidder wished to contact the Purchaser on any matter related to the
bidding process, it should do so in writing.
F. POST-QUALIFICATION AND AWARD OF CONTRACT
30. Post-Qualification
30.1. The Purchaser will determine at its own cost and to its satisfaction whether the
Bidder (including Joint Venture Partners, and any Subcontractors for which the
BDS for ITB 6.1 (a) permits that their qualifications count towards the required
Page 30
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
25
Bidder qualifications) that is selected as having submitted the Highest evaluated
Bid is qualified to perform the Contract satisfactorily, in accordance with ITB 6. If
a prequalification process was undertaken for the Contract(s) for which these
Bidding Documents were issued, the Purchaser will determine in the manner
described above that no material changes have occurred after the prequalification
that negatively affect the ability of the Bidder that has submitted the Highest
evaluated Bid to perform the Contract.
30.2. Pursuant to ITB 6 and 16, and as additionally may be specified in the BDS, the
determination will evaluate the Bidder’s financial, technical, design, integration,
customization, production, management, and support capabilities and will be based
on an examination of the documentary evidence of the Bidder’s qualifications, as
well as other information the Purchaser deems necessary and appropriate. This
determination may include visits or interviews with the Bidder’s clients referenced
in its bid, site inspections, and any other measures. If so specified in the BDS, at the
time of post-qualification the Purchaser may also carry out tests to determine that
the performance or functionality of the bid components offered meets those stated
in the Technical Requirements.
30.3. An affirmative post-qualification determination will be a prerequisite for award of
the Contract to the highest evaluated bidder. A negative determination will result in
rejection of the Bidder’s bid, in which event the Purchaser will proceed to the next
highest evaluated Bidder to make a similar determination of that Bidder’s
capabilities to perform satisfactorily.
31. Award Criteria
31.1. Subject to ITB 34, the Purchaser will award the Contract to the Bidder whose bid
has been determined to be substantially responsive and the Highest evaluated Bid,
provided further that the Bidder has been determined to be qualified to perform the
Contract satisfactorily, pursuant to ITB 31.
32. Purchaser’s Right to Vary Quantities at Time of Award
32.1. The Purchaser reserves the right at the time of Contract award to increase or
decrease, by the percentage(s) indicated in the BDS, any of the following:
(a) the quantity of substantially identical Subsystems; or
(b) the quantity of individual hardware, Software, related equipment, Materials,
products, and other Goods components of the project; or
(c) the quantity of Installation or other Services to be performed,
from that originally specified in the Technical Requirements (as amended by any
Addenda issued pursuant to ITB 11), without any change in unit prices or other
terms and conditions.
Page 31
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
26
33. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids
33.1. The Purchaser reserves the right to accept or reject any bid or to annul the bidding
process and reject all bids at any time prior to Contract award, without thereby
incurring any liability to the Bidders.
34. Notification of Award
34.1. Prior to the expiration of the period of bid validity, the Purchaser shall notify the
successful Bidder, in writing, that its bid has been accepted. At the same time, the
Purchaser shall also notify unsuccessful Bidders of the results of the bidding
including the following information:
(a) name of each Bidder who submitted a Bid;
(b) bid prices as read out at bid price opening;
(c) name and evaluated prices of each Bid that was evaluated;
(d) name of bidders whose bids were rejected and the reasons for their rejection;
and
(e) name of the winning Bidder, and the price it offered, as well as the duration
and summary scope of the contract awarded.
34.2. Until a formal Contract is prepared and executed, the notification of award shall
constitute a binding Contract.
34.3. After notification of the award, unsuccessful bidders may request in writing to the
Purchaser for a debriefing seeking explanations on the grounds on which their bids
were not selected. The Purchaser shall promptly respond in writing to any
unsuccessful Bidder of the results of the Bidding Documents including who, after
notification of contract award, requests a debriefing.
35. Signing of Contract
35.1. At the same time as the Purchaser notifies the successful Bidder that its bid has
been accepted, the Purchaser will send the Bidder the Contract Agreement provided
in the Bidding Documents, incorporating all agreements between the parties.
35.2. As soon as practically possible, but no more than twenty-eight (28) days following
receipt of the Contract Agreement, the successful Bidder shall sign and date it, and
return it to the Purchaser.
36. Performance Security
36.1. As soon as practically possible, but no more than twenty-eight (28) days following
receipt of notification of award from the Purchaser, the successful Bidder shall
furnish the Performance Security in accordance with the GCC, using the
Performance Security form provided in the Bidding Documents or another form
acceptable to the Purchaser.
36.2. Failure of the successful Bidder to comply with the requirements of ITB 35 or ITB
36.1 shall constitute sufficient grounds for the annulment of the award and, if and
as applicable, execution of the Bid-Securing Declaration or forfeiture of the Bid
Page 32
SECTION I. Instructions To Bidders (ITB): Single-Stage Two-Envelope Bidding
27
Security, in which event the Purchaser may make the award to the next highest
evaluated bid submitted by a qualified Bidder or call for new bids.
37. Adjudicator
37.1. Unless otherwise stated in the BDS, the Purchaser proposes that the person named
in the BDS be appointed as Adjudicator under the Contract to assume the role of
informal Contract dispute mediator, as described in GCC 6. In this case, a résumé
of the named person is attached to the BDS. The proposed hourly fee for the
Adjudicator is specified in the BDS. The expenses that would be considered
reimbursable to the Adjudicator are also specified in the BDS. If a Bidder does not
accept the Adjudicator proposed by the Purchaser, it should state its non-acceptance
in its Bid Submission Form and make a counterproposal of an Adjudicator and an
hourly fee, attaching a résumé of the alternative. If the successful Bidder and the
Adjudicator nominated in the BDS happen to be from the same country, and this is
not the country of the Purchaser too, the Purchaser reserves the right to cancel the
Adjudicator nominated in the BDS and propose a new one. If by the day the
Contract is signed, the Purchaser and the successful Bidder have not agreed on the
appointment of the Adjudicator, the Adjudicator shall be appointed, at the request
of either party, by the Appointing Authority specified in the SCC clause relating to
GCC 6.1.4, or if no Appointing Authority is specified there, the Contract will be
implemented without an Adjudicator.
Page 33
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
28
SECTION II. BID DATA SHEET (BDS)
(Single-Stage Two-Envelope Bidding)
The following specific information relating to the Project Components to be procured and the
procurement procedures that will be used shall complement, supplement, or amend the
provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions in the
Bid Data Sheet (BDS) shall prevail over those in the ITB.
A. GENERAL
ITB 1.1 Name of Purchaser: Bangladesh BureauofEducational Information and Statistics
(BANBEIS), Ministry of Education
Name of authorized Purchasing Agent: None
Description of the bids which are invited:
1) Construction of a two-story UITRCE building with approximate 410m2 of
total floor area in a total of 128 Upazilas;
2) Supply, Installation, Testing and Commissioning of Hardware, software,
furniture, other equipment at the BANBEIS and UITRCE in 128 upazilas;
3) Establishment of Digital Multimedia Centre (DMC) in BANBEIS;
4) Development of EMIS Software;
5) Overseas and Local Training; and
6) Provide warrantyand support services.
ITB 1.2 Title of IFB: Procurement for Establishment of Upazila ICT Training and
Resource Centre for Education (UITRCE) Project
Number of IFB:
Name of resulting Contract(s): Procurement Contract for Establishment of
Upazila ICT Training and Resource Centre for Education (UITRCE) Project
ITB 1.4 Alternative e-Tendering procedures are not available in this procurement.
ITB 2.1 The Borrower is The Government of the People’s Republic of Bangladesh.
The Name of Project is Establishment of Upazila ICT Training and Resource
Centre for Education (UITRCE).
ITB 3.2 Address for the Bank:
16-1 Yeouido-dong, Yeongdeungpo-gu, Seoul, 150-996, Korea
TEL: 82-2-3779-6687 / FAX: 82-2-3779-6757
E-Mail: [email protected]
Attention: Ms. Min-Sun Choi
ITB 4.5 This clause shall be applied in accordance with the restrictions regarding
Page 34
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
29
nationality of Eligible Bidder specified in ITB 4.1.
ITB 5.2 Eligible Source Countries: The Republic of Korea for foreign currency portion
and the People’s Republic of Bangladesh for local currency portion
The foreign currency portion is within the limit of 13,469,000 USD and the local
currency portion is within the limit of 23,176,000 USD.
If the goods or services cannot be procured from the Republic of Korea it can be
procured from the third countries. The third country portion cannot exceed15%
of the total Loan Amount.
ITB 6.1 (a) Qualification requirements for Bidders are as follows:
The Bidder shall have the nationality of the Republic of Korea identified in
[Section III]. In case of association or consortium, the number/amount of
projects by all participating firms (not including Subcontractors) will be summed
up for the evaluation. And the financial status of joint venture or association
(JVA) will be evaluated by the ratio of shareholding the Bidder took part in:
i. A minimum of five (5) years’ experience record in ICT
equipment/system field for the prime bidder i.e. main SI
Company and also same years of experience record in
construction for Construction Company.
ii. Experience record in ICT equipment/system Projects outside
the country of origin for the prime bidder i.e. main SI Company
as well as Construction Company.
iii. Average annual turnover of recent three (3) years should be two
(2) times of the total submitted price for the Main SI Company
and (3) times for the Construction Company respectively.
iv. The Bidder that has been negative in its net profit for the last
three (3) consecutive years shall be treated as “Non
Responsive.”
v. The Bidderthat has been negative in its net worth for the very
last year shall be treated as “Non Responsive.”
vi. Documentation of company registration in the country of
residence of the both main SI Company and Construction
Company.
Minimum qualification of Bidder, if it is Joint Venture, is that the nationality of
all partners should be the Republic of Korea.
ITB 6.1 (b) Manufacturer's Authorizations for ICT equipment/system - except for those
technologies which the Bidder itself manufactures - are required for the following
types/categories:
all active (i.e. powered) equipment ,hardware and all software.
ITB 6.1 (c) Bidder has to use Local Subcontractors for the provision of certain key services,
Building Construction, Supply & Installation of ICT equipment, etc. But the
Bidder doesn’t need to propose the list of subcontractors or written agreement
with such Subcontractors in the bidding stage. However, the Supplier/Contractor
should submit the list of subcontractors with their qualification document for the
consent of Purchaser within one (1) month from the effective date of contract.
Page 35
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
30
B. THE BIDDING DOCUMENTS
ITB 10.2 Dates, times, and places for the pre-bid meeting will be informed to the bidders
by e-mail at least seven (7) calendar days before the pre-bid meeting by
Employer, if necessary:
Date: None
Time: None
Place: None
C. PREPARATION OF BIDS
ITB 13.2 (g) “Bid Table of Contents and Checklist” which is presented in the Bidding Forms
should be provided to help the Purchaser to confirm the conformity of Bidder’s
Bid.
ITB 14.1 Recurrent cost items are not required.
ITB 14.4 The Incoterms edition is “Incoterms 2010 - ICC Official Rules for the
Interpretation of Trade Terms” published in September 2010 by the International
Chamber of Commerce, 38 Cours Albert 1er, 75008 Paris, France.”
ITB 14.4 (a) For foreign goods priced on a CIP, the final destination shall be referred to lists
in [Section VI. C. 1.5]:
(i) The contract of carriage shall include the cost of unloading the
goods at destination, as well as payment by the Supplier/Contractor
of the cost of custom formalities, duties, taxes or other charges
payable on the foreign Goods for their transit through any country
other than the People’s Republic of Bangladesh.
ITB 14.7 Prices quoted by the Bidder shall be fixed.
ITB 15.1 The bid price shall be stated in USD. However, the contractprice shall be stated
in Korea Won converted by using the exchange rate which is the average of the
telegraphic transfer selling rated of the Korea Won against the USD as quoted
and publicly displayed by the Export-Import Bank of Korea, during the one
month period from the sixteenth(16th) of two calendar months prior to the month
when the first procurement contract is signed, to the fifteenth(15th) day of one
calendar month prior thereto.
ITB 16.2 (c) In addition to the topics described in ITB 16.2 (c), thePreliminary Project Plan
must address the following topics:
1) Project Implementation Plan
(a) Project Organization and Staffing Plan;
(b) Task, Time, and Resource Schedules
The Bidder shall include the sections and the period which
shall require building construction, supply and installation of
Page 36
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
31
ICT equipment/system in UITRCE and BANBEIS,Internet
Connection etc. The schedule should be consistent with the
schedule of the project in Technical Requirement.
(c) Delivery and Installation Plan
(d) Testing Plan
2) Project Management Plan
3) O&M and Technology Transfer plan
(a) Operation and Maintenance Support Plan for Manpower
(b) Warranty Service Plan for Equipment, System and Services
(c) Training
ITB 16.3 If there is any uncommon or unique specification to satisfy only the specific
Model or Brand or equipment, materials and workmanship in the Technical
Requirements. The Bidders may request clarification and changes of the
specifications through the Clarification Process in accordance with ITB 10.
Employer shall response in writing to any clarification requested by the bidders
in relation to the technical specifications for the Bid not later than 5 working
days after receiving the Bidder’s request. If any amendment of the technical
specification may be needed, the addendum shall be issued pursuant to ITB 11.
ITB 17.1 Bids need to be secured by a Bid Security of at least 800,000 USD.
Bid Security shall be in the form of Bid Bond and issued by areputable bank
located in the republic of Korea and counter guaranteed in the People’s Republic
of Bangladesh.
ITB 17.7 If the Bidder incurs any of the actions prescribed in ITB 17.7 (a) or (b), the
Borrower will declare the Bidder ineligible to be awarded contracts by the
Purchaser for a period of two (2) years.
ITB 18.1 The bid validity period shall be one hundred twenty (120)days after the deadline
for bid submission, as specified below in reference to ITB 21. Accordingly, each
bid shall be valid through the actual date of the expiration of the bid validity
period.
Accordingly, a bid with aBid Securitythat expires before the actual date of the
expiration of Bid Security, i.e., twenty-eight (28) days after the end of the bid
validity periodshall be rejected as “Non Responsive.”
ITB 19.1 Required number of bid hardcopies, besides the original: Four (4)
Required number of bid softcopies:One (1)
All information included in the hardcopy must be included in the softcopy in the
same order and sequence.
Page 37
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
32
D. SUBMISSION OF BIDS
ITB 20.1 Alternative bids shall not be considered.
ITB 20.2 (a) The address for bid submission is: Deputy Project Director, UITRCE, 4th Floor,
BANBEIS, 1 Sonargaon Road, Palashi, Dhaka-1205, Bangladesh.
ITB 21.1 Deadline for bid submission is: 23.08.2012, at 15:00 pm.
Bids may be hand-delivered, posted by mail or sent by a courier service.
E. BID OPENING AND EVALUATION
ITB 24.1 Time, date, and place for bid opening are:
Time: 16:00 hours Bangladesh Time, 23.08.2012
Place: Conference Room, 2nd
Floor, BANBEIS, 1 Sonargaon Road, Palashi,
Dhaka-1205, Bangladesh
ITB 27.1 Bid price shall be in USD.
The currency other than USD shall apply the telegraphic transfer selling rate
displayed by any reputablebank of Korea, on the last banking day of the previous
month from the issuing date of the Invitation for Bids (IFB).
ITB 28.1 Bids for Subsystems, lots, or slices of the overall Information Systemwill notbe
accepted.
Discounts for the award of multiple Subsystems, lots, or slices will not be
considered in bid evaluation.
ITB 28.4 The bid evaluation willtake into account technical factors in addition to cost
factors.
The weight of the Price (“X” multiplied by 100 in the Evaluated Bid Score
formula) =20 %
The minimum technical score required to pass is70 pointsout of 100 points scale.
ITB 28.5 The technical/quality evaluation parameters and scoring scheme can be found
attached to Annex A. Technical Evaluation Criteria of BDS.
ITB 28.6 (i) The Purchaser will not accept deviations in the schedule of installation and
commissioning specified in the Implementation Schedule.
ITB 28.6 (ii) The Purchaser will notaccept deviations in the payment schedule in the SCC.
ITB 28.7 Time, date, and place for the opening of the bid price:
Bangladesh Bureau of Educational Information and Statistics (BANBEIS)will
inform it to the technically responsive bidders by e-mail at least7(seven) calendar
days before the bid price opening date.
Page 38
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
33
F. POST-QUALIFICATION AND AWARD OF CONTRACT
ITB 30.2 As additional post qualification measures, the ICT and Other Equipment (or
components/parts of it) offered by the Highest Evaluated Bidder may be subjected
to the following conditions prior to Contract award:
History of Non-Performing Contracts;
Non-performance of a contract did not occur within the last three (3) years prior to
the deadline for bid submission.
Pending Litigation; and
All pending litigation shall be treated as resolved against the Bidder and so shall in
total not represent more than fifty percent (50%) of the Bidder’s net worth.
Financial Performance;
Audited balance sheets for the last three (3) years shall be submitted to demonstrate
that average annual turnover of recent three (3) years is not less than two (2) times
of the total submitted price.
The highest scored bidder should submit the documents translated in English and
notarized at the time of post-qualification.
ITB 32.1 The Purchaser reserves the right at the time of Contract award to increase or
decrease up-to twenty percent (20%), any of the following:
(a) the quantity of substantially identical Subsystems; or
(b) the quantity of individual hardware, software, related equipment,
materials, products, and other goods components of the ICT
equipment/system; or
(c) the quantity of Installation or other Services to be performed,
from that originally specified in the Technical Requirements (as amended by any
Addenda issued pursuant to ITB 11), without any change in unit prices or other
terms and conditions.
ITB 37.1 There will be no Adjudicator under this Contract. Disputes would be resolved
subject to Commercial Mediation and Arbitration as per GCC 6.2.
Page 39
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
34
ANNEX A.
Technical Evaluation Criteria
1. Evaluation Criteria
Evaluation Criteria Point
Company
Status
Related
Project experience
(2007~2011)
Project experience of ICT equipment/system establishment and ICT services
in bidder’s country within latest 5 years 9
Project experience of ICT equipment/system establishment and ICT services
outside bidder’s country within latest 5 years 6
Project experience of construction in bidder’s country within latest 5 years 6
Project experience of construction outside bidder’s country within latest 5
years 4
Sub Total 23
Financial Status
Average annualrevenue of the Main SI Company in recent 3 years (2009-
2011) 4
Average annual revenue of the Construction Company in recent 3 years
(2009-2011) 3
Capital stock of the latest year (2011) for the Main SI Company 3
Capital Stock of the latest year (2011) for the Construction Company 2
Corporate credit rating grade of the latest year for the main SI Company
(2011) 3
Corporate credit rating grade of the latest year for the Construction Company
(2011) 2
Sub Total 17
Total 40
Project
Implementation
and Management
Plan
Building
Construction
Propriety of mobilization plan (site survey, soil test and site layout plan, etc.) 2
Propriety of schedule of building construction 2
Cooperation plan with local construction firms 2
Supply and
Installation of ICT
equipment
Shipment, delivery, storage, Installation and testing plan of the ICT
equipment 3
Cooperation plan with local ICT firm 1
Development of
Application
&System
Correct understanding of Interface and Integration plan with the existing
application system of EMIS and GIS 2
Development plan of e-school management system 1
Training Appropriateness of training implementation plan 2
Project Management
Overall Integration Plan 1
Risk Management Plan 1
Commissioning and handover Plan 1
Warranty and
Operation Support Concreteness of warranty service and operation & maintenance support plan 2
Total 20
Project
Manpower
Project Manpower
(ICT)
Experience of the Project Manager 4
Experience of the HW and Network Expert 2
Experience of the Application Development Expert 2
Experience of the Multimedia Content Development Expert (2 persons.) 4
Project Manpower
(Construction)
Experience of the Project Manager 4
Experience of the Construction Experts (2 persons.) 4
Total 20
Conformity of the technical document Conformity of the detailed technical document with the technical
specification of the Bidding Documents 20
Grand Total 100
Page 40
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
35
2. Description of Evaluation:
2.1. Company status
Evaluation Criteria Point Description & point
Related
Project
Experience
Project Experience of
ICT equipment/system
establishment and ICT
services in Bidder’s
Country
9
Number of project experience of ICT equipment/system Establishment and
ICT Services for government/private authorities in excess of 1,000,000 USD
within the latest 5 years (2009-2011)
>=5 >=4 >=3 >=1
4.00 3.40 2.80 1.60
Total amount earned from ICT equipment/system Establishment and ICT
services project within the latest 5 years (2009-2011) in Million USD
>=100 >=80 >=50 >=20
3.00 2.55 2.10 1.20
Project Experience of
ICT equipment/system
establishment and ICT
services outside
Bidder’s Country
6
Number of project experience of ICT equipment/system Establishment and
ICT Services for government/private authorities in excess of 1,000,000 USD
within the latest 5 years (2009-2011)
>=5 >=4 >=3 >=1
3.00 2.55 2.10 1.20
Total amount earned from ICT equipment/system Establishment and ICT
services project within latest 5 years (2009-2011) in Million USD
>=100 >=80 >=50 >=20
3.00 2.55 2.10 1.20
Project Experience of
Construction of
buildings in the
Bidder’s Country
6
Number of project experience of construction of building for
government/private authorities excess of 5,000,000 USD within the latest 5
years (2009-2011)
>=5 >=4 >=3 >=1
3.00 2.55 2.10 1.20
Total amount earned from Construction of buildings project within latest 5
years (2009-2011) in Million USD
>=100 >=80 >=50 >=20
3.00 2.55 2.10 1.20
Project Experience of
Construction of
buildings outside of the
Bidder’s Country
4
Number of project experience of Construction of buildings for
government/private authorities excess of 2,000,000 USD within the latest 5
years (2009-2011)
>=5 >=4 >=3 >=1
4.00 3.40 2.80 1.60
Sub Total 23
Financial
Status
Average Revenue in the
recent 3 years 9
Average annual revenue of the Main SI Company in recent 3 years(2009-2011)
in million USD
>800 >=500 >=200 <200
4.00 3.40 2.80 1.60
Average annual revenue of Construction Company in recent 3 years(2009-
2011) in million USD
>100 >=50 >=20 <20
3.00 2.55 2.10 1.20
Capital Stock of the
latest year (2011) 5
Capital Stock of the Main SI Company in million USD
>30 >=20 >=10 <10
3.00 2.55 2.10 1.20
Capital Stock of the Construction Company in million USD
>20 >=10 >=5 <5
2.00 1.70 1.40 0.80
Corporate credit rating
grade (2011) 5
Corporate Credit Rating Grade of the latest year for the Main SI Company
A/AA/AAA B/BB/BBB C/CC/CCC
3.00 2.40 1.20
Corporate Credit Rating Grade of the latest year for the Construction Company
A/AA/AAA B/BB/BBB C/CC/CCC
2.00 1.60 0.80
Sub Total 17
Total 40
Page 41
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
36
2.2. Project Implementation and Management Plan
Evaluation Criteria Point Description & point
Project
Implementation
and Management
Plan
Building
Construction 6
Degree of description of mobilization plan (site survey, soil test and site layout
plan etc.) of the proposed construction of buildings
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
The description of proper schedule for construction of buildings under the
project
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
Degree of cooperation plan with local construction firms for construction of
building
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
Supply and
Installation of ICT
Equipment
4
Appropriateness of shipment, delivery, storage, installation and testing plan of
the ICT and other equipment under the project
Excellent Good Fair Below Average
3.00 2.55 2.10 1.20
Degree of cooperation plan with local ICT firm
Excellent Good Fair Below Average
1.00 0.85 0.70 0.40
Development of
Application &
System
3
Degree of correct understanding of the Interface and integration plan with the
existing application systems of EMIS & GIS
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
Degree of understanding in respect of development plan of e-School
management system
Excellent Good Fair Below Average
1.00 0.85 0.70 0.40
Training 2
Degree of appropriateness of training implementation plan
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
Project Management 3
Degree of Appropriateness of overall integration plan
Excellent Good Fair Below Average
1.00 0.85 0.70 0.40
Description of Risk Management plan
Excellent Good Fair Below Average
1.00 0.85 0.70 0.40
Degree of appropriateness for commissioning and hand over plan of the
project components
Excellent Good Fair Below Average
1.00 0.85 0.70 0.40
Warranty and
Operation Support 2
Degree of concreteness of warranty service and operation and maintenance
support plan
Excellent Good Fair Below Average
2.00 1.70 1.40 0.80
Total 20
Page 42
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
37
2.3. Project Manpower
Evaluation Criteria Point Description & point
Project
Manpower
Project Manpower
(ICT) 12
Years of Experience of the Project Manager in ICT equipment/system Field
>10 9-10 4-6 <4
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Project Manager in ICT
equipment/system Field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the HW and Network Expert in ICT
equipment/system Field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Application Development Expert in
ICT equipment/system Field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Multimedia Content Development
Expert (No. 1) in respective field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Multimedia Content Development
Expert (No. 2) in respective field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Project Manpower
(Construction) 8
Years of Experience of the Project Manager in the construction field
>10 9-10 4-6 <4
2.00 1.70 1.40 0.80
Numbers of project Experience of the Project Manager in the construction
field
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Construction Expert (No. 1)
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Numbers of Project Experience of the Construction Expert (No. 2)
>=5 >=3 >=2 >=1
2.00 1.70 1.40 0.80
Total 20
Page 43
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
38
2.4. Conformity of the Detailed Technical Document
Evaluation Criteria Point Description & Point
Conformity of the Detailed Technical
Document 20
Conformity of the Detailed Document in comparison with the Technical
Specification of the Bidding Documents
(Unit: Penalty Point**)
0-4 5-9 10-14 15-19 20-24 25-29 30-34 >=35
20 17 14 11 8 5 2 0
Total 20
Grand Total 100
The minimum technical score required to pass is: 70 points
Note: Any technical bid not achieving the minimum technical score specified in the Technical
Evaluation Criteria shall be rejected by the Purchaser as “NonResponsive.”
Page 44
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
39
Note)
1. In case that the bidder forms an association or consortium in accordance with para.
ITB 6.2, the number of projects successfully completed by all participating firms
will be examined and evaluated.
2. For the evaluation of the financial status of the bidder who constitutes a consortium,
the financial status of the main bidder (SI Company) and JVA (Construction
Company) will be evaluated.
3. For the contract whose amount is executed in currencies other than USD, apply the
telegraphic transfer selling rate notified by any reputable bank of Korea as of the last
banking day of the previous month from the issuing date of the Invitation for Bids
(IFB).
4. Proposal Evaluation Committee (PEC) will verify the authenticity of submitted
certificate on project experiences of bidders & JVA and in case of any fake found
the corresponding bidder will be disqualified. And all the documentary evidence of
related project experiences should provide the contact point such as name of persons
and telephone number/email of customers/employers.
5. This UITRCE project is a turn-key based project which includes the following
disciplines: Construction of Two-Storied Building with foundation of four-storied
for ICT Training Centre, ICT equipment/system and Digital Multimedia Center to
be located at BANBEIS.
6. When the proposed equipment is a new model, the supply record of previous series
of equipment which meets technical requirement can be accepted as a certified
record. And Supply Records issued by client/customer of all proposed equipment
shall be submitted.
7. The CVs of Project Managers and other Key staff for both ICT and Construction to
be included in the bid document are stated as follows:
ICT
o Project Manager - 1 person
o Hardware and Network Expert- 1 person
o Application Development Expert- 1 person
o Multimedia Content Development Expert-2 persons
Construction
o Project Manager- 1 person
o Construction Expert- 2 persons
8. The bidder shall be disqualified if its total penalty points are over 50 points.
** Penalty Points
o Major Deviation - 5 points
o Minor Deviation - 1 point
Page 45
SECTION II. Bid Data Sheet (BDS): Single-Stage Two-Envelope Bidding
40
ANNEX B.
Scoring Scheme for Price and Technical Evaluation
The following is a preliminary Scoring Scheme for Price Evaluation provided by the Employer.
Criteria Scoring Formula
(1) Where the Evaluated Bid Price is
equal to or higher than 80% of the
estimated Project Cost. C
CXSpScore
low)(
(2) Where the Evaluated Bid Price is
less than 80% of the estimated
Project Cost.
)2()()(%60%80
%80
%80 PCPC
CPC
PC
CXSpScore
low
C = Evaluated Bid Price
Clow = The lowest of all Evaluated Bid Prices among responsive bids
X = Weight for the Price
Sp = Price Score
PC80% = 80% of Estimated Project Cost
PC60% = 60% of Estimated Project Cost
Note: The evaluated bid price less than the 60% of the estimated project cost shall be considered as the
same as the 60%.
The following is a preliminary Scoring Scheme for Technical Evaluation of the responsive
bidder provided by the Employer.
Scoring Formula
TXStScore )1()(
T = Technical Score of the Evaluated Bid among responsive bids
X = Weight for the Price
St = Technical Score
Combined Score of the Bid
StSpSc
Sc = Combined Score of the Bid
Page 46
SECTION III. Eligible Countries
41
SECTIONIII. ELIGIBLE COUNTRIES
1. In accordance with the Loan Agreement, a Bidder, and all parties constituting the Bidder,
shall have the nationality of the Republic of Korea.
2. All the Works, Goods and Related Services to be supplied under the Contract and financed
by Export-Import Bank of Korea shall be procured from the Eligible Source Countries
indicated as follows:
A. Foreign Currency Portion shall be procured from the Republic of Korea.
B. Local Currency Portion shall be procured from the People’s Republic of Bangladesh.
C. All the Goods and Related Services to be financed out of the proceeds of the Loan shall
be procured from the Eligible Source Countries, provided that a part of goods and
services may, with the prior consent of the Bank, be procured from the countries other
than the Eligible Source Countries for the Third Country Portionand the Third Country
Portion cannot exceed 15% of the total Loan Amount.
Page 47
SECTION IV. General Conditions of Contract (GCC)
42
SECTION IV. GENERAL CONDITIONS OF CONTRACT (GCC)
Page 48
SECTION IV. General Conditions of Contract (GCC)
43
TABLE OF CLAUSES
A. Contract and Interpretation .................................................................................. 45
1. Definitions ........................................................................................................................... 45 2. Contract Documents .......................................................................................................... 51 3. Interpretation ..................................................................................................................... 52 4. Notices ................................................................................................................................. 54 5. Governing Law ................................................................................................................... 54 6. Settlement of Disputes ....................................................................................................... 54
B. Subject Matter of Contract ................................................................................... 56
7. Scope of the Project ............................................................................................................ 56 8. Time for Commencement and Provisional Acceptance .................................................. 56 9. Supplier/Contractor’s Responsibilities ............................................................................ 57 10. Purchaser’s Responsibilities .............................................................................................. 58
C. Payment ................................................................................................................... 59
11. Contract Price .................................................................................................................... 59 12. Terms of Payment .............................................................................................................. 60 13. Securities ............................................................................................................................. 60 14. Taxes and Duties ................................................................................................................ 61
D. Intellectual Property .............................................................................................. 61
15. Copyright ............................................................................................................................ 61 16. Software License Agreement ............................................................................................. 62 17. Confidential Information .................................................................................................. 63
E. Construction, Supply, Installation, Testing,Commissioning, and Acceptance of the
ICT Equipment/System .......................................................................................... 64
18. Representatives................................................................................................................... 64 19. Project Plan ........................................................................................................................ 66 20. Subcontracting ................................................................................................................... 66 21. Design and Engineering ..................................................................................................... 67 22. Procurement, Delivery, and Transport ............................................................................ 69 23. Product Upgrades .............................................................................................................. 71 24. Implementation, Installation, and Other Services .......................................................... 72 25. Inspections and Tests ......................................................................................................... 72 26. Installation of the ICT & Other Equipment .................................................................... 72 27. Commissioning, Provisional Acceptance and Final Acceptance .................................... 73
F. Guarantees and Liabilities ..................................................................................... 76
28. Provisional Acceptance Time Guarantee ......................................................................... 76 29. Defect Liability ................................................................................................................... 77 30. Performance Guarantees ................................................................................................... 79 31. Intellectual Property Rights Warranty ............................................................................ 79 32. Intellectual Property Rights Indemnity ........................................................................... 80 33. Limitation of Liability ....................................................................................................... 82
G. Risk Distribution .................................................................................................... 82
34. Transfer of Ownership ...................................................................................................... 82 35. Care of the System ............................................................................................................. 82 36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification ..... 83 37. Insurances ........................................................................................................................... 85
Page 49
SECTION IV. General Conditions of Contract (GCC)
44
38. Force Majeure .................................................................................................................... 86
H. Change in Contract Elements ............................................................................... 88
39. Changes to the Building and ICT Equipment/System .................................................... 88 40. Extension of Time for Achieving Provisional Acceptance .............................................. 90 41. Termination ........................................................................................................................ 91 42. Assignment .......................................................................................................................... 96
Page 50
SECTION IV. General Conditions of Contract (GCC)
45
General Conditions of Contract
A. CONTRACT AND INTERPRETATION
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated below.
(a) Contract Elements
(i) “Contract” means the Contract Agreement entered into between the
Purchaser and the Supplier/Contractor, together with the Contract
Documents referred to therein. The Contract Agreement and the
Contract Documents shall constitute the Contract, and the term “the
Contract” shall in all such documents be construed accordingly.
(ii) “Contract Documents” means the documents specified in Article 1.1
(Contract Documents) of the Contract Agreement (including any
amendments to these Documents).
(iii) “Contract Agreement” means the agreement entered into between the
Purchaser and the Supplier/Contractor using the form of Contract
Agreement contained in [Section VII] of the Bidding Documents and
any modifications to this form agreed to by the Purchaser and the
Supplier/Contractor. The date of the Contract Agreement shall be
recorded in the signed form.
(iv) “GCC” means the General Conditions of Contract.
(v) “SCC” means the Special Conditions of Contract.
(vi) “Technical Requirements” means [Section VI] of the Bidding
Documents.
(vii) “Implementation Schedule” means the [Section VI. A. 3]
(viii) “Contract Price” means the price or prices defined in Article 2
(Contract Price and Terms of Payment) of the Contract Agreement.
(ix) “Procurement Guidelines” refers to the Guidelines for Procurement
under the EDCF Loan.
(x) “Bidding Documents” refers to the collection of documents issued by
the Purchaser to instruct and inform potential Supplier/Contractors of
the processes for bidding, selection of the winning bid, and Contract
formation, as well as the contractual conditions governing the
relationship between the Purchaser and the Supplier/Contractor. The
General and Special Conditions of Contract, the Technical
Requirements, and all other documents included in the Bidding
Documents reflect the Procurement Guidelines that the Purchaser is
obligated to follow during procurement and administration of this
Contract.
Page 51
SECTION IV. General Conditions of Contract (GCC)
46
(b) Entities
(i) “Purchaser” means the entity purchasing the Establishment of UITRCE
Project, as specified in the SCC.
(ii) “Project Director” means the person named as such in the SCC or
otherwise appointed by the Purchaser in the manner provided in GCC
18.1 (Project Director) to perform the duties delegated by the Purchaser.
(iii) “Supplier/Contractor” means the Joint Venture of Main SI Company
and Consturction Company whose bid to perform the Contract has been
accepted by the Purchaser and is named as such in the Contract
Agreement.
(iv) “Supplier/Contractor’s Representative” means any person nominated by
the Supplier/Contractor and named as such in the Contract Agreement
or otherwise approved by the Purchaser in the manner provided in GCC
18.2 (Supplier/Contractor’s Representative) to perform the duties
delegated by the Supplier/Contractor.
(v) “Subcontractor” means any firm to whom any of the obligations of the
Supplier/Contractor, including preparation of any design or supply of
any ICT Equipments or other Goods or Services, is subcontracted
directly or indirectly by the Supplier/Contractor.
(vi) “Adjudicator” means the person named in Appendix 2 of the Contract
Agreement, appointed by agreement between the Purchaser and the
Supplier/Contractor to make a decision on or to settle any dispute
between the Purchaser and the Supplier/Contractor referred to him or
her by the parties, pursuant to GCC 6.1 (Adjudication).
(vii) “Bank” means the Export-Import Bank of Korea.
(c) Scope
(i) “Construction Works” means the Permanent Worksand the Temporary
Works or either of them as appropriate.
(ii) “Permanent Works” means the permanent works to be executed
(including Plant) in accordance with the Contract.
(iii) “Temporary Works” means all temporary works of every kind (other
than Supplier/Contractor’s Equipment) required in or about the
execution and completion of the Construction Works and the remedying
of any defects therein.
(iv) “Plant” means machinery, apparatus and the like intended to form or
forming part of the Permanent Works.
(v) “Supplier/Contractor’s Equipment” means all appliances and things of
whatsoever nature (other than Temporary Works) required for the
execution and completion of the Construction Works and the remedying
of any defects therein, but does not include Plant, materials or other
things intended to form or forming part of the Permanent Works.
(vi) “ICT equipment/system,” means all the ICTEquipments, Materials, and
other Goods to be supplied, installed, integrated, and made operational
(exclusive of the Supplier/Contractor’s Equipment), together with the
Page 52
SECTION IV. General Conditions of Contract (GCC)
47
Services to be carried out by the Supplier/Contractor under the
Contract.
(vii) “ICTEquipments” means all information processing and
communications-related hardware, Software, supplies, and consumable
items that the Supplier/Contractor is required to supply and install
under the Contract.
(viii) “Goods” means all equipment, machinery, furnishings, Materials,
Furniture and other tangible items that the Supplier/Contractor is
required to supply or supply and install under the Contract, including,
without limitation, the ICT Equipment and Materials, but excluding the
Supplier/Contractor’s Equipment.
(ix) “Services” means all technical, logistical, management, and any other
Services to be provided by the Supplier/Contractor under the Contract
to supply, install, customize, integrate, and make operational the
UITRCE. Such Services may include, but are not restricted to, activity
management and quality assurance, design, development,
customization, documentation, transportation, insurance, inspection,
expediting, site preparation, installation, integration, training, data
migration, Pre-commissioning, Commissioning, maintenance, and
technical support.
(x) “The Project Plan” means the document to be developed by the
Supplier/Contractor and approved by the Purchaser, pursuant to GCC
19, based on the requirements of the Contract and the Preliminary
Project Plan included in the Supplier/Contractor’s bid. The “Agreed and
Finalized Project Plan” is the version of the Project Plan approved by
the Purchaser, in accordance with GCC 19.2. Should the Project Plan
conflict with the Contract in any way, the relevant provisions of the
Contract, including any amendments, shall prevail.
(xi) “Software” means that part of the System which is instructions that
cause information processing Subsystems to perform in a specific
manner or execute specific operations.
(xii) “System Software” means Software that provides the operating and
management instructions for the underlying hardware and other
components, and is identified as such in Appendix4 of the Contract
Agreement and such other Software as the parties may agree in writing
to be Systems Software. Such System Software includes, but is not
restricted to, micro-code embedded in hardware (i.e., “firmware”),
operating systems, communications, system and network management,
and utility software.
(xiii) “General-Purpose Software” means Software that supports general-
purpose office and software development activities and is identified as
such in Appendix4 of the Contract Agreement and such other Software
as the parties may agree in writing to be General-Purpose Software.
Such General-Purpose Software may include, but is not restricted to,
word processing, spreadsheet, generic database management, and
application development software.
(xiv) “Application Software” means Software formulated to perform specific
business or technical functions and interface with the business or
Page 53
SECTION IV. General Conditions of Contract (GCC)
48
technical users of the System and is identified as such in Appendix4 of
the Contract Agreement and such other Software as the parties may
agree in writing to be Application Software.
(xv) “Standard Software” means Software identified as such in Appendix4
of the Contract Agreement and such other Software as the parties may
agree in writing to be Standard Software.
(xvi) “Custom Software” means Software identified as such in Appendix4 of
the Contract Agreement and such other Software as the parties may
agree in writing to be Custom Software.
(xvii) “Source Code” means the database structures, dictionaries, definitions,
program source files, and any other symbolic representations necessary
for the compilation, execution, and subsequent maintenance of the
Software (typically, but not exclusively, required for Custom Software).
(xviii) “Materials” means all documentation in printed or printable form
and all instructional and informational aides in any form (including
audio, video, and text) and on any medium, provided to the Purchaser
under the Contract.
(xix) “Standard Materials” means all Materials not specified as Custom
Materials.
(xx) “Custom Materials” means Materials developed by the
Supplier/Contractor at the Purchaser’s expense under the Contract and
identified as such in Appendix5 of the Contract Agreement and such
other Materials as the parties may agree in writing to be Custom
Materials. Custom Materials includes Materials created from Standard
Materials.
(xxi) “Intellectual Property Rights” means any and all copyright, moral
rights, trademark, patent, and other intellectual and proprietary rights,
title and interests worldwide, whether vested, contingent, or future,
including without limitation all economic rights and all exclusive rights
to reproduce, fix, adapt, modify, translate, create derivative works from,
extract or re-utilize data from, manufacture, introduce into circulation,
publish, distribute, sell, license, sublicense, transfer, rent, lease, transmit
or provide access electronically, broadcast, display, enter into computer
memory, or otherwise use any portion or copy, in whole or in part, in
any form, directly or indirectly, or to authorize or assign others to do so.
(xxii) “Supplier/Contractor’s Equipment” means all equipment, tools,
apparatus, or things of every kind required in or for constructions of
building, installation, completion and maintenance of the ICT
equipment/systemthose are to be provided by the Supplier/Contractor.
(xxiii) “Provisional Sum” means a sum included in the Contract and so
designated in the Bill of Quantities for the execution of any part of the
Works or for the supply of goods, materials, Plant or services, or for
contingencies, which sum may be used, in whole or in part, or not at all,
on the instructions of the Engineer. The Supplier/Contractor shall be
entitled to only such amounts in respect of the work, supply or
contingencies to which such Provisional Sums relate as the Consultant
shall determine in accordance with this Clause. The Consultant shall
Page 54
SECTION IV. General Conditions of Contract (GCC)
49
notify the Supplier/Contractor of any determination made under this
Sub-Clause, with a copy to the Purchaser.
Page 55
SECTION IV. General Conditions of Contract (GCC)
50
(d) Activities
(i) “Delivery” means the transfer of the Goods from the
Supplier/Contractor to the Purchaser in accordance with the current
edition Incoterms specified in the Contract.
(ii) “Factory Premises Acceptance Testing (FPAT)” means the testing
activity at manufacturer’s premises that may be specified in the
Technical Requirements that are to be carried out(on random sampling
basis) for all equipment to be supplied under this purchase.
(iii) “Installation” means that the ICT equipment/system or a Subsystem as
specified in the Contract is ready for Commissioning as provided in
GCC 26 (Installation).
(iv) “Pre-Commissioning” means the testing, checking, and any other
required activity that may be specified in the Technical Requirements
that are to be carried out by the Supplier/Contractor in preparation for
Commissioning of the ICT equipment/system as provided in GCC 26
(Installation).
(v) “Commissioning” means operation of the ICT equipment/system or any
Subsystem by the Supplier/Contractor following Installation, which
operation is to be carried out by the Supplier/Contractor as provided in
GCC 27.1 (Commissioning), for the purpose of carrying out Provisional
Acceptance Test(s).
(vi) “Provisional Acceptance Test (PAT)” means the tests specified in the
Technical Requirements and Agreed and Finalized Project Plan to be
carried out to ascertain whether the Construction Works, ICT
equipment/system, or a specified Subsystem, is able to attain the
functional and performance requirements specified in the Technical
Requirements and Agreed and Finalized Project Plan, in accordance
with the provisions of GCC 27.2 (Provisional Acceptance Test).
(vii) “Provisional Acceptance” means the acceptance by the Purchaser of the
Construction Works, and ICT equipment/system (or any Subsystem(s)
where the Contract provides for acceptance of the System in parts), in
accordance with GCC 27.3 (Provisional Acceptance).
(viii) “Final Acceptance Test (FAT)” means the test specified in the
Technical Requirements and Agreed and Finalized Project Plan to be
carried out to review overall defect and performance of all buildings
and equipment by the Purchaser of the ICT equipment/system in
accordance with GCC 27.4 (Final Acceptance).
(e) Place and time
(i) “Purchaser’s Country” is the country named in the SCC.
(ii) “Supplier/Contractor’s Country” is the country in which the
Supplier/Contractor is legally organized, as named in the Contract
Agreement.
(iii) “Site(s)” means the places provided by the Purchaser where the
Construction Works are to be executed and any other places as may be
specifically designated in the Contract as forming part of the Site(s),
and ICT equipment/systemis to be supplied and installed. The 128
Page 56
SECTION IV. General Conditions of Contract (GCC)
51
Upazila List, including physical address of each site should be added in
the [Section VI].
(iv) “Eligible Source Country(ies)” means the country(ies) eligible for
participation in procurements financed by Loan Agreements.
(v) “Day” means calendar day of the Gregorian calendar.
(vi) “Week” means seven (7) consecutive Days, beginning the day of the
week as is customary in the Purchaser’s Country.
(vii) “Month” means calendar month of the Gregorian calendar.
(viii) “Year” means twelve (12) consecutive Months.
(ix) “Effective Date” means the date of fulfillment of all conditions
specified in Article 3 (Effective Date for Determining Time for
Achieving Provisional Acceptance) of the Contract Agreement, for the
purpose of determining the Delivery, Installation, and Provisional
Acceptance dates for the ICT equipment/system or Subsystem(s).
(x) “Contract Period” is the time period during which this Contract governs
the relations and obligations of the Purchaser and Supplier/Contractor
in relation to the ICT equipment/system, as specified in the SCC.
(xi) “Defect Liability Period” (also referred to as the “Warranty Period”)
means the period of validity of the warranties given by the
Supplier/Contractor commencing at date of the Provisional Acceptance
Certificate of the buildings, ICT equipment/system or Subsystem(s),
during which the Supplier/Contractor is responsible for defects with
respect to the buildings and System (or the relevant Subsystem[s]) as
provided in GCC 29 (Defect Liability).
(xii) “The Post-Warranty Services Period” means the number of years
defined in the SCC (if any), following the expiration of the Warranty
Period during which the Supplier/Contractor may be obligated to
provide Software licenses, maintenance, and/or technical support
services for the System, either under this Contract or under separate
contract(s).
(xiii) “The Coverage Period” mean the Days of the Week and the hours of
those Days during which maintenance, operational, and/or technical
support services (if any) must be available.
2. Contract Documents
2.1. Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, all
documents forming part of the Contract (and all parts of these documents) are
intended to be correlative, complementary, and mutually explanatory. The Contract
shall be read as a whole.
2.2. Approval of Borrower’s Procurement Decision
Subject to Procurement Guidelines, the Bank reviews the Borrower’s procurement
procedures, documents, evaluations award proposals and contracts to ensure that
the procurement process is properly carried out.
Page 57
SECTION IV. General Conditions of Contract (GCC)
52
3. Interpretation
3.1. Governing Language
3.1.1. All Contract Documents and related correspondence exchanged between
Purchaser and Supplier/Contractor shall be written in the language specified in
the SCC, and the Contract shall be construed and interpreted in accordance with
that language.
3.1.2. If any of the Contract Documents or related correspondence is prepared in a
language other than the governing language under GCC 3.1.1 above, the
translation of such documents into the governing language shall prevail in
matters of interpretation. The originating party, with respect to such documents
shall bear the costs and risks of such translation.
3.2. Singular and Plural
The singular shall include the plural and the plural the singular, except where the
context otherwise requires.
3.3. Headings
The headings and marginal notes in the GCC are included for ease of reference and
shall neither constitute a part of the Contract nor affect its interpretation.
3.4. Persons
Words importing persons or parties shall include firms, corporations, and
government entities.
3.5. Incoterms
Unless inconsistent with any provision of the Contract, the meaning of any trade
term and the rights and obligations of parties thereunder shall be as prescribed by
the current Incoterms (“Incoterms 2010” or a more recent version if and as
published). Incoterms are the international rules for interpreting trade terms
published by the International Chamber of Commerce, 38 Cours Albert 1er, 75008
Paris, France.
3.6. Entire Agreement
The Contract constitutes the entire agreement between the Purchaser and
Supplier/Contractor with respect to the subject matter of Contract and supersedes
all communications, negotiations, and agreements (whether written or oral) of
parties with respect to the subject matter of the Contract made prior to the date of
Contract.
3.7. Amendment
No amendment or other variation of the Contract shall be effective unless it is in
writing, is dated, expressly refers to the Contract, and is signed by a duly authorized
representative of each party to the Contract.
3.8. Independent Supplier/Contractor
The Supplier/Contractor shall be an independent Supplier/Contractor performing
the Contract. The Contract does not create any agency, partnership, joint venture, or
other joint relationship between the parties to the Contract.
Page 58
SECTION IV. General Conditions of Contract (GCC)
53
Subject to the provisions of the Contract, the Supplier/Contractor shall be solely
responsible for the manner in which the Contract is performed. All employees,
representatives, or Subcontractors engaged by the Supplier/Contractor in
connection with the performance of the Contract shall be under the complete
control of the Supplier/Contractor and shall not be deemed to be employees of the
Purchaser, and nothing contained in the Contract or in any subcontract awarded by
the Supplier/Contractor shall be construed to create any contractual relationship
between any such employees, representatives, or Subcontractors and the Purchaser.
3.9. Joint Venture
If the Supplier/Contractor is a Joint Venture of two or more firms, all such firms
shall be jointly and severally bound to the Purchaser for the fulfillment of the
provisions of the Contract and the Main SI Company will act as a leader with
authority to bind the Joint Venture. The composition or constitution of the Joint
Venture shall not be altered without the prior consent of the Purchaser.
3.10. Nonwaiver
3.10.1. Subject to GCC 3.10.2 below, no relaxation, forbearance, delay, or indulgence
by either party in enforcing any of the terms and conditions of the Contract or
the granting of time by either party to the other shall prejudice, affect, or restrict
the rights of that party under the Contract, nor shall any waiver by either party of
any breach of Contract operate as waiver of any subsequent or continuing breach
of Contract.
3.10.2. Any waiver of a party’s rights, powers, or remedies under the Contract must be
in writing, must be dated and signed by an authorized representative of the party
granting such waiver, and must specify the right and the extent to which it is
being waived.
3.11. Severability
If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity, or unenforceability shall not affect the
validity or enforceability of any other provisions and conditions of the Contract.
3.12. Country of Origin
“Origin” means the place where the ICT Equipments, Materials, and other Goods
for the ICT equipment/system were produced or from which the Services are
supplied. Goods are produced when, through manufacturing, processing, Software
development, or substantial and major assembly or integration of components, a
commercially recognized product results that is substantially different in basic
characteristics or in purpose or utility from its components. The Origin of Goods
and Services is distinct from the nationality of the Supplier/Contractor and may be
different.
Page 59
SECTION IV. General Conditions of Contract (GCC)
54
4. Notices
4.1. Unless otherwise stated in the Contract, all notices to be given under the Contract
shall be in writing and shall be sent, by personal delivery, airmail post, special
courier, cable, telegraph, telex, facsimile, electronic mail, or Electronic Data
Interchange (EDI), with the following provisions.
4.1.1. Any notice sent by cable, telegraph, telex, facsimile, electronic mail, or EDI
shall be confirmed within two (2) days after dispatch by notice sent by airmail
post or special courier, except as otherwise specified in the Contract.
4.1.2. Any notice sent by airmail post or special courier shall be deemed (in the
absence of evidence of earlier receipt) to have been delivered ten (10) days after
dispatch. In proving the fact of dispatch, it shall be sufficient to show that the
envelope containing such notice was properly addressed, stamped, and conveyed
to the postal authorities or courier service for transmission by airmail or special
courier.
4.1.3. Any notice delivered personally or sent by cable, telegraph, telex, facsimile,
electronic mail, or EDI shall be deemed to have been delivered on the date of its
dispatch.
4.1.4. Either party may change its postal, cable, telex, facsimile, electronic mail, or
EDI addresses for receipt of such notices by ten (10) days’ notice to the other
party in writing.
4.2. Notices shall be deemed to include any approvals, consents, instructions, orders,
certificates, information and other communication to be given under the Contract.
5. Governing Law
5.1. The Contract shall be governed by and interpreted in accordance with the laws of
the country specified in the SCC.
6. Settlement of Disputes
6.1. Adjudication
6.1.1. If any dispute of any kind whatsoever shall arise between the Purchaser and the
Supplier/Contractor in connection with or arising out of the Contract, including
without prejudice to the generality of the foregoing, any question regarding its
existence, validity, or termination, or the operation of the ICT equipment/system
(whether during the progress of implementation or after its achieving Provisional
Acceptance and whether before or after the termination, abandonment, or breach
of the Contract), the parties shall seek to resolve any such dispute by mutual
consultation. If the parties fail to resolve such a dispute by mutual consultation
within fourteen (14) days after one party has notified the other in writing of the
dispute, then, if the Contract Agreement in Appendix 2 includes and names an
Adjudicator, the dispute shall, within another fourteen (14) days, be referred in
writing by either party to the Adjudicator, with a copy to the other party. If there
is no Adjudicator specified in the Contract Agreement, the mutual consultation
period stated above shall last twenty-eight (28) days (instead of fourteen), upon
expiry of which either party may move to the notification of arbitration pursuant
Page 60
SECTION IV. General Conditions of Contract (GCC)
55
to GCC 6.2.1.
6.1.2. The Adjudicator shall give his or her decision in writing to both parties within
twenty-eight (28) days of the dispute being referred to the Adjudicator. If the
Adjudicator has done so, and no notice of intention to commence arbitration has
been given by either the Purchaser or the Supplier/Contractor within fifty-six (56)
days of such reference, the decision shall become final and binding upon the
Purchaser and the Supplier/Contractor. Any decision that has become final and
binding shall be implemented by the parties forthwith.
6.1.3. The Adjudicator shall be paid an hourly fee at the rate specified in the Contract
Agreement plus reasonable expenditures incurred in the execution of duties as
Adjudicator, and these costs shall be divided equally between the Purchaser and
the Supplier/Contractor.
6.1.4. Should the Adjudicator resign or die, or should the Purchaser and the
Supplier/Contractor agree that the Adjudicator is not fulfilling his or her
functions in accordance with the provisions of the Contract; a new Adjudicator
shall be jointly appointed by the Purchaser and the Supplier/Contractor. Failing
agreement between the two within twenty-eight (28) days, the new Adjudicator
shall be appointed at the request of either party by the Appointing Authority
specified in the SCC, or, if no Appointing Authority is specified in SCC, the
Contract shall, from this point onward and until the parties may otherwise agree
on an Adjudicator or an Appointing Authority, be implemented as if there is no
Adjudicator.
6.2. Arbitration
6.2.1. If
(a) the Purchaser or the Supplier/Contractor is dissatisfied with the Adjudicator’s
decision and acts before this decision has become final and binding pursuant
to GCC 6.1.2, or
(b) the Adjudicator fails to give a decision within the allotted time from referral
of the dispute pursuant to GCC 6.1.2, and the Purchaser or the
Supplier/Contractor acts within the following fourteen (14) days, or
(c) in the absence of an Adjudicator from the Contract Agreement, the mutual
consultation pursuant to GCC 6.1.1 expires without resolution of the dispute
and the Purchaser or the Supplier/Contractor acts within the following
fourteen (14) days,
then either the Purchaser or the Supplier/Contractor may act to give notice to
the other party, with a copy for information to the Adjudicator in case an
Adjudicator had been involved, of its intention to commence arbitration, as
provided below, as to the matter in dispute, and no arbitration in respect of
this matter may be commenced unless such notice is given.
6.2.2. Any dispute, in respect of which a notice of intention to commence arbitration
has been given, in accordance with GCC 6.2.1, shall be finally settled by
arbitration. Arbitration may be commenced prior to or after Installation of the
Information System.
6.2.3. Arbitration proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
Page 61
SECTION IV. General Conditions of Contract (GCC)
56
6.3. Notwithstanding any reference to the Adjudicator or arbitration in this clause,
(a) the parties shall continue to perform their respective obligations under the
Contract unless they otherwise agree,
(b) the Purchaser shall pay the Supplier/Contractor any monies due the
Supplier/Contractor.
B. SUBJECT MATTER OF CONTRACT
7. Scope of the Project
7.1. Unless otherwise expressly limited in the SCC or Technical Requirements, the
Supplier/Contractor’s obligations cover the provision of the 128 UITRCE buildings,
ICT Equipments, Materials and other Goods as well as the performance of all
Services required for the design, development, and implementation (including
procurement, quality assurance, assembly, associated site preparation, Delivery,
Pre-Commissioning, Installation, Testing, and Commissioning) of the ICT
equipment/system, in accordance with the plans, procedures, specifications,
drawings, codes, and any other documents specified in the Contract and the Agreed
and Finalized Project Plan.
7.2. The Supplier/Contractor shall, unless specifically excluded in the Contract, perform
all such work and/or supply all such items and Materials not specifically mentioned
in the Contract but that can be reasonably inferred from the Contract as being
required for attaining Provisional Acceptance of the 128 UITRCE buildings and
System as if such work and/or items and Materials were expressly mentioned in the
Contract.
7.3. The Supplier/Contractor’s obligations (if any) to perform works and to provide
Goods and Services as implied by the Recurrent Cost tables of the
Supplier/Contractor’s bid, such as consumables, spare parts, and technical services
(e.g., maintenance, technical assistance, and final acceptance support), are as
specified in the SCC, including the relevant terms, characteristics, and timings.
8. Time for Commencement and Provisional Acceptance
8.1. The Supplier/Contractor shall commence work on the 128 UITRCE buildings, ICT
equipment/system within the period specified in the SCC, and without prejudice to
GCC 28.2, the Supplier/Contractor shall thereafter proceed with the System in
accordance with the time schedule specified in the Implementation Schedule in the
[Section VI] and any refinements made in the Agreed and Finalized Project Plan.
8.2. The Supplier/Contractor shall achieve Provisional Acceptance of the 128 UITRCE
buildings and ICT equipment/system (or Subsystem(s) where a separate time for
Provisional Acceptance of such Subsystem(s) is specified in the Contract) within
the time specified in the SCC and in accordance with the time schedule specified in
the Implementation Schedule in the [Section VI] and any refinements made in the
Agreed and Finalized Project Plan, or within such extended time to which the
Supplier/Contractor shall be entitled under GCC 40 (Extension of Time for
Achieving Provisional Acceptance).
Page 62
SECTION IV. General Conditions of Contract (GCC)
57
9. Supplier/Contractor’s Responsibilities
9.1. The Supplier/Contractor shall conduct all activities with due care and diligence, in
accordance with the Contract and with the skill and care expected of a competent
provider of the 128 UITRCE buildings, ICT equipments, information systems,
support, maintenance, training, and other related services, or in accordance with
best industry practices. In particular, the Supplier/Contractor shall provide and
employ only technical personnel who are skilled and experienced in their respective
callings and supervisory staff who are competent to adequately supervise the work
at hand.
9.2. The Supplier/Contractor confirms that it has entered into this Contract on the basis
of a proper examination of the data relating to the 128 UITRCE buildings and ICT
equipment/system provided by the Purchaser and on the basis of information that
the Supplier/Contractor could have obtained from a visual inspection of the site (if
access to the site was available) and of other data readily available to the
Supplier/Contractor relating to the System as at the date twenty-eight (28) days
prior to bid submission. The Supplier/Contractor acknowledges that any failure to
acquaint itself with all such data and information shall not relieve its responsibility
for properly estimating the difficulty or cost of successfully performing the
Contract.
9.3. The Supplier/Contractor shall be responsible for timely provision of all resources,
information, and decision making under its control that are necessary to reach a
mutually agreed and Finalized Project Plan (pursuant to GCC 19.2) within the time
schedule specified in the Implementation Schedule in the [Section VI]. Failure to
provide such resources, information, and decision making may constitute grounds
for termination pursuant to GCC 41.2.
9.4. The Supplier/Contractor shall acquire in its name all permits, approvals, and/or
licenses from all local, state, or national government authorities or public service
undertakings in the Purchaser’s Country that are necessary for the performance of
the Contract, including, without limitation, visas for the Supplier/Contractor’s and
Subcontractor’s personnel and entry permits for all imported Supplier/Contractor’s
Equipment. The Supplier/Contractor shall acquire all other permits, approvals,
and/or licenses that are not the responsibility of the Purchaser under GCC 10.4 and
that are necessary for the performance of the Contract.
9.5. The Supplier/Contractor shall comply with all laws in force in the Purchaser’s
Country. The laws will include all national, provincial, municipal, or other laws that
affect the performance of the Contract and are binding upon the
Supplier/Contractor. The Supplier/Contractor shall indemnify and hold harmless
the Purchaser from and against any and all liabilities, damages, claims, fines,
penalties, and expenses of whatever nature arising or resulting from the violation of
such laws by the Supplier/Contractor or its personnel, including the Subcontractors
and their personnel, but without prejudice to GCC 10.1. The Supplier/Contractor
shall not indemnify the Purchaser to the extent that such liability, damage, claims,
fines, penalties, and expenses were caused or contributed to by a fault of the
Purchaser.
9.6. The Supplier/Contractor shall, in all dealings with its labor and the labor of its
Subcontractors currently employed on or connected with the Contract, pay due
regard to all recognized festivals, official holidays, religious or other customs, and
all local laws and regulations pertaining to the employment of labor.
Page 63
SECTION IV. General Conditions of Contract (GCC)
58
9.7. Any ICT Equipments or other Goods and Services that will be incorporated in or be
required for the ICT equipment/system and other supplies shall have their Origin,
as defined in GCC 3.12, in a country that shall be an Eligible Country, as defined in
GCC 1.1(e)(iv).
9.8. The Supplier/Contractor shall permit the Bank to inspect the Supplier/Contractor’s
accounts and records relating to the performance of the Supplier/Contractor and to
have them audited by auditors appointed by the Bank, if so required by the Bank.
Other Supplier/Contractor responsibilities, if any, are as stated in the SCC.
9.9. The Contractor shall permit the Bank and/or persons appointed by the Bank to
inspect the Site and/or the Contractor’s accounts and records relating to the
performance of the Contract and to have such accounts and records audited by
auditors appointed by the Bank if required by the Bank.
10. Purchaser’s Responsibilities
10.1. The Purchaser shall ensure the accuracy of all information and/or data to be
supplied by the Purchaser to the Supplier/Contractor, except when otherwise
expressly stated in the Contract.
10.2. The Purchaser shall be responsible for timely provision of all resources,
information, and decision making under its control that are necessary to reach an
Agreed and Finalized Project Plan (pursuant to GCC 19.2) within the time schedule
specified in the Implementation Schedule in the [Section VI]. Failure to provide
such resources, information, and decision making may constitute grounds for
Termination pursuant to GCC 41.3.1(b).
10.3. The Purchaser shall be responsible for acquiring and providing legal and physical
possession of the site and access to it, and for providing possession of and access to
all other areas reasonably required for the proper execution of the Contract.
10.4. If requested by the Supplier/Contractor, the Purchaser shall use its best endeavors
to assist the Supplier/Contractor in obtaining in a timely and expeditious manner all
permits, approvals, and/or licenses necessary for the execution of the Contract from
all local, state, or national government authorities or public service undertakings
that such authorities or undertakings require the Supplier/Contractor or
Subcontractors or the personnel of the Supplier/Contractor or Subcontractors, as the
case may be, to obtain.
10.5. In such cases where the responsibilities of specifying and acquiring or upgrading
telecommunications and/or electric power services falls to the Supplier/Contractor,
as specified in the Technical Requirements, SCC, Agreed and Finalized Project
Plan, or other parts of the Contract, the Purchaser shall use its best endeavors to
assist the Supplier/Contractor in obtaining such services in a timely and expeditious
manner.
10.6. The Purchaser shall be responsible for timely provision of all resources, access, and
information necessary for the Installation and Provisional Acceptance of the System
(including, but not limited to, any required telecommunications or electric power
services), as identified in the Agreed and Finalized Project Plan, except where
provision of such items is explicitly identified in the Contract as being the
responsibility of the Supplier/Contractor. Delay by the Purchaser may result in an
Page 64
SECTION IV. General Conditions of Contract (GCC)
59
appropriate extension of the Time for Provisional Acceptance, at the
Supplier/Contractor’s discretion.
10.7. Unless otherwise specified in the Contract or agreed upon by the Purchaser and the
Supplier/Contractor, the Purchaser shall provide sufficient, properly qualified
operating and technical personnel, as required by the Supplier/Contractor to
properly carry out Delivery, Pre-commissioning, Installation, Commissioning, and
Provisional Acceptance, at or before the time specified in [Section VI. A. 3] and the
Agreed and Finalized Project Plan.
10.8. The Purchaser will designate appropriate staff for the training courses to be given
by the Supplier/Contractor and shall make all appropriate logistical arrangements
for such training as specified in the Technical Requirements, SCC, the Agreed and
Finalized Project Plan, or other parts of the Contract.
10.9. The Purchaser assumes primary responsibility for the Provisional Acceptance
Test(s) for the 128 UITRCE buildings and ICT equipment/system, in accordance
with GCC 27.2, and shall be responsible for the continued operation of the System
after Provisional Acceptance. However, this shall not limit in any way the
Supplier/Contractor’s responsibilities after the date of Provisional Acceptance
otherwise specified in the Contract.
10.10. The Purchaser is responsible for performing and safely storing timely and regular
backups of its data and Software in accordance with accepted data management
principles, except where such responsibility is clearly assigned to the
Supplier/Contractor elsewhere in the Contract.
10.11. All costs and expenses involved in the performance of the obligations under this
GCC 10 shall be the responsibility of the Purchaser, save those to be incurred by
the Supplier/Contractor with respect to the performance of the Provisional
Acceptance Test(s), in accordance with GCC 27.2.
10.12. Other Purchaser responsibilities, if any, are as stated in the SCC.
C. PAYMENT
11. Contract Price
11.1. The Contract Price shall be as specified in Article 2 (Contract Price and Terms of
Payment) of the Contract Agreement.
11.2. The Contract Price shall be a fixed price not subject to any alteration, except:
(a) in the event of a Change in the System pursuant to GCC 39 or to other clauses
in the Contract; and
(b) in accordance with the price adjustment formula (if any) specified in the SCC.
11.3. The Supplier/Contractor shall be deemed to have satisfied itself as to the
correctness and sufficiency of the Contract Price, which shall, except as otherwise
provided for in the Contract, cover all its obligations under the Contract.
Page 65
SECTION IV. General Conditions of Contract (GCC)
60
12. Terms of Payment
12.1. The Supplier/Contractor’s, the Main SI Company, request for payment shall be
made to the Purchaser in writing, accompanied by an invoice describing, as
appropriate, the value of the Construction Works, the ICT equipment/system or
Subsystem(s), Delivered, Pre-commissioned, Installed, and provisionally accepted,
and by documents submitted pursuant to GCC 22.5 and upon fulfillment of other
obligations stipulated in the Contract.
The Contract Price shall be paid as specified in the SCC.
12.2. No payment made by the Purchaser herein shall be deemed to constitute acceptance
by the Purchaser of the 128 UITRCE buildings and System or any Subsystem(s).
12.3. Payments shall be made promptly by the Purchaser, but in no case later than forty
five (45) days after submission of a valid invoice by the Supplier/Contractor. In the
event that the Purchaser fails to make any payment by its respective due date or
within the period set forth in the Contract, the Purchaser shall pay to the
Supplier/Contractor interest on the amount of such delayed payment at the rate(s)
specified in the SCC for the period of delay until payment has been made in full,
whether before or after judgment or arbitration award.
12.4. All payments shall be made in the currency(ies) specified in the Contract
Agreement, pursuant to GCC 11. For Goods and Services supplied locally,
payments shall be made in the currency of the Purchaser’s Country, unless
otherwise specified in the SCC.
12.5. As specified in the SCC, Payment of the foreign currency portion of the Contract
Price for Goods supplied from outside the Purchaser’s Country shall be made to the
Supplier/Contractor through an irrevocable letter of credit opened by an authorized
bank in the Supplier/Contractor’s Country and will be payable on presentation of
the appropriate documents. It is agreed that the letter of credit will be subject to
Article 10 of the latest revision of Uniform Customs and Practice for Documentary
Credits, published by the International Chamber of Commerce, Paris.
13. Securities
13.1. Issuance of Securities
The Supplier/Contractor shall provide the securities specified below in favor of the
Purchaser at the times and in the amount, manner, and form specified below.
13.2. Advance Payment Security
13.2.1. As specified in the SCC, the Supplier/Contractor shall provide a security equal
in amount and currency to the advance payment and valid until the Construction
of UITRCE building, supply and installation of ICT equipment/system is
Provisionally Accepted.
13.2.2. The security shall be in the form provided in the Bidding Documents or in
another form acceptable to the Purchaser. The amount of the security shall be
reduced in proportion to the value of the Construction Works and System
executed by and paid to the Supplier/Contractor from time to time and shall
automatically become null and void when the full amount of the advance
payment has been recovered by the Purchaser. The way the value of the security
is deemed to become reduced and, eventually, voided is as specified in the SCC.
Page 66
SECTION IV. General Conditions of Contract (GCC)
61
The security shall be returned to the Supplier/Contractor immediately after its
expiration.
13.3. Performance Security
13.3.1. The Supplier/Contractor shall, within twenty-eight (28) days of the notification
of Contract award, provide a security for the due performance of the Contract in
the amount and currency specified in the SCC.
13.3.2. The security shall be a bank guarantee in the form provided in the [Section VII]
of the Bidding Documents, or it shall be in another form acceptable to the
Purchaser.
13.3.3. The security shall automatically become null and void once all the obligations of
the Supplier/Contractor under the Contract have been fulfilled, including, but not
limited to, any obligations during the Warranty Period and any extensions to the
period. The security shall be returned to the Supplier/Contractor no later than
twenty-eight (28) days after its expiration.
13.3.4. Upon Provisional Acceptance of the entire bid components, the security shall be
reduced to the amount specified in the SCC, on the date of such Provisional
Acceptance, so that the reduced security would only cover the remaining
warranty obligations of the Supplier/Contractor.
14. Taxes and Duties
14.1. The Supplier/Contractor shall be entirely responsible for all taxes, stamp duties,
license fees, and other such levies imposed outside the Purchaser’s Country.
14.2. If any other restrictions for taxes and duties, the restrictions shall be specified in the
SCC.
D. INTELLECTUAL PROPERTY
15. Copyright
15.1. The Intellectual Property Rights in all Standard Software and Standard Materials
shall remain vested in the owner of such rights.
15.2. The Purchaser agrees to restrict use, copying, or duplication of the Standard
Software and Standard Materials in accordance with GCC 16, except that additional
copies of Standard Materials may be made by the Purchaser for use within the
scope of the project of which the System is a part, in the event that the
Supplier/Contractor does not deliver copies within thirty (30) days from receipt of a
request for such Standard Materials.
15.3. The Purchaser’s contractual rights to use the Standard Software or elements of the
Standard Software may not be assigned, licensed, or otherwise transferred
voluntarily except in accordance with the relevant license agreement or as may be
otherwise specified in the SCC.
15.4. As applicable, the Purchaser’s and Supplier/Contractor’s rights and obligations with
respect to Custom Software or elements of the Custom Software, including any
Page 67
SECTION IV. General Conditions of Contract (GCC)
62
license agreements, and with respect to Custom Materials or elements of the
Custom Materials, are specified in the SCC. Subject to the SCC, the Intellectual
Property Rights in all Custom Software and Custom Materials specified in
Appendix 4 and 5 of the Contract Agreement (if any) shall, at the date of this
Contract or on creation of the rights (if later than the date of this Contract), vest in
the Purchaser. The Supplier/Contractor shall do and execute or arrange for the
doing and executing of each necessary act, document, and thing that the Purchaser
may consider necessary or desirable to perfect the right, title, and interest of the
Purchaser in and to those rights. In respect of such Custom Software and Custom
Materials, the Supplier/Contractor shall ensure that the holder of a moral right in
such an item does not assert it, and the Supplier/Contractor shall, if requested to do
so by the Purchaser and where permitted by applicable law, ensure that the holder
of such a moral right waives it.
15.5. The parties shall enter into such (if any) escrow arrangements in relation to the
Source Code to some or all of the Software as are specified in the SCC and in
accordance with the SCC.
16. Software License Agreement
16.1. Except to the extent that the Intellectual Property Rights in the Software vest in the
Purchaser, the Supplier/Contractor hereby grants to the Purchaser license to access
and use the Software, including all inventions, designs, and marks embodied in the
Software.
Such license to access and use the Software shall:
(a) be:
(i) nonexclusive;
(ii) fully paid up and irrevocable (except that it shall terminate if the
Contract terminates under GCC 41.1 or 41.3);
(iii) valid throughout the territory of the Purchaser’s Country (or such other
territory as specified in the SCC); and
(iv) subject to additional restrictions (if any) as specified in the SCC.
(b) permit the Software to be:
(i) used or copied for use on or with the computer(s) for which it was
acquired (if specified in the Technical Requirements and/or the
Supplier/Contractor’s bid), plus a backup computer(s) of the same or
similar capacity, if the primary is(are) inoperative, and during a
reasonable transitional period when use is being transferred between
primary and backup;
(ii) as specified in the SCC, used or copied for use on or transferred to a
replacement computer(s), (and use on the original and replacement
computer(s) may be simultaneous during a reasonable transitional
period) provided that, if the Technical Requirements and/or the
Supplier/Contractor’s bid specifies a class of computer to which the
license is restricted and unless the Supplier/Contractor agrees otherwise
in writing, the replacement computer(s) is(are) within that class;
Page 68
SECTION IV. General Conditions of Contract (GCC)
63
(iii) if the nature of the System is such as to permit such access, accessed
from other computers connected to the primary and/or backup
computer(s) by means of a local or wide-area network or similar
arrangement, and used on or copied for use on those other computers to
the extent necessary to that access;
(iv) reproduced for safekeeping or backup purposes;
(v) customized, adapted, or combined with other computer software for use
by the Purchaser, provided that derivative software incorporating any
substantial part of the delivered, restricted Software shall be subject to
same restrictions as are set forth in this Contract;
(vi) as specified in the SCC, disclosed to, and reproduced for use by,
support service Supplier/Contractors and their Subcontractors, (and the
Purchaser may sublicense such persons to use and copy for use the
Software) to the extent reasonably necessary to the performance of their
support service contracts, subject to the same restrictions as are set forth
in this Contract; and
(vii) disclosed to, and reproduced for use by, the Purchaser and by such other
persons as are specified in the SCC (and the Purchaser may sublicense
such persons to use and copy for use the Software), subject to the same
restrictions as are set forth in this Contract.
16.2. The Standard Software may be subject to audit by the Supplier/Contractor, in
accordance with the terms specified in the SCC, to verify compliance with the
above license agreements.
17. Confidential Information
17.1. Except if otherwise specified in the SCC, the "Receiving Party" (either the
Purchaser or the Supplier/Contractor) shall keep confidential and shall not, without
the written consent of the other party to this Contract (“the Disclosing Party”),
divulge to any third party any documents, data, or other information of a
confidential nature (“Confidential Information”) connected with this Contract, and
furnished directly or indirectly by the Disclosing Party prior to or during
performance, or following termination, of this Contract.
17.2. For the purposes of GCC 17.1, the Supplier/Contractor is also deemed to be the
Receiving Party of Confidential Information generated by the Supplier/Contractor
itself in the course of the performance of its obligations under the Contract and
relating to the businesses, finances, Supplier/Contractors, employees, or other
contacts of the Purchaser or the Purchaser’s use of the System.
17.3. Notwithstanding GCC 17.1 and 17.2:
(a) the Supplier/Contractor may furnish to its Subcontractor Confidential
Information of the Purchaser to the extent reasonably required for the
Subcontractor to perform its work under the Contract; and
(b) the Purchaser may furnish Confidential Information of the
Supplier/Contractor: (i) to its support service Supplier/Contractors and their
Subcontractors to the extent reasonably required for them to perform their
work under their support service contracts; and (ii) to its affiliates and
subsidiaries,
Page 69
SECTION IV. General Conditions of Contract (GCC)
64
in which event the Receiving Party shall ensure that the person to whom it furnishes
Confidential Information of the Disclosing Party is aware of and abides by the
Receiving Party’s obligations under this GCC 17 as if that person were party to the
Contract in place of the Receiving Party.
17.4. The Purchaser shall not, without the Supplier/Contractor’s prior written consent,
use any Confidential Information received from the Supplier/Contractor for any
purpose other than the operation, maintenance and further development of the
System. Similarly, the Supplier/Contractor shall not, without the Purchaser’s prior
written consent, use any Confidential Information received from the Purchaser for
any purpose other than those that are required for the performance of the Contract.
17.5. The obligation of a party under GCC 17.1 through 17.4 above, however, shall not
apply to that information which:
(a) now or hereafter enters the public domain through no fault of the Receiving
Party;
(b) can be proven to have been possessed by the Receiving Party at the time of
disclosure and that was not previously obtained, directly or indirectly, from
the Disclosing Party; and
(c) otherwise lawfully becomes available to the Receiving Party from a third
party that has no obligation of confidentiality.
17.6. The above provisions of this GCC 17 shall not in any way modify any undertaking
of confidentiality given by either of the parties to this Contract prior to the date of
the Contract in respect of the whole procurement or any part thereof.
17.7. The provisions of this GCC 17 shall survive the termination, for whatever reason,
of the Contract for three (3) years or such longer period as may be specified in the
SCC.
E. CONSTRUCTION, SUPPLY, INSTALLATION, TESTING,
COMMISSIONING, AND ACCEPTANCE OF THE ICT
EQUIPMENT/SYSTEM
18. Representatives
18.1. Project Director
If the Project Director is not named in the Contract, then within fourteen (14) days
of the Effective Date, the Purchaser shall appoint and notify the Supplier/Contractor
in writing of the name of the Project Director. The Purchaser may from time to time
appoint some other person as the Project Director in place of the person previously
so appointed and shall give a notice of the name of such other person to the
Supplier/Contractor without delay. No such appointment shall be made at such a
time or in such a manner as to impede the progress of work on the Project
Components. Such appointment shall take effect only upon receipt of such notice
by the Supplier/Contractor. Subject to the extensions and/or limitations specified in
the SCC (if any), the Project Director shall have the authority to represent the
Purchaser on all day-to-day matters relating to the System or arising from the
Page 70
SECTION IV. General Conditions of Contract (GCC)
65
Contract, and shall normally be the person giving or receiving notices on behalf of
the Purchaser pursuant to GCC 4.
18.2. Supplier/Contractor’s Representative
18.2.1. If the Supplier/Contractor’s Representative is not named in the Contract, then
within fourteen (14) days of the Effective Date, the Supplier/Contractor shall
appoint the Supplier/Contractor’s Representative and shall request the Purchaser
in writing to approve the person so appointed. The request must be accompanied
by detailed curriculum vitae for the nominee, as well as a description of any
other System or non-System responsibilities the nominee would retain while
performing the duties of the Supplier/Contractor’s Representative. If the
Purchaser does not object to the appointment within fourteen (14) days, the
Supplier/Contractor’s Representative shall be deemed to have been approved. If
the Purchaser objects to the appointment within fourteen (14) days giving the
reason therefor, then the Supplier/Contractor shall appoint a replacement within
fourteen (14) days of such objection in accordance with this GCC 18.2.1.
18.2.2. Subject to the extensions and/or limitations specified in the SCC (if any), the
Supplier/Contractor’s Representative shall have the authority to represent the
Supplier/Contractor on all day-to-day matters relating to the Implementation or
arising from the Contract, and shall normally be the person giving or receiving
notices on behalf of the Supplier/Contractor pursuant to GCC 4.
18.2.3. The Supplier/Contractor shall not revoke the appointment of the
Supplier/Contractor’s Representative without the Purchaser’s prior written
consent, which shall not be unreasonably withheld. If the Purchaser consents to
such an action, the Supplier/Contractor shall appoint another person of equal or
superior qualifications as the Supplier/Contractor’s Representative, pursuant to
the procedure set out in GCC 18.2.1.
18.2.4. The Supplier/Contractor’s Representative and staff are obliged to work closely
with the Purchaser’s Project Director and staff, act within their own authority,
and abide by directives issued by the Purchaser that are consistent with the terms
of the Contract. The Supplier/Contractor’s Representative is responsible for
managing the activities of its personnel and any subcontracted personnel.
18.2.5. The Supplier/Contractor’s Representative may, subject to the approval of the
Purchaser (which shall not be unreasonably withheld), at any time delegate to
any person any of the powers, functions, and authorities vested in him or her.
Any such delegation may be revoked at any time. Any such delegation or
revocation shall be subject to a prior notice signed by the Supplier/Contractor’s
Representative and shall specify the powers, functions, and authorities thereby
delegated or revoked. No such delegation or revocation shall take effect unless
and until the notice of it has been delivered.
18.2.6. Any act or exercise by any person of powers, functions and authorities so
delegated to him or her in accordance with GCC 18.2.5 shall be deemed to be an
act or exercise by the Supplier/Contractor’s Representative.
18.3. Objections and Removals
18.3.1. The Purchaser may by notice to the Supplier/Contractor object to any
representative or person employed by the Supplier/Contractor in the execution of
the Contract who, in the reasonable opinion of the Purchaser, may have behaved
Page 71
SECTION IV. General Conditions of Contract (GCC)
66
inappropriately, be incompetent, or be negligent. The Purchaser shall provide
evidence of the same, whereupon the Supplier/Contractor shall remove such
person from work on the Implementation.
18.3.2. If any representative or person employed by the Supplier/Contractor is removed
in accordance with GCC 18.3.1, the Supplier/Contractor shall, where required,
promptly appoint a replacement.
19. Project Plan
19.1. In close cooperation with the Purchaser and based on the Preliminary Project Plan
included in the Supplier/Contractor’s bid, the Supplier/Contractor shall develop a
Project Plan encompassing the activities specified in the Contract. The contents of
the Project Plan shall be as specified in the SCC and/or Technical Requirements.
19.2. The Supplier/Contractor shall formally present to the Purchaser the Project Plan in
accordance with the procedure specified in the SCC.
19.3. If required, the impact on the Implementation Schedule of modifications agreed
during finalization of the Agreed and Finalized Project Plan shall be incorporated in
the Contract by amendment, in accordance with GCC 39 and 40.
19.4. The Supplier/Contractor shall undertake to make construction works and supply,
install, test, and commission the ICT equipment/system in accordance with the
Agreed and Finalized Project Plan and the Contract.
19.5. The Progress and other reports specified in the SCC shall be prepared by the
Supplier/Contractor and submitted to the Purchaser in the format and frequency
specified in the Technical Requirements.
20. Subcontracting
20.1. Appendix 3 (List of Approved Subcontractors) to the Contract Agreement specifies
construction of the 128 UITRCE buildings and critical items of supply or services
and a list of Subcontractors for each item that are considered acceptable by the
Purchaser. If no Subcontractors are listed for an item, the Supplier/Contractor shall
prepare a list of Subcontractors it considers qualified and wishes to be added to the
list for such items. The Supplier/Contractor may from time to time propose
additions to or deletions from any such list. The Supplier/Contractor shall submit
any such list or any modification to the list to the Purchaser for its approval in
sufficient time so as not to impede the progress of work on the Implementation. The
Purchaser shall not withhold such approval unreasonably. Such approval by the
Purchaser of a Subcontractor(s) shall not relieve the Supplier/Contractor from any
of its obligations, duties, or responsibilities under the Contract.
20.2. The Supplier/Contractor may, at its discretion, select and employ Subcontractors
for such critical items from those Subcontractors listed pursuant to GCC 20.1. If the
Supplier/Contractor wishes to employ a Subcontractor not so listed, or subcontract
an item not so listed, it must seek the Purchaser’s prior approval under GCC 20.3.
20.3. For items for which pre-approved Subcontractor lists have not been specified in
Appendix3 to the Contract Agreement, the Supplier/Contractor may employ such
Subcontractors as it may select, provided: (i) the Supplier/Contractor notifies the
Page 72
SECTION IV. General Conditions of Contract (GCC)
67
Purchaser in writing at least twenty-eight (28) days prior to the proposed
mobilization date for such Subcontractor; and (ii)by the end of this period either the
Purchaser has granted its approval in writing or fails to respond. The
Supplier/Contractor shall not engage any Subcontractor to which the Purchaser has
objected in writing prior to the end of the notice period. The absence of a written
objection by the Purchaser during the above specified period shall constitute formal
acceptance of the proposed Subcontractor. Except to the extent that it permits the
deemed approval of the Purchaser of Subcontractors not listed in the Contract
Agreement, nothing in this Clause, however, shall limit the rights and obligations of
either the Purchaser or Supplier/Contractor as they are specified in GCC 20.1 and
20.2, in the SCC, or in Appendix 3 of the Contract Agreement.
21. Design and Engineering
21.1. Technical Specifications and Drawings
21.1.1. The Supplier/Contractor shall execute the site survey, subsoil investigation,
layout plans and the implementation activities necessary for the Construction
Works of 128 UITRCE buildings in 128 upazilas and successful installation of
the ICT equipment/system in compliance with the provisions of the Contract or,
where not so specified, in accordance with good industry practice.
The Supplier/Contractor shall be responsible for any discrepancies, errors or
omissions in the specifications, drawings, and other technical documents that it
has prepared, whether such specifications, drawings, and other documents have
been approved by the Project Director or not, provided that such discrepancies,
errors, or omissions are not because of inaccurate information furnished in
writing to the Supplier/Contractor by or on behalf of the Purchaser.
21.1.2. The Supplier/Contractor shall be entitled to disclaim responsibility for any
design, data, drawing, specification, or other document, or any modification of
such design, drawings, specification, or other documents provided or designated
by or on behalf of the Purchaser, by giving a notice of such disclaimer to the
Project Director.
21.2. Codes and Standards
Wherever references are made in the Contract to codes and standards in accordance
with which the Contract shall be executed, the edition or the revised version of such
codes and standards current at the date twenty-eight (28) days prior to date of bid
submission shall apply unless otherwise specified in the SCC. During Contract
execution, any changes in such codes and standards shall be applied after approval
by the Purchaser and shall be treated in accordance with GCC 39.3.
21.3. Approval/Review of Technical Documents by the Project Director
21.3.1. The Supplier/Contractor shall prepare and furnish to the Project Director the
documents as specified in the SCC for the Project Director’s approval or review.
Any part of the Implementation activities covered by or related to the documents
to be approved by the Project Director shall be executed only after the Project
Director’s approval of these documents.
GCC 21.3.2 through 21.3.7 shall apply to those documents requiring the Project
Page 73
SECTION IV. General Conditions of Contract (GCC)
68
Director’s approval, but not to those furnished to the Project Director for its
review only.
21.3.2. Within fourteen (14) days after receipt by the Project Director of any document
requiring the Project Director’s approval in accordance with GCC 21.3.1, the
Project Director shall either return one copy of the document to the
Supplier/Contractor with its approval endorsed on the document or shall notify
the Supplier/Contractor in writing of its disapproval of the document and the
reasons for disapproval and the modifications that the Project Director proposes.
If the Project Director fails to take such action within the fourteen (14) days,
then the document shall be deemed to have been approved by the Project
Director.
21.3.3. The Project Director shall not disapprove any document except on the grounds
that the document does not comply with some specified provision of the
Contract or that it is contrary to good industry practice.
21.3.4. If the Project Director disapproves the document, the Supplier/Contractor shall
modify the document and resubmit it for the Project Director’s approval in
accordance with GCC 21.3.2. If the Project Director approves the document
subject to modification(s), the Supplier/Contractor shall make the required
modification(s), and the document shall then be deemed to have been approved,
subject to GCC 21.3.5. The procedure set out in GCC 21.3.2 through 21.3.4 shall
be repeated, as appropriate, until the Project Director approves such documents.
21.3.5. If any dispute occurs between the Purchaser and the Supplier/Contractor in
connection with or arising out of the disapproval by the Project Director of any
document and/or any modification(s) to a document that cannot be settled
between the parties within a reasonable period, then, in case the Contract
Agreement includes and names an Adjudicator, such dispute may be referred to
the Adjudicator for determination in accordance with GCC 6.1 (Adjudicator). If
such dispute is referred to an Adjudicator, the Project Director shall give
instructions as to whether and if so, how, performance of the Contract is to
proceed. The Supplier/Contractor shall proceed with the Contract in accordance
with the Project Director’s instructions, provided that if the Adjudicator upholds
the Supplier/Contractor’s view on the dispute and if the Purchaser has not given
notice under GCC 6.1.2, then the Supplier/Contractor shall be reimbursed by the
Purchaser for any additional costs incurred by reason of such instructions and
shall be relieved of such responsibility or liability in connection with the dispute
and the execution of the instructions as the Adjudicator shall decide, and the
Time for Achieving Provisional Acceptance shall be extended accordingly.
21.3.6. The Project Director’s approval, with or without modification of the document
furnished by the Supplier/Contractor, shall not relieve the Supplier/Contractor of
any responsibility or liability imposed upon it by any provisions of the Contract
except to the extent that any subsequent failure results from modifications
required by the Project Director or inaccurate information furnished in writing to
the Supplier/Contractor by or on behalf of the Purchaser.
21.3.7. The Supplier/Contractor shall not depart from any approved document unless the
Supplier/Contractor has first submitted to the Project Director an amended
document and obtained the Project Director’s approval of the document,
pursuant to the provisions of this GCC 21.3. If the Project Director requests any
Page 74
SECTION IV. General Conditions of Contract (GCC)
69
change in any already approved document and/or in any document based on
such an approved document, the provisions of GCC 39 (Changes to the
Implementation) shall apply to such request.
22. Procurement, Delivery, and Transport
22.1. Subject to related Purchaser's responsibilities pursuant to GCC 10 and 14, the
Supplier/Contractor shall manufacture or procure and transport all the ICT
Equipments, Materials, and other Goods in an expeditious and orderly manner to
the Project Site.
22.2. Delivery of the ICT Equipments, Materials, and other Goods shall be made by the
Supplier/Contractor in accordance with the Technical Requirements.
22.3. Early or partial deliveries require the explicit written consent of the Purchaser,
which consent shall not be unreasonably withheld.
22.4. Transportation
22.4.1. The Supplier/Contractor shall provide such packing of the Goods as is required
to prevent their damage or deterioration during shipment. The packing, marking,
and documentation within and outside the packages shall comply strictly with
the Purchaser’s instructions to the Supplier/Contractor.
22.4.2. The Supplier/Contractor will bear responsibility for and cost of transport to the
Project Sites in accordance with the terms and conditions used in the
specification of prices in the Price Schedules, including the terms and conditions
of the associated Incoterms.
22.4.3. Unless otherwise specified in the SCC, the Supplier/Contractor shall be free to
use transportation through carriers registered in any eligible country and to
obtain insurance from any eligible source country.
22.5. Unless otherwise specified in the SCC, the Supplier/Contractor will provide the
Purchaser with shipping and other documents, as specified below:
22.5.1. For Goods supplied from outside the Purchaser’s Country as per Incoterms CIP:
Upon shipment, the Supplier/Contractor shall notify the Purchaser and the
insurance company contracted by the Supplier/Contractor to provide cargo
insurance by telex, cable, facsimile, electronic mail, or EDI with the full details
of the shipment, including Contract number, description of Goods, quantity, the
vessel, the bill of lading number and date, port of loading, date of shipment, port
of discharge, etc. The Supplier/Contractor shall promptly send the following
documents to the Purchaser by mail or courier, as appropriate, with a copy to the
cargo insurance company:
(a) two (2) copies of the Supplier/Contractor’s invoice showing the description of
the Goods, quantity, unit price, and total amount;
(b) original and five (5) copies of the negotiable, clean, on-board bill of
lading(B/L) or Airway bill marked “freight prepaid”;
(c) three (3) copies of the packing lists identifying contents of each package;
(d) certificate of insurance;
Page 75
SECTION IV. General Conditions of Contract (GCC)
70
(e) Manufacturer’s or Supplier/Contractor’s warranty certificate;
(f) inspection Certificate issued by the nominated BANBEIS staff before
shipment and; and
(g) certificate(s) of origin.
The above documents shall be received at least one (1) week prior to the arrival
of the goods at the port or place of arrival and, if not received, the
Supplier/Contractor will be responsible for any consequent expenses.
The Purchase shall take full responsibility for any levies or penalties including
damage charges at the destination port which may arise from the Purchaser’s
default including mishandling of above documents even if they are delivered
within the above mentioned time.
22.5.2. For Goods supplied locally (i.e., from within the Purchaser’s country) as per
Incoterms EXW:
Upon delivery of the Goods to the transporter, the Supplier/Contractor shall
notify the Purchaser by telex, cable, facsimile, electronic mail, or EDI with the
full details of the shipment. The Supplier/Contractor shall promptly send the
following documents to the Purchaser by mail or courier, as appropriate:
(a) two (2) copies of the Supplier/Contractor’s invoice showing the Goods’
description, quantity, unit price, and total amount;
(b) delivery note, railway receipt, or truck receipt;
(c) three (3) copies of the packing lists identifying contents of each package;
(d) Manufacturer’s or Supplier/Contractor’s warranty certificate;
(e) inspection certificate issued by the nominated inspection agency, and the
Supplier/Contractor’s factory inspection report and;
(f) certificate(s) of origin.
The above documents shall be received at least one (1) week prior to the arrival
of the goods at the port or place of arrival and, if not received, the
Supplier/Contractor will be responsible for any consequent expenses.
22.6. Customs Clearance
(a) The Purchaser will bear responsibility for, and cost of, customs clearance into
the Purchaser's country in accordance with the particular Incoterm(s) used for
Goods supplied from outside the Purchaser’s country in the Price Schedules
referred to by Article 2 of the Contract Agreement.
(b) At the request of the Purchaser, the Supplier/Contractor will make available a
representative or agent during the process of customs clearance in the
Purchaser's country for goods supplied from outside the Purchaser's country.
In the event of delays in customs clearance that are not the fault of the
Supplier/Contractor:
(i) the Supplier/Contractor shall be entitled to an extension in the Time for
Achieving Provisional Acceptance, pursuant to GCC 40; and
Page 76
SECTION IV. General Conditions of Contract (GCC)
71
(ii) the Contract Price shall be adjusted to compensate the
Supplier/Contractor for any additional storage charges that the
Supplier/Contractor may incur as a result of the delay.
23. Product Upgrades
23.1. At any point during performance of the Contract, should technological advances be
introduced by the Supplier/Contractor for ICT Equipments originally offered by the
Supplier/Contractor in its bid and still to be delivered, the Supplier/Contractor shall
be obligated to offer to the Purchaser the latest versions of the available ICT
Equipments having equal or better performance or functionality at the same or
lesser unit prices, pursuant to GCC 39.
23.2. At any point during performance of the Contract, for ICT Equipments still to be
delivered, the Supplier/Contractor will also pass on to the Purchaser any cost
reductions and additional and/or improved support and facilities that it offers to
other clients of the Supplier/Contractor in the Purchaser’s Country, pursuant to
GCC 39.
23.3. During performance of the Contract, the Supplier/Contractor shall offer to the
Purchaser all new versions, releases, and updates of Standard Software, hardware as
well as related documentation and technical support services, within thirty (30)
days of their availability from the Supplier/Contractor to other clients of the
Supplier/Contractor in the Purchaser’s Country, and no later than twelve (12)
months after they are released in the country of origin. In no case will the prices for
these Software and Hardware exceed those quoted by the Supplier/Contractor in the
Recurrent Costs tables in its bid.
23.4. During the Warranty Period, unless otherwise specified in the SCC, the
Supplier/Contractor will provide at no additional cost to the Purchaser all new
versions, releases, and updates for all Standard Software and Hardware those are
used in the ICT equipment/system, within thirty (30) days of their availability from
the Supplier/Contractor to other clients of the Supplier/Contractor in the
Purchaser’s country, and no later than twelve (12) months after they are released in
the country of origin of the Software and hardware.
23.5. The Purchaser shall introduce all new versions, releases or updates of the Software
and Hardware within eighteen (18) months of receipt of a production-ready copy of
the new version, release, or update, provided that the new version, release, or
update does not adversely affect System operation or performance or require
extensive reworking of the ICT equipment/system. In cases where the new version,
release, or update adversely affects System operation or performance, or requires
extensive reworking of the ICT equipment/system, the Supplier/Contractor shall
continue to support and maintain the version or release previously in operation for
as long as necessary to allow introduction of the new version, release, or update. In
no case shall the Supplier/Contractor stop supporting or maintaining a version or
release of the Software and hardware less than twenty four (24) months after the
Purchaser receives a production-ready copy of a subsequent version, release, or
update. The Purchaser shall use all reasonable endeavors to implement any new
version, release, or update as soon as practicable, subject to the twenty-four-month-
long stop date.
Page 77
SECTION IV. General Conditions of Contract (GCC)
72
24. Implementation, Installation, and Other Services
24.1. The Supplier/Contractor shall provide all Services specified in the Contract and
Agreed and Finalized Project Plan in accordance with the highest standards of
professional competence and integrity.
24.2. Prices charged by the Supplier/Contractor for Services, if not included in the
Contract, shall be agreed upon in advance by the parties (including, but not
restricted to, any prices submitted by the Supplier/Contractor in the Recurrent Cost
Schedules of its Bid) and shall not exceed the prevailing rates charged by the
Supplier/Contractor to other purchasers in the Purchaser’s Country for similar
services.
25. Inspections and Tests
25.1. The Purchaser or its representative shall have the right to inspect and/or test any
components of the bid, as specified in the Technical Requirements, to confirm their
good working order and/or conformity to the Contract at the point of delivery
and/or at the Project Site.
25.2. The Purchaser or its representative shall be entitled to attend any such inspections
and/or tests of the components, provided that the Supplier/Contractor shall bear all
costs and expenses incurred in connection with such attendance, including but not
limited to all inspection agent fees, travel, and related expenses.
25.3. Should the inspected or tested components fail to conform to the Contract, the
Purchaser may reject the component(s), and the Supplier/Contractor shall either
replace the rejected component(s), or make alterations as necessary so that it meets
the Contract requirements free of cost to the Purchaser.
25.4. The Project Director may require the Supplier/Contractor to carry out any
inspection and/or test not specified in the Contract, provided that the
Supplier/Contractor’s reasonable costs and expenses incurred in the carrying out of
such inspection and/or test shall be added to the Contract Price. Further, if such
inspection and/or test impede the progress of work on the Implementation activities
and/or the Supplier/Contractor’s performance of its other obligations under the
Contract, due allowance will be made in respect of the Time for Achieving
Provisional Acceptance and the other obligations so affected.
25.5. If any dispute shall arise between the parties in connection with or caused by an
inspection and/or with regard to any component to be incorporated in the
Imlementation phase that cannot be settled amicably between the parties within a
reasonable period of time, either party may invoke the process pursuant to GCC 6
(Settlement of Disputes), starting with referral of the matter to the Adjudicator in
case an Adjudicator is included and named in the Contract Agreement.
26. Installation of the ICT & Other Equipment
26.1. As soon as the ICT & Other Equipment, or any Subsystem, has, in the opinion of
the Supplier/Contractor, been delivered, Pre-commissioned, and made ready for
Commissioning and Provisional Acceptance Test in accordance with the Technical
Requirements, the SCC and the Agreed and Finalized Project Plan, the
Supplier/Contractor shall so notify the Purchaser in writing.
Page 78
SECTION IV. General Conditions of Contract (GCC)
73
26.2. The Project Director shall, within fourteen (14) days after receipt of the
Supplier/Contractor’s notice under GCC 26.1, either issue an Installation Certificate
in the form specified in [Section VII] in the Bidding Documents, stating that the
ICT equipment/system, or major component or Subsystem (if Acceptance by major
component or Subsystem is specified pursuant to the SCC for GCC 27.2.1), has
achieved Installation by the date of the Supplier/Contractor’s notice under GCC
26.1, or notify the Supplier/Contractor in writing of any defects and/or deficiencies,
including, but not limited to, defects or deficiencies in the interoperability or
integration of the various components and/or Subsystems making up the System.
The Supplier/Contractor shall use all reasonable endeavors to promptly remedy any
defect and/or deficiencies that the Project Director has notified the
Supplier/Contractor of. The Supplier/Contractor shall then promptly carry out
retesting of the ICT equipment/system or Subsystem and, when in the
Supplier/Contractor’s opinion the System or Subsystem is ready for
Commissioning and Provisional Acceptance Testing, notify the Purchaser in
writing, in accordance with GCC 26.1. The procedure set out in this GCC 26.2 shall
be repeated, as necessary, until an Installation Certificate is issued.
26.3. If the Project Director fails to issue the Installation Certificate and fails to inform
the Supplier/Contractor of any defects and/or deficiencies within fourteen (14) days
after receipt of the Supplier/Contractor’s notice under GCC 26.1, or if the Purchaser
puts the System or a Subsystem into production operation, then the System (or
Subsystem) shall be deemed to have achieved successful Installation as of the date
of the Supplier/Contractor’s notice or repeated notice, or when the Purchaser put
the System into production operation, as the case may be.
27. Commissioning, Provisional Acceptance and Final Acceptance
27.1. Commissioning
27.1.1. Commissioning of the 128 UITRCE Buildings and ICT equipment/system (or
Subsystem if specified pursuant to the SCC for GCC 27.2.1) shall be
commenced by the Supplier/Contractor:
(a) immediately after the Installation Certificate is issued by the Project Director,
pursuant to GCC 26.2; or
(b) as otherwise specified in the Technical Requirement or the Agreed and
Finalized Project Plan; or
(c) immediately after Installation is deemed to have occurred, under GCC 26.3.
27.1.2. The Purchaser shall supply the operating and technical personnel and all
materials and information reasonably required to enable the Supplier/Contractor
to carry out its obligations with respect to Commissioning.
Production use of the ICT equipment/system or Subsystem(s) shall not
commence prior to the start of formal Provisional Acceptance Testing.
27.2. Provisional Acceptance Tests
27.2.1. The Provisional Acceptance Tests (and repeats of such tests) shall be the primary
responsibility of the Purchaser (in accordance with GCC 10.9), but shall be
conducted with the full cooperation of the Supplier/Contractor during
Commissioning of the 128 UITRCE Buildings and System (or major
Page 79
SECTION IV. General Conditions of Contract (GCC)
74
components or Subsystem[s] if specified in the SCC and supported by the
Technical Requirements), to ascertain whether the 128 UITRCE Buildings and
System (or major component or Subsystem[s]) conforms to the Technical
Requirements and meets the standard of performance quoted in the
Supplier/Contractor’s bid, including, but not restricted to, the functional and
technical performance requirements. The Provisional Acceptance Tests during
Commissioning will be conducted as specified in the SCC, the Technical
Requirements and/or the Agreed and Finalized Project Plan.
At the Purchaser’s discretion, Provisional Acceptance Tests may also be
performed on replacement Goods, upgrades and new version releases, and
Goods that are added or field-modified after Provisional Acceptance of the
System.
27.2.2. If for reasons attributable to the Purchaser, the Provisional Acceptance Test of
the ICT equipment/system (or Subsystem[s] or major components, pursuant to
the SCC for GCC 27.2.1) cannot be successfully completed within the period
specified in the SCC, from the date of Installation or any other period agreed
upon in writing by the Purchaser and the Supplier/Contractor, the
Supplier/Contractor shall be deemed to have fulfilled its obligations with respect
to the technical and functional aspects of the Technical Specifications, SCC
and/or the Agreed and Finalized Project Plan, and GCC 28.2 and 28.3 shall not
apply.
27.3. Provisional Acceptance
27.3.1. Subject to GCC 27.5 (Partial Acceptance) below, Provisional Acceptance shall
occur in respect of the Procurement, when
(a) the Provisional Acceptance Tests, as specified in the Technical Requirements,
and/or SCC and/or the Agreed and Finalized Project Plan and remedy of all
defects have been successfully completed; or
(b) the Provisional Acceptance Tests have not been successfully completed or
have not been carried out for reasons that are attributable to the Purchaser
within the period from the date of Installation or any other agreed-upon
period as specified in GCC 27.2.2 above; or
(c) the Purchaser has put the System into production or use for sixty (60)
consecutive days. If the System is put into production or use in this manner,
the Supplier/Contractor shall notify the Purchaser and document such use.
27.3.2. At any time after any of the events set out in GCC 27.3.1 have occurred, the
Supplier/Contractor may give a notice to the Project Director requesting the
issue of an Provisional Acceptance Certificate.
27.3.3. After consultation with the Purchaser, and within fourteen (14) days after receipt
of the Supplier/Contractor’s notice, the Project Director shall:
(a) issue an Provisional Acceptance Certificate; or
(b) notify the Supplier/Contractor in writing of any defect or deficiencies or other
reason for the failure of the Provisional Acceptance Tests; or
(c) issue the Provisional Acceptance Certificate, if the situation covered by GCC
27.3.1 (b) arises.
Page 80
SECTION IV. General Conditions of Contract (GCC)
75
27.3.4. The Supplier/Contractor shall use all reasonable endeavors to promptly remedy
any defect and/or deficiencies and/or other reasons for the failure of the
Provisional Acceptance Test that the Project Director has notified the
Supplier/Contractor of. Once such remedies have been made by the
Supplier/Contractor, the Supplier/Contractor shall notify the Purchaser, and the
Purchaser, with the full cooperation of the Supplier/Contractor, shall use all
reasonable endeavors to promptly carry out retesting of the System or Subsystem.
Upon the successful conclusion of the Provisional Acceptance Tests, the
Supplier/Contractor shall notify the Purchaser of its request for Provisional
Acceptance Certification, in accordance with GCC 27.3.3. The Purchaser shall
then issue to the Supplier/Contractor the Provisional Acceptance Certification in
accordance with GCC 27.3.3 (a), or shall notify the Supplier/Contractor of
further defects, deficiencies, or other reasons for the failure of the Provisional
Acceptance Test. The procedure set out in this GCC 27.3.4 shall be repeated, as
necessary, until a Provisional Acceptance Certificate is issued.
27.3.5. If the components of procurement fails to pass the Provisional Acceptance Test(s)
in accordance with GCC 27.2, then either:
(a) the Purchaser may consider terminating the Contract, pursuant to GCC 41.2.2;
or
(b) if the failure to achieve Provisional Acceptance within the specified time
period is a result of the failure of the Purchaser to fulfill its obligations under
the Contract, then the Supplier/Contractor shall be deemed to have fulfilled
its obligations with respect to the relevant technical and functional aspects of
the Contract, and GCC 30.3 and 30.4 shall not apply.
27.3.6. If within fourteen (14) days after receipt of the Supplier/Contractor’s notice the
Project Director fails to issue the Provisional Acceptance Certificate or fails to
inform the Supplier/Contractor in writing of the justifiable reasons why the
Project Director has not issued the Provisional Acceptance Certificate, the
components of procurement shall be deemed to have been accepted as of the
date of the Supplier/Contractor’s said notice.
27.4. Final Acceptance Tests
27.4.1. The Final Acceptance Tests (and repeats of such tests) shall be conducted by
Purchaser with the full cooperation of the Supplier/Contractor after completion
of the Provisional Acceptance Test, to ascertain required working reliability and
overall performance standards of all equipment (major component or
Subsystem[s]) at the end of the Warranty Period in the Supplier/Contractor’s bid,
including, but not restricted to, the functional and technical performance
requirements.
27.5. Partial Acceptance
27.5.1. If so specified in the SCC for GCC 27.2.1, Completion of the Construction
Works andInstallation, and Commissioning shall be carried out individually for
each identified major component or Subsystem(s) of the ICT equipment/system.
In this event, the provisions in the Contract relating to Completion of the
Construction Works andInstallation, and Commissioning, including the
Provisional Acceptance Test, shall apply to each such major components of
procurement individually, and Provisional Acceptance Certificate(s) shall be
issued accordingly for each such major component or Subsystem of the
Page 81
SECTION IV. General Conditions of Contract (GCC)
76
Procurement, subject to the limitations contained in GCC 27.4.2.
27.5.2. The issuance of Provisional Acceptance Certificates for individual major
components or Subsystems pursuant to GCC 27.4.1 shall not relieve the
Supplier/Contractor of its obligation to obtain an Provisional Acceptance
Certificate for the Procurement as an integrated whole (if so specified in the
SCC for GCC 12.1 and 27.2.1) once all major components and Subsystems have
been completed, supplied, installed, tested, and commissioned.
27.5.3. In the case of minor components for the Procurement that by their nature do not
require Commissioning or an Provisional Acceptance Test (e.g., minor fittings,
furnishings or site works, etc.), the Project Director shall issue an Provisional
Acceptance Certificate within fourteen (14) days after the fittings and/or
furnishings have been delivered and/or installed or the site works have been
completed. The Supplier/Contractor shall, however, use all reasonable endeavors
to promptly remedy any defects or deficiencies in such minor components
detected by the Purchaser or Supplier/Contractor.
F. GUARANTEES AND LIABILITIES
28. Provisional Acceptance Time Guarantee
28.1. The Supplier/Contractor guarantees that it shall complete the Construction Works
of 128 UITRCE buildings in 128 Upazilas and supply, Installation, Commissioning
of ICT Equipment, and achieve Provisional Acceptance of the Procurement
Components (or Subcomponents), pursuant to the SCC for GCC 27.2.1) within the
time periods specified in the Implementation Schedule in [Section VI] and/or the
Agreed and Finalized Project Plan pursuant to GCC 8.2, or within such extended
time to which the Supplier/Contractor shall be entitled under GCC 40 (Extension of
Time for Achieving Provisional Acceptance).
28.2. If the Supplier/Contractor fails to complete the Construction Works as well as
supply, install, commission of ICT Equipments, and achieve Provisional
Acceptance of the Procurement Components (or Subcomponents pursuant to the
SCC for GCC 27.2.1) within the time for achieving Provisional Acceptance
specified in the Implementation Schedule in the Technical Requirement or the
Agreed and Finalized Project Plan, or any extension of the time for achieving
Provisional Acceptance previously granted under GCC 40 (Extension of Time for
Achieving Provisional Acceptance), the Supplier/Contractor shall pay to the
Purchaser liquidated damages at the rate specified in the SCC as a percentage of the
Contract Price, or the relevant part of the Contract Price if a Subcomponent has not
achieved Provisional Acceptance. The aggregate amount of such liquidated
damages shall in no event exceed the amount specified in the SCC (“the
Maximum”). Once the Maximum is reached, the Purchaser may consider
termination of the Contract, pursuant to GCC 41.2.2.
28.3. Unless otherwise specified in the SCC, liquidated damages payable under GCC
28.2 shall apply only to the failure to achieve Provisional Acceptance of the
Procurement Components (or Subcomponents) as specified in the Implementation
Schedule in the Technical Requirements and/or Agreed and Finalized Project Plan.
Page 82
SECTION IV. General Conditions of Contract (GCC)
77
This 28.3 shall not limit, however, any other rights or remedies the Purchaser may
have under the Contract for other delays.
28.4. If liquidated damages are claimed by the Purchaser for the Procurement
Components (or Subcomponents), the Supplier/Contractor shall have no further
liability whatsoever to the Purchaser in respect to the Provisional Acceptance time
guarantee for the Procurement Components (or Subcomponents). However, the
payment of liquidated damages shall not in any way relieve the Supplier/Contractor
from any of its obligations to complete the System or from any other of its
obligations and liabilities under the Contract.
29. Defect Liability
29.1. The Supplier/Contractor warrants that the Procurement, including the 128 UITRCE
Buildings, all ICT Equipment, Materials, and other Goods supplied and Services
provided, shall be free from defects in the design, engineering, Materials, and
workmanship that prevent the Procurement and/or any of its components from
fulfilling the Technical Requirements or that limit in a material fashion the
performance, reliability, or extensibility of the Procurement Components (or
Subcomponents). Exceptions and/or limitations, if any, to this warranty with
respect to Software (or categories of Software), shall be as specified in the SCC.
Commercial warranty provisions of products supplied under the Contract shall
apply to the extent that they do not conflict with the provisions of this Contract.
29.2. The Supplier/Contractor also warrants that the ICT Equipments, Materials, and
other Goods supplied under the Contract are new, unused, and incorporate all recent
improvements in design that materially affect the ICT equipment/system’s or
Subsystem’s ability to fulfill the Technical Requirements.
29.3. In addition, the Supplier/Contractor warrants that: (i) all Goods components to be
incorporated into the Procurement form part of the Supplier/Contractor’s and/or
Subcontractor’s current product lines, (ii) they have been previously released to the
market, and (iii) those specific items identified in the SCC (if any) have been in the
market for at least the minimum periods specified in the SCC.
29.4. The Warranty Period shall commence from the date of Provisional Acceptance of
the ICT equipment/system (or of any major component or Subsystem for which
separate Provisional Acceptance is provided for in the Contract) and shall extend
for the length of time specified in the SCC.
29.5. If during the Warranty Period any defect as described in GCC 29.1 should be found
in the design, engineering, Materials, and workmanship of the ICT Equipments and
other Goods supplied or of the Services provided by the Supplier/Contractor, the
Supplier/Contractor shall promptly, in consultation and agreement with the
Purchaser regarding appropriate remedying of the defects, and at its sole cost, repair,
replace, or otherwise make good (as the Supplier/Contractor shall, at its discretion,
determine) such defect as well as any damage to the System caused by such defect.
Any defective ICT Equipments or other Goods that have been replaced by the
Supplier/Contractor shall remain the property of the Supplier/Contractor.
29.6. The Supplier/Contractor shall not be responsible for the repair, replacement, or
making good of any defects or of any damage to the ICT and other equipments
arising out of or resulting from any of the following causes:
(a) improper operation or maintenance of the System by the Purchaser;
Page 83
SECTION IV. General Conditions of Contract (GCC)
78
(b) normal wear and tear;
(c) use of the System with items not supplied by the Supplier/Contractor, unless
otherwise identified in the Technical Requirements, or approved by the
Supplier/Contractor; or
(d) modifications made to the System by the Purchaser, or a third party, not
approved by the Supplier/Contractor.
29.7. The Supplier/Contractor’s obligations under this GCC 29 shall not apply to:
(a) any materials that are normally consumed in operation or have a normal life
shorter than the Warranty Period; or
(b) any designs, specifications, or other data designed, supplied, or specified by
or on behalf of the Purchaser or any matters for which the
Supplier/Contractor has disclaimed responsibility, in accordance with GCC
21.1.2.
29.8. The Purchaser shall give the Supplier/Contractor a notice promptly following the
discovery of such defect, stating the nature of any such defect together with all
available evidence. The Purchaser shall afford all reasonable opportunity for the
Supplier/Contractor to inspect any such defect. The Purchaser shall afford the
Supplier/Contractor all necessary access to the System and the site to enable the
Supplier/Contractor to perform its obligations under this GCC 29.
29.9. The Supplier/Contractor may, with the consent of the Purchaser, remove from the
site any ICT Equipments and other Goods that are defective, if the nature of the
defect, and/or any damage to the System caused by the defect, is such that repairs
cannot be expeditiously carried out at the site. If the repair, replacement, or making
good is of such a character that it may affect the efficiency of the System, the
Purchaser may give the Supplier/Contractor notice requiring that tests of the
defective part be made by the Supplier/Contractor immediately upon completion of
such remedial work, whereupon the Supplier/Contractor shall carry out such tests.
If such part fails the tests, the Supplier/Contractor shall carry out further repair,
replacement, or making good (as the case may be) until that part of the System
passes such tests. The tests shall be agreed upon by the Purchaser and the
Supplier/Contractor.
29.10. If the Supplier/Contractor fails to commence the work necessary to remedy such
defect or any damage to the System caused by such defect within the time period
specified in the SCC, the Purchaser may, following notice to the
Supplier/Contractor, proceed to do such work or contract a third party (or parties) to
do such work, and the reasonable costs incurred by the Purchaser in connection
with such work shall be paid to the Purchaser by the Supplier/Contractor or may be
deducted by the Purchaser from any monies due the Supplier/Contractor or claimed
under the Performance Security.
29.11. If the Procurement Components or subcomponents cannot be used by reason of
such defect and/or making good of such defect, the Warranty Period for the
Procurement Components shall be extended by a period equal to the period during
which the Procurement Components or sucomponents could not be used by the
Purchaser because of such defect and/or making good of such defect.
29.12. Items substituted for defective parts of the ICT equipment/system during the
Warranty Period shall be covered by the Defect Liability Warranty for the
Page 84
SECTION IV. General Conditions of Contract (GCC)
79
remainder of the Warranty Period applicable for the part replaced or three (3)
months, whichever is greater.
29.13. At the request of the Purchaser and without prejudice to any other rights and
remedies that the Purchaser may have against the Supplier/Contractor under the
Contract, the Supplier/Contractor will offer all possible assistance to the Purchaser
to seek warranty services or remedial action from any subcontracted third-party
producers or licensor of Goods included in the System, including without limitation
assignment or transfer in favor of the Purchaser of the benefit of any warranties
given by such producers or licensors to the Supplier/Contractor.
30. Performance Guarantees
30.1. The Supplier/Contractor guarantees that, once the Provisional Acceptance
Certificate(s) has been issued, the Procurement represents a complete, integrated
solution to the Purchaser’s requirements set forth in the Technical Requirements
and it conforms to all other aspects of the Contract. The Supplier/Contractor
acknowledges that GCC 27 regarding Commissioning and Provisional Acceptance
governs how technical conformance of the Procurement to the Contract
requirements will be determined.
30.2. If, for reasons attributable to the Supplier/Contractor, the Procurement does not
conform to the Technical Requirements or does not conform to all other aspects of
the Contract, the Supplier/Contractor shall at its cost and expense make such
changes, modifications, and/or additions to the Procurement as may be necessary to
conform to the Technical Requirements and meet all functional and performance
standards. The Supplier/Contractor shall notify the Purchaser upon completion of
the necessary changes, modifications, and/or additions and shall request the
Purchaser to repeat the Provisional Acceptance Tests until the Procurement
Components achieves Final Acceptance.
30.3. If the Procurement Components (or Subcomponent[s]) fails to achieve Provisional
Acceptance, the Purchaser may consider termination of the Contract, pursuant to
GCC 41.2.2, and forfeiture of the Supplier/Contractor’s Performance Security in
accordance with GCC 13.3 in compensation for the extra costs and delays likely to
result from this failure.
31. Intellectual Property Rights Warranty
31.1. The Supplier/Contractor hereby represents and warrants that:
(a) the ICT equipment/system as supplied, installed, tested, and accepted;
(b) use of the System in accordance with the Contract; and
(c) copying of the Software and Materials provided to the Purchaser in
accordance with the Contract.
do not and will not infringe any Intellectual Property Rights held by any third party
and that it has all necessary rights or at its sole expense shall have secured in
writing all transfers of rights and other consents necessary to make the assignments,
licenses, and other transfers of Intellectual Property Rights and the warranties set
forth in the Contract, and for the Purchaser to own or exercise all Intellectual
Property Rights as provided in the Contract. Without limitation, the
Page 85
SECTION IV. General Conditions of Contract (GCC)
80
Supplier/Contractor shall secure all necessary written agreements, consents, and
transfers of rights from its employees and other persons or entities whose services
are used for development of the ICT equipment/system.
32. Intellectual Property Rights Indemnity
32.1. The Supplier/Contractor shall indemnify and hold harmless the Purchaser and its
employees and officers from and against any and all losses, liabilities, and costs
(including losses, liabilities, and costs incurred in defending a claim alleging such a
liability), that the Purchaser or its employees or officers may suffer as a result of
any infringement or alleged infringement of any Intellectual Property Rights by
reason of:
(a) installation of the ICT equipment/system by the Supplier/Contractor or the
use of the System, including the Materials, in the country where the site is
located;
(b) copying of the Software and Materials provided the Supplier/Contractor in
accordance with the Agreement; and
(c) sale of the products produced by the ICT equipment/system in any country,
except to the extent that such losses, liabilities, and costs arise as a result of
the Purchaser’s breach of GCC 32.2.
32.2. Such indemnity shall not cover any use of the System, including the Materials,
other than for the purpose indicated by or to be reasonably inferred from the
Contract, any infringement resulting from the use of the System, or any products of
the System produced thereby in association or combination with any other goods or
services not supplied by the Supplier/Contractor, where the infringement arises
because of such association or combination and not because of use of the System in
its own right.
32.3. Such indemnities shall also not apply if any claim of infringement:
(a) is asserted by a parent, subsidiary, or affiliate of the Purchaser’s organization;
(b) is a direct result of a design mandated by the Purchaser’s Technical
Requirements and the possibility of such infringement was duly noted in the
Supplier/Contractor’s Bid; or
(c) results from the alteration of the System, including the Materials, by the
Purchaser or any persons other than the Supplier/Contractor or a person
authorized by the Supplier/Contractor.
32.4. If any proceedings are brought or any claim is made against the Purchaser arising
out of the matters referred to in GCC 32.1, the Purchaser shall promptly give the
Supplier/Contractor notice of such proceedings or claims, and the
Supplier/Contractor may at its own expense and in the Purchaser’s name conduct
such proceedings or claim and any negotiations for the settlement of any such
proceedings or claim.
If the Supplier/Contractor fails to notify the Purchaser within twenty-eight (28)
days after receipt of such notice that it intends to conduct any such proceedings or
claim, then the Purchaser shall be free to conduct the same on its own behalf.
Unless the Supplier/Contractor has so failed to notify the Purchaser within the
twenty-eight (28) days, the Purchaser shall make no admission that may be
Page 86
SECTION IV. General Conditions of Contract (GCC)
81
prejudicial to the defense of any such proceedings or claim. The Purchaser shall, at
the Supplier/Contractor’s request, afford all available assistance to the
Supplier/Contractor in conducting such proceedings or claim and shall be
reimbursed by the Supplier/Contractor for all reasonable expenses incurred in so
doing.
32.5. The Purchaser shall indemnify and hold harmless the Supplier/Contractor and its
employees, officers, and Subcontractors from and against any and all losses,
liabilities, and costs (including losses, liabilities, and costs incurred in defending a
claim alleging such a liability) that the Supplier/Contractor or its employees,
officers, or Subcontractors may suffer as a result of any infringement or alleged
infringement of any Intellectual Property Rights arising out of or in connection with
any design, data, drawing, specification, or other documents or materials provided
to the Supplier/Contractor in connection with this Contract by the Purchaser or any
persons (other than the Supplier/Contractor) contracted by the Purchaser, except to
the extent that such losses, liabilities, and costs arise as a result of the
Supplier/Contractor’s breach of GCC 32.8.
32.6. Such indemnity shall not cover:
(a) any use of the design, data, drawing, specification, or other documents or
materials, other than for the purpose indicated by or to be reasonably inferred
from the Contract; and
(b) any infringement resulting from the use of the design, data, drawing,
specification, or other documents or materials, or any products produced
thereby, in association or combination with any other Goods or Services not
provided by the Purchaser or any other person contracted by the Purchaser,
where the infringement arises because of such association or combination and
not because of the use of the design, data, drawing, specification, or other
documents or materials in its own right.
32.7. Such indemnities shall also not apply:
(a) if any claim of infringement is asserted by a parent, subsidiary, or affiliate of
the Supplier/Contractor’s organization; and
(b) to the extent that any claim of infringement is caused by the alteration, by the
Supplier/Contractor, or any persons contracted by the Supplier/Contractor, of
the design, data, drawing, specification, or other documents or materials
provided to the Supplier/Contractor by the Purchaser or any persons
contracted by the Purchaser.
32.8. If any proceedings are brought or any claim is made against the Supplier/Contractor
arising out of the matters referred to in GCC 32.5, the Supplier/Contractor shall
promptly give the Purchaser notice of such proceedings or claims, and the
Purchaser may at its own expense and in the Supplier/Contractor’s name conduct
such proceedings or claim and any negotiations for the settlement of any such
proceedings or claim. If the Purchaser fails to notify the Supplier/Contractor within
twenty-eight (28) days after receipt of such notice that it intends to conduct any
such proceedings or claim, then the Supplier/Contractor shall be free to conduct the
same on its own behalf. Unless the Purchaser has so failed to notify the
Supplier/Contractor within the twenty-eight (28) days, the Supplier/Contractor shall
make no admission that may be prejudicial to the defense of any such proceedings
or claim. The Supplier/Contractor shall, at the Purchaser’s request, afford all
available assistance to the Purchaser in conducting such proceedings or claim and
Page 87
SECTION IV. General Conditions of Contract (GCC)
82
shall be reimbursed by the Purchaser for all reasonable expenses incurred in so
doing.
33. imitation of Liability
33.1. Provided the following does not exclude or limit any liabilities of either party in
ways not permitted by applicable law:
(a) the Supplier/Contractor shall not be liable to the Purchaser, whether in
contract, tort, or otherwise, for any indirect or consequential loss or damage,
loss of use, loss of production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the Supplier/Contractor
to pay liquidated damages to the Purchaser; and
(b) the aggregate liability of the Supplier/Contractor to the Purchaser, whether
under the Contract, in tort or otherwise, shall not exceed the total Contract
Price, provided that this limitation shall not apply to any obligation of the
Supplier/Contractor to indemnify the Purchaser with respect to intellectual
property rights infringement.
G. RISK DISTRIBUTION
34. Transfer of Ownership
34.1. With the exception of Software and Materials, the ownership of the 128 UITRCE
Buildings, ICT Equipments and other Goods shall be transferred to the Purchaser at
the time of Delivery or otherwise under terms that may be agreed upon and
specified in the Contract Agreement.
34.2. Ownership and the terms of usage of the Software and Materials supplied under the
Contract shall be governed by GCC 15 (Copyright) and any elaboration in the
Technical Requirements.
34.3. Ownership of the Supplier/Contractor’s Equipment used by the Supplier/Contractor
and its Subcontractors in connection with the Contract shall remain with the
Supplier/Contractor or its Subcontractors.
35. Care of the System
35.1. The Purchaser shall become responsible for the care and custody of the
Procurement Components or Subcomponents upon their Delivery. The Purchaser
shall make good at its own cost any loss or damage that may occur to the
Procurement Components or Subcomponents from any cause from the date of
Delivery until the date of Provisional Acceptance of the Procurement Components
or Subcomponents, pursuant to GCC 27 (Commissioning and Provisional
Acceptance), excepting such loss or damage arising from acts or omissions of the
Supplier/Contractor, its employees, or Subcontractors.
35.2. If any loss or damage occurs to the Procurement Components or any part of the
Components by reason of:
Page 88
SECTION IV. General Conditions of Contract (GCC)
83
(a) (insofar as they relate to the country where the Project Site is located) nuclear
reaction, nuclear radiation, radioactive contamination, a pressure wave caused
by aircraft or other aerial objects, or any other occurrences that an
experienced Supplier/Contractor could not reasonably foresee, or if
reasonably foreseeable could not reasonably make provision for or insure
against, insofar as such risks are not normally insurable on the insurance
market and are mentioned in the general exclusions of the policy of insurance
taken out under GCC 37;
(b) any use not in accordance with the Contract, by the Purchaser or any third
party; and
(c) any use of or reliance upon any design, data, or specification provided or
designated by or on behalf of the Purchaser, or any such matter for which the
Supplier/Contractor has disclaimed responsibility in accordance with GCC
21.1.2,
the Purchaser shall pay to the Supplier/Contractor all sums payable in respect of the
Procurement Components or Subcomponents that have achieved Provisional
Acceptance, notwithstanding that the same be lost, destroyed, or damaged. If the
Purchaser requests the Supplier/Contractor in writing to make good any loss or
damage to the Procurement Components thereby occasioned, the
Supplier/Contractor shall make good the same at the cost of the Purchaser in
accordance with GCC 39. If the Purchaser does not request the Supplier/Contractor
in writing to make good any loss or damage to the Procurement Components
thereby occasioned, the Purchaser shall either request a change in accordance with
GCC 39, excluding the performance of that part of the Procurement Components
thereby lost, destroyed, or damaged, or, where the loss or damage affects a
substantial part of the Procurement Components, the Purchaser shall terminate the
Contract pursuant to GCC 41.1.
35.3. The Purchaser shall be liable for any loss of or damage to any Supplier/Contractor’s
Equipment which the Purchaser has authorized to locate within the Purchaser's
premises for use in fulfillment of Supplier/Contractor’s obligations under the
Contract, except where such loss or damage arises from acts or omissions of the
Supplier/Contractor, its employees, or Subcontractors.
36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification
36.1. The Supplier/Contractor and each and every Subcontractor shall abide by the job
safety, insurance, customs, and immigration measures prevalent and laws in force
in the Purchaser’s Country.
36.2. Subject to GCC 36.3, the Supplier/Contractor shall indemnify and hold harmless
the Purchaser and its employees and officers from and against any and all losses,
liabilities and costs (including losses, liabilities, and costs incurred in defending a
claim alleging such a liability) that the Purchaser or its employees or officers may
suffer as a result of the death or injury of any person or loss of or damage to any
property (other than the Procurement Components, whether accepted or not) arising
in connection with the supply, installation, testing, and Commissioning of the 128
UITRCE Buildings and ICT equipment/system, and by reason of the negligence of
the Supplier/Contractor or its Subcontractors, or their employees, officers or agents,
Page 89
SECTION IV. General Conditions of Contract (GCC)
84
except any injury, death, or property damage caused by the negligence of the
Purchaser, its Supplier/Contractors, employees, officers, or agents.
36.3. If any proceedings are brought or any claim is made against the Purchaser that
might subject the Supplier/Contractor to liability under GCC 36.2, the Purchaser
shall promptly give the Supplier/Contractor notice of such proceedings or claims,
and the Supplier/Contractor may at its own expense and in the Purchaser’s name
conduct such proceedings or claim and any negotiations for the settlement of any
such proceedings or claim. If the Supplier/Contractor fails to notify the Purchaser
within twenty-eight (28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free to conduct the same
on its own behalf. Unless the Supplier/Contractor has so failed to notify the
Purchaser within the twenty-eight (28) day period, the Purchaser shall make no
admission that may be prejudicial to the defense of any such proceedings or claim.
The Purchaser shall, at the Supplier/Contractor’s request, afford all available
assistance to the Supplier/Contractor in conducting such proceedings or claim and
shall be reimbursed by the Supplier/Contractor for all reasonable expenses incurred
in so doing.
36.4. The Purchaser shall indemnify and hold harmless the Supplier/Contractor and its
employees, officers, and Subcontractors from any and all losses, liabilities, and
costs (including losses, liabilities, and costs incurred in defending a claim alleging
such a liability) that the Supplier/Contractor or its employees, officers, or
Subcontractors may suffer as a result of the death or personal injury of any person
or loss of or damage to property of the Purchaser, other than the System not yet
achieving Provisional Acceptance, that is caused by fire, explosion, or any other
perils, in excess of the amount recoverable from insurances procured under GCC 37
(Insurances), provided that such fire, explosion, or other perils were not caused by
any act or failure of the Supplier/Contractor.
36.5. If any proceedings are brought or any claim is made against the Supplier/Contractor
that might subject the Purchaser to liability under GCC 36.4, the
Supplier/Contractor shall promptly give the Purchaser notice of such proceedings or
claims, and the Purchaser may at its own expense and in the Supplier/Contractor’s
name conduct such proceedings or claim and any negotiations for the settlement of
any such proceedings or claim. If the Purchaser fails to notify the
Supplier/Contractor within twenty-eight (28) days after receipt of such notice that it
intends to conduct any such proceedings or claim, then the Supplier/Contractor
shall be free to conduct the same on its own behalf. Unless the Purchaser has so
failed to notify the Supplier/Contractor within the twenty-eight (28) days, the
Supplier/Contractor shall make no admission that may be prejudicial to the defense
of any such proceedings or claim. The Supplier/Contractor shall, at the Purchaser’s
request, afford all available assistance to the Purchaser in conducting such
proceedings or claim and shall be reimbursed by the Purchaser for all reasonable
expenses incurred in so doing.
36.6. The party entitled to the benefit of an indemnity under this GCC 36 shall take all
reasonable measures to mitigate any loss or damage that has occurred. If the party
fails to take such measures, the other party’s liabilities shall be correspondingly
reduced.
Page 90
SECTION IV. General Conditions of Contract (GCC)
85
37. Insurances
37.1. The Supplier/Contractor shall at its expense take out and maintain in effect, or
cause to be taken out and maintained in effect, during the performance of the
Contract, the insurance set forth below. The identity of the insurers and the form of
the policies shall be subject to the approval of the Purchaser, who should not
unreasonably withhold such approval.
(a) Cargo Insurance During Transport
as applicable, 110 percent of the price of the ICT Equipments and other
Goods in a freely convertible currency, covering the Goods from physical
loss or damage during shipment through receipt at the Project Site.
(b) Installation “All Risks” Insurance
as applicable, 110 percent of the price of the ICT Equipments and other
Goods covering the Goods at the site from all risks of physical loss or damage
(excluding only perils commonly excluded under “all risks” insurance
policies of this type by reputable insurers) occurring prior to Provisional
Acceptance of the System.
(c) Third-Party Liability Insurance
On terms as specified in the SCC, covering bodily injury or death suffered by
third parties (including the Purchaser’s personnel) and loss of or damage to
property (including the Purchaser’s property and any Subsystems that have
been accepted by the Purchaser) occurring in connection with the supply and
installation of the ICT equipment/system.
(d) Automobile Liability Insurance
In accordance with the statutory requirements prevailing in the Purchaser’s
Country, covering use of all vehicles used by the Supplier/Contractor or its
Subcontractors (whether or not owned by them) in connection with the
execution of the Contract.
(e) Insurance for the Construction Works
The Supplier/Contractor shall provide, in the joint name of the Purchaser and
the Supplier/Contractor, insurance cover from the Commencement Date to
the end of the Defect Liability Period, as per the laws and common practice in
Bangladesh, for the following events which are due to the
Supplier/Contractor’s risk:
(i) loss of or damage to the Construction Works, Plant, and materials;
(ii) loss of or damage to Supplier/Contractor’s Equipment;
(iii) loss of or damage to property (except the Construction Works, Plant,
and materials, and Supplier/Contractor’s Equipment) in connection with
the Contract; and
(iv) personal injury or death.
(f) Other Insurance (if any), as specified in the SCC.
37.2. The Purchaser shall be named as co-insured under all insurance policies taken out
by the Supplier/Contractor pursuant to GCC 37.1, except for the Third-Party
Liability, and the Supplier/Contractor’s Subcontractors shall be named as co-
insured under all insurance policies taken out by the Supplier/Contractor pursuant
Page 91
SECTION IV. General Conditions of Contract (GCC)
86
to GCC 37.1 except for Cargo Insurance during Transport. All insurers’ rights of
subrogation against such co-insured for losses or claims arising out of the
performance of the Contract shall be waived under such policies.
37.3. The Supplier/Contractor shall deliver to the Purchaser certificates of insurance (or
copies of the insurance policies) as evidence that the required policies are in full
force and effect.
37.4. The Supplier/Contractor shall ensure that, where applicable, its Subcontractor(s)
shall take out and maintain in effect adequate insurance policies for their personnel
and vehicles and for work executed by them under the Contract, unless such
Subcontractors are covered by the policies taken out by the Supplier/Contractor.
37.5. If the Supplier/Contractor fails to take out and/or maintain in effect the insurance
referred to in GCC 37.1, the Purchaser may take out and maintain in effect any such
insurance and may from time to time deduct from any amount due the
Supplier/Contractor under the Contract any premium that the Purchaser shall have
paid to the insurer or may otherwise recover such amount as a debt due from the
Supplier/Contractor.
37.6. Unless otherwise provided in the Contract, the Supplier/Contractor shall prepare
and conduct all and any claims made under the policies affected by it pursuant to
this GCC 37, and all monies payable by any insurers shall be paid to the
Supplier/Contractor. The Purchaser shall give to the Supplier/Contractor all such
reasonable assistance as may be required by the Supplier/Contractor in connection
with any claim under the relevant insurance policies. With respect to insurance
claims in which the Purchaser’s interest is involved, the Supplier/Contractor shall
not give any release or make any compromise with the insurer without the prior
written consent of the Purchaser. With respect to insurance claims in which the
Supplier/Contractor’s interest is involved, the Purchaser shall not give any release
or make any compromise with the insurer without the prior written consent of the
Supplier/Contractor.
38. Force Majeure
38.1. “Force Majeure” shall mean any event beyond the reasonable control of the
Purchaser or of the Supplier/Contractor, as the case may be, and which is
unavoidable notwithstanding the reasonable care of the party affected and shall
include, without limitation, the following:
(a) war, hostilities, or warlike operations (whether a state of war be declared or
not), invasion, act of foreign enemy, and civil war;
(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military
government, conspiracy, riot, civil commotion, and terrorist acts;
(c) confiscation, nationalization, mobilization, commandeering or requisition by
or under the order of any government or de jure or de facto authority or ruler,
or any other act or failure to act of any local state or national government
authority;
(d) strike, sabotage, lockout, embargo, import restriction, port congestion, lack of
usual means of public transportation and communication, industrial dispute,
shipwreck, shortage or restriction of power supply, epidemics, quarantine,
and plague;
Page 92
SECTION IV. General Conditions of Contract (GCC)
87
(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave,
typhoon or cyclone, hurricane, storm, lightning, or other inclement weather
condition, nuclear and pressure waves, or other natural or physical disaster;
and
(f) failure, by the Supplier/Contractor, to obtain the necessary export permit(s)
from the governments of the Country(s) of Origin of the ICT Equipments or
other Goods, or Supplier/Contractor’s Equipment provided that the
Supplier/Contractor has made all reasonable efforts to obtain the required
export permit(s), including the exercise of due diligence in determining the
eligibility of the ICT equipment/system and all of its components for receipt
of the necessary export permits.
38.2. If either party is prevented, hindered, or delayed from or in performing any of its
obligations under the Contract by an event of Force Majeure, then it shall notify the
other in writing of the occurrence of such event and the circumstances of the event
of Force Majeure within fourteen (14) days after the occurrence of such event.
38.3. The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the Contract for so long as the
relevant event of Force Majeure continues and to the extent that such party’s
performance is prevented, hindered, or delayed. The Time for Achieving
Provisional Acceptance shall be extended in accordance with GCC 40 (Extension
of Time for Achieving Provisional Acceptance).
38.4. The party or parties affected by the event of Force Majeure shall use reasonable
efforts to mitigate the effect of the event of Force Majeure upon its or their
performance of the Contract and to fulfill its or their obligations under the Contract,
but without prejudice to either party’s right to terminate the Contract under GCC
38.6.
38.5. No delay or nonperformance by either party to this Contract caused by the
occurrence of any event of Force Majeure shall:
(a) constitute a default or breach of the Contract; and
(b) (subject to GCC 35.2, 38.3, and 38.4) give rise to any claim for damages or
additional cost or expense occasioned by the delay or nonperformance,
if, and to the extent that, such delay or nonperformance is caused by the occurrence
of an event of Force Majeure.
38.6. If the performance of the Contract is substantially prevented, hindered, or delayed
for a single period of more than sixty (60) days or an aggregate period of more than
one hundred and twenty (120) days on account of one or more events of Force
Majeure during the time period covered by the Contract, the parties will attempt to
develop a mutually satisfactory solution, failing which, either party may terminate
the Contract by giving a notice to the other.
38.7. In the event of termination pursuant to GCC 38.6, the rights and obligations of the
Purchaser and the Supplier/Contractor shall be as specified in GCC 41.1.2 and
41.1.3.
38.8. Notwithstanding GCC 38.5, Force Majeure shall not apply to any obligation of the
Purchaser to make payments to the Supplier/Contractor under this Contract.
Page 93
SECTION IV. General Conditions of Contract (GCC)
88
H. CHANGE IN CONTRACT ELEMENTS
39. Changes to the Building and ICT Equipment/System
39.1. Introducing a Change
39.1.1. Subject to GCC39.2.5 and 39.2.7, the Purchaser shall have the right to propose,
and subsequently require, the Project Director to order the Supplier/Contractor
from time to time during the performance of the Contract to make any change,
modification, addition, or deletion to, in, or from the System (interchangeably
called “Change”), provided that such Change falls within the general scope of
the System, does not constitute unrelated work, and is technically practicable,
taking into account both the state of advancement of the System and the
technical compatibility of the Change envisaged with the nature of the System as
originally specified in the Contract.
A Change may involve, but is not restricted to, the substitution of updated
Information Technologies and related Services in accordance with GCC 23
(Product Upgrades).
39.1.2. The Supplier/Contractor may from time to time during its performance of the
Contract propose to the Purchaser (with a copy to the Project Director) any
Change that the Supplier/Contractor considers necessary or desirable to improve
the quality or efficiency of the System. The Purchaser may at its discretion
approve or reject any Change proposed by the Supplier/Contractor.
39.1.3. Notwithstanding GCC 39.1.1 and 39.1.2, no change made necessary because of
any default of the Supplier/Contractor in the performance of its obligations
under the Contract shall be deemed to be a Change, and such change shall not
result in any adjustment of the Contract Price or the Time for Achieving
Provisional Acceptance.
39.1.4. The procedure on how to proceed with and execute Changes is specified in GCC
39.2 and 39.3, and further details and sample forms are provided in [Section VII]
in the Bidding Documents.
39.1.5. Moreover, the Purchaser and Supplier/Contractor will agree, during development
of the Project Plan, to a date prior to the scheduled date for Provisional
Acceptance, after which the Technical Requirements for the System shall be
“frozen.” Any Change initiated after this time will be dealt with after Provisional
Acceptance.
39.2. Changes Originating from Purchaser
39.2.1. If the Purchaser proposes a Change pursuant to GCC 39.1.1, it shall send to the
Supplier/Contractor a “Request for Change Proposal,” requiring the
Supplier/Contractor to prepare and furnish to the Project Director as soon as
reasonably practicable a “Change Proposal,” which shall include the following:
(a) brief description of the Change;
(b) impact on the Time for Achieving Provisional Acceptance;
(c) detailed estimated cost of the Change;
Page 94
SECTION IV. General Conditions of Contract (GCC)
89
(d) effect on Performance Guarantees (if any); and
(e) effect on any other provisions of the Contract.
39.2.2. Prior to preparing and submitting the “Change Proposal,” the
Supplier/Contractor shall submit to the Project Director a “Change Estimate
Proposal,” which shall be an estimate of the cost of preparing the Change
Proposal, plus a first approximation of the suggested approach and cost for
implementing the changes. Upon receipt of the Supplier/Contractor’s Change
Estimate Proposal, the Purchaser shall do one of the following:
(a) accept the Supplier/Contractor’s estimate with instructions to the
Supplier/Contractor to proceed with the preparation of the Change Proposal;
(b) advise the Supplier/Contractor of any part of its Change Estimate Proposal
that is unacceptable and request the Supplier/Contractor to review its estimate;
and
(c) advise the Supplier/Contractor that the Purchaser does not intend to proceed
with the Change.
39.2.3. Upon receipt of the Purchaser’s instruction to proceed under GCC 39.2.2(a), the
Supplier/Contractor shall, with proper expedition, proceed with the preparation
of the Change Proposal, in accordance with GCC 39.2.1. The
Supplier/Contractor, at its discretion, may specify a validity period for the
Change Proposal, after which if the Purchaser and Supplier/Contractor has not
reached agreement in accordance with GCC 39.2.6, then GCC 39.2.7 shall apply.
39.2.4. The pricing of any Change shall, as far as practicable, be calculated in
accordance with the rates and prices included in the Contract. If the nature of the
Change is such that the Contract rates and prices are inequitable, the parties to
the Contract shall agree on other specific rates to be used for valuing the Change.
39.2.5. If before or during the preparation of the Change Proposal it becomes apparent
that the aggregate impact of compliance with the Request for Change Proposal
and with all other Change Orders that have already become binding upon the
Supplier/Contractor under this GCC 39 would be to increase or decrease the
Contract Price as originally set forth in Article 2 (Contract Price and Terms of
Payment) of the Contract Agreement by more than fifteen (15) percent, the
Supplier/Contractor may give a written notice of objection to this Request for
Change Proposal prior to furnishing the Change Proposal. If the Purchaser
accepts the Supplier/Contractor’s objection, the Purchaser shall withdraw the
proposed Change and shall notify the Supplier/Contractor in writing of its
acceptance.
The Supplier/Contractor’s failure to so object to a Request for Change Proposal
shall neither affect its right to object to any subsequent requested Changes or
Change Orders, nor affect its right to take into account, when making such
subsequent objection, the percentage increase or decrease in the Contract Price
that any Change not objected to by the Supplier/Contractor represents.
39.2.6. Upon receipt of the Change Proposal, the Purchaser and the Supplier/Contractor
shall mutually agree upon all matters contained in the Change Proposal. Within
fourteen (14) days after such agreement, the Purchaser shall, if it intends to
proceed with the Change, issue the Supplier/Contractor a Change Order. If the
Page 95
SECTION IV. General Conditions of Contract (GCC)
90
Purchaser is unable to reach a decision within fourteen (14) days, it shall notify
the Supplier/Contractor with details of when the Supplier/Contractor can expect
a decision. If the Purchaser decides not to proceed with the Change for whatever
reason, it shall, within the said period of fourteen (14) days, notify the
Supplier/Contractor accordingly. Under such circumstances, the
Supplier/Contractor shall be entitled to reimbursement of all costs reasonably
incurred by it in the preparation of the Change Proposal, provided that these do
not exceed the amount given by the Supplier/Contractor in its Change Estimate
Proposal submitted in accordance with GCC 39.2.2.
39.2.7. If the Purchaser and the Supplier/Contractor cannot reach agreement on the price
for the Change, an equitable adjustment to the Time for Achieving Provisional
Acceptance, or any other matters identified in the Change Proposal, the Change
will not be implemented. However, this provision does not limit the rights of
either party under GCC 6.
39.3. Changes Originating from Supplier/Contractor
If the Supplier/Contractor proposes a Change pursuant to GCC 39.1.2, the
Supplier/Contractor shall submit to the Project Director a written “Application for
Change Proposal,” giving reasons for the proposed Change and including the
information specified in GCC 39.2.1. Upon receipt of the Application for Change
Proposal, the parties shall follow the procedures outlined in GCC 39.2.6 and 39.2.7.
However, should the Purchaser choose not to proceed or the Purchaser and the
Supplier/Contractor cannot come to agreement on the change during any validity
period that the Supplier/Contractor may specify in its Application for Change
Proposal, the Supplier/Contractor shall not be entitled to recover the costs of
preparing the Application for Change Proposal, unless subject to an agreement
between the Purchaser and the Supplier/Contractor to the contrary.
40. Extension of Time for Achieving Provisional Acceptance
40.1. The time(s) for achieving Provisional Acceptance specified in the Schedule of
Implementation shall be extended if the Supplier/Contractor is delayed or impeded
in the performance of any of its obligations under the Contract by reason of any of
the following:
(a) any Change in the System as provided in GCC 39 (Change in the ICT
equipment/system);
(b) any occurrence of Force Majeure as provided in GCC 38 (Force Majeure);
(c) default of the Purchaser; or
(d) any other matter specifically mentioned in the Contract,
by such period as shall be fair and reasonable in all the circumstances and as shall
fairly reflect the delay or impediment sustained by the Supplier/Contractor.
40.2. Except where otherwise specifically provided in the Contract, the
Supplier/Contractor shall submit to the Project Director a notice of a claim for an
extension of the time for achieving Provisional Acceptance, together with
particulars of the event or circumstance justifying such extension as soon as
reasonably practicable after the commencement of such event or circumstance. As
soon as reasonably practicable after receipt of such notice and supporting
Page 96
SECTION IV. General Conditions of Contract (GCC)
91
particulars of the claim, the Purchaser and the Supplier/Contractor shall agree upon
the period of such extension. In the event that the Supplier/Contractor does not
accept the Purchaser’s estimate of a fair and reasonable time extension, the
Supplier/Contractor shall be entitled to refer the matter to the provisions for the
Settlement of Disputes pursuant to GCC 6.
40.3. The Supplier/Contractor shall at all times use its reasonable efforts to minimize any
delay in the performance of its obligations under the Contract.
41. Termination
41.1. Termination for Purchaser’s Convenience
41.1.1. The Purchaser may at any time terminate the Contract for any reason by giving
the Supplier/Contractor a notice of termination that refers to this GCC 41.1.
41.1.2. Upon receipt of the notice of termination under GCC 41.1.1, the
Supplier/Contractor shall either as soon as reasonably practical or upon the date
specified in the notice of termination:
(a) cease all further work, except for such work as the Purchaser may specify in
the notice of termination for the sole purpose of protecting that part of the
Procurement Components already executed, or any work required to leave the
site in a clean and safe condition;
(b) terminate all subcontracts, except those to be assigned to the Purchaser
pursuant to GCC 41.1.2(d)(ii) below;
(c) remove all Supplier/Contractor’s Equipment from the site, repatriate the
Supplier/Contractor’s and its Subcontractors’ personnel from the site, remove
from the site any wreckage, rubbish, and debris of any kind; and
(d) in addition, the Supplier/Contractor, subject to the payment specified in GCC
41.1.3, shall:
(i) deliver to the Purchaser the parts of the Procurement Components
executed by the Supplier/Contractor up to the date of termination;
(ii) to the extent legally possible, assign to the Purchaser all right, title, and
benefit of the Supplier/Contractor to the Procurement Components, or
Subcomponents, as at the date of termination, and, as may be required
by the Purchaser, in any subcontracts concluded between the
Supplier/Contractor and its Subcontractors; and
(iii) deliver to the Purchaser all nonproprietary drawings, specifications, and
other documents prepared by the Supplier/Contractor or its
Subcontractors as of the date of termination in connection with the
System.
41.1.3. In the event of termination of the Contract under GCC 41.1.1, the Purchaser
shall pay to the Supplier/Contractor the following amounts:
(a) the Contract Price, properly attributable to the parts of the Procurement
executed by the Supplier/Contractor as of the date of termination;
(b) the costs reasonably incurred by the Supplier/Contractor in the removal of the
Supplier/Contractor’s Equipment from the site and in the repatriation of the
Supplier/Contractor’s and its Subcontractors’ personnel;
Page 97
SECTION IV. General Conditions of Contract (GCC)
92
(c) any amount to be paid by the Supplier/Contractor to its Subcontractors in
connection with the termination of any subcontracts, including any
cancellation charges;
(d) costs incurred by the Supplier/Contractor in protecting the System and
leaving the site in a clean and safe condition pursuant to GCC 41.1.2 (a); and
(e) the cost of satisfying all other obligations, commitments, and claims that the
Supplier/Contractor may in good faith have undertaken with third parties in
connection with the Contract and that are not covered by GCC 41.1.3 (a)
through (d) above.
41.2. Termination for Supplier/Contractor’s Default
41.2.1. The Purchaser, without prejudice to any other rights or remedies it may possess,
may terminate the Contract forthwith in the following circumstances by giving a
notice of termination and its reasons therefore to the Supplier/Contractor,
referring to this GCC 41.2:
(a) if the Supplier/Contractor becomes bankrupt or insolvent, has a receiving
order issued against it, compounds with its creditors, or, if the
Supplier/Contractor is a corporation, a resolution is passed or order is made
for its winding up (other than a voluntary liquidation for the purposes of
amalgamation or reconstruction), a receiver is appointed over any part of its
undertaking or assets, or if the Supplier/Contractor takes or suffers any other
analogous action in consequence of debt;
(b) if the Supplier/Contractor assigns or transfers the Contract or any right or
interest therein in violation of the provision of GCC 42 (Assignment); or
(c) if the Supplier/Contractor, in the judgment of the Purchaser, has engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices, in competing
for or in executing the Contract, including but not limited to willful
misrepresentation of facts concerning ownership of Intellectual Property
Rights in, or proper authorization and/or licenses from the owner to offer, the
hardware, software, or materials provided under this Contract.
For the purposes of this Clause:
(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly
or indirectly, of anything of value to influence improperly the actions of
another party;
(ii) “fraudulent practice” is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation;
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party; and
(v) “obstructive practice” is
Page 98
SECTION IV. General Conditions of Contract (GCC)
93
(aa) deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation or making false statements
to investigators in order to materially impede a Bank investigation
into allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under clause 9.8.
41.2.2. If the Supplier/Contractor:
(a) has abandoned or repudiated the Contract;
(b) has without valid reason failed to commence work on the Procurement
promptly;
(c) persistently fails to execute the Contract in accordance with the Contract or
persistently neglects to carry out its obligations under the Contract without
just cause; and
(d) refuses or is unable to provide sufficient Materials, Services, or labor to
execute and complete the Procurement in the manner specified in the Agreed
and Finalized Project Plan furnished under GCC 19 at rates of progress that
give reasonable assurance to the Purchaser that the Supplier/Contractor can
attain Provisional Acceptance of the System by the Time for Achieving
Provisional Acceptance as extended,
then the Purchaser may, without prejudice to any other rights it may possess
under the Contract, give a notice to the Supplier/Contractor stating the nature of
the default and requiring the Supplier/Contractor to remedy the same. If the
Supplier/Contractor fails to remedy or to take steps to remedy the same within
fourteen (14) days of its receipt of such notice, then the Purchaser may terminate
the Contract forthwith by giving a notice of termination to the
Supplier/Contractor that refers to this GCC 41.2.
41.2.3. Upon receipt of the notice of termination under GCC 41.2.1 or 41.2.2, the
Supplier/Contractor shall, either immediately or upon such date as is specified in
the notice of termination:
(a) cease all further work, except for such work as the Purchaser may specify in
the notice of termination for the sole purpose of protecting that part of the
Procurement already executed or any work required to leave the site in a
clean and safe condition;
(b) terminate all subcontracts, except those to be assigned to the Purchaser
pursuant to GCC 41.2.3 (d) below;
(c) deliver to the Purchaser the parts of the Procurement executed by the
Supplier/Contractor up to the date of termination;
(d) to the extent legally possible, assign to the Purchaser all right, title and benefit
of the Supplier/Contractor to the Procurement Components or
Subcomponents as at the date of termination, and, as may be required by the
Purchaser, in any subcontracts concluded between the Supplier/Contractor
and its Subcontractors; and
Page 99
SECTION IV. General Conditions of Contract (GCC)
94
(e) deliver to the Purchaser all drawings, specifications, and other documents
prepared by the Supplier/Contractor or its Subcontractors as at the date of
termination in connection with the System.
41.2.4. The Purchaser may enter upon the site, expel the Supplier/Contractor, and
complete the Procurement itself or by employing any third party. Upon
completion of the System or at such earlier date as the Purchaser thinks
appropriate, the Purchaser shall give notice to the Supplier/Contractor that such
Supplier/Contractor’s Equipment will be returned to the Supplier/Contractor at
or near the site and shall return such Supplier/Contractor’s Equipment to the
Supplier/Contractor in accordance with such notice. The Supplier/Contractor
shall thereafter without delay and at its cost remove or arrange removal of the
same from the site.
41.2.5. Subject to GCC41.2.6, the Supplier/Contractor shall be entitled to be paid the
Contract Price attributable to the portion of the Procurement executed as at the
date of termination and the costs, if any, incurred in protecting the ICT
equipment/system and in leaving the site in a clean and safe condition pursuant
to GCC 41.2.3 (a). Any sums due the Purchaser from the Supplier/Contractor
accruing prior to the date of termination shall be deducted from the amount to be
paid to the Supplier/Contractor under this Contract.
41.2.6. If the Purchaser completes the Procurement, the cost of completing the
ProcurementComponents by the Purchaser shall be determined. If the sum that
the Supplier/Contractor is entitled to be paid, pursuant to GCC 41.2.5, plus the
reasonable costs incurred bythe Purchaser in completing the Procurement,
exceeds the Contract Price, the Supplier/Contractor shall be liable for such
excess. If such excess is greater than the sums due the Supplier/Contractor under
GCC 41.2.5, the Supplier/Contractor shall pay the balance to the Purchaser, and
if such excess is less than the sums due the Supplier/Contractor under GCC
41.2.5, the Purchaser shall pay the balance to the Supplier/Contractor. The
Purchaser and the Supplier/Contractor shall agree, in writing, on the
computation described above and the manner in which any sums shall be paid.
41.3. Termination by Supplier/Contractor
41.3.1. If:
(a) the Purchaser has failed to pay the Supplier/Contractor any sum due under the
Contract within the specified period, has failed to approve any invoice or
supporting documents without just cause pursuant to the SCC, or commits a
substantial breach of the Contract, the Supplier/Contractor may give a notice
to the Purchaser that requires payment of such sum, with interest on this sum
as stipulated in GCC 12.3, requires approval of such invoice or supporting
documents, or specifies the breach and requires the Purchaser to remedy the
same, as the case may be. If the Purchaser fails to pay such sum together with
such interest, fails to approve such invoice or supporting documents or give
its reasons for withholding such approval, fails to remedy the breach or take
steps to remedy the breach within fourteen (14) days after receipt of the
Supplier/Contractor’s notice; or
(b) the Supplier/Contractor is unable to carry out any of its obligations under the
Contract for any reason attributable to the Purchaser, including but not
limited to the Purchaser’s failure to provide possession of or access to the site
Page 100
SECTION IV. General Conditions of Contract (GCC)
95
or other areas or failure to obtain any governmental permit necessary for the
execution and/or completion of the Procurement;
then the Supplier/Contractor may give a notice to the Purchaser of such events,
and if the Purchaser has failed to pay the outstanding sum, to approve the
invoice or supporting documents, to give its reasons for withholding such
approval, or to remedy the breach within twenty-eight (28) days of such notice,
or if the Supplier/Contractor is still unable to carry out any of its obligations
under the Contract for any reason attributable to the Purchaser within twenty-
eight (28) days of the said notice, the Supplier/Contractor may by a further
notice to the Purchaser referring to this GCC 41.3.1, forthwith terminate the
Contract.
41.3.2. The Supplier/Contractor may terminate the Contract immediately by giving a
notice to the Purchaser to that effect, referring to this GCC 41.3.2, if the
Purchaser becomes bankrupt or insolvent, has a receiving order issued against it,
compounds with its creditors, or, being a corporation, if a resolution is passed or
order is made for its winding up (other than a voluntary liquidation for the
purposes of amalgamation or reconstruction), a receiver is appointed over any
part of its undertaking or assets, or if the Purchaser takes or suffers any other
analogous action in consequence of debt.
41.3.3. If the Contract is terminated under GCC 41.3.1 or 41.3.2, then the
Supplier/Contractor shall immediately:
(a) cease all further work, except for such work as may be necessary for the
purpose of protecting that part of the ICT equipment/system already executed,
or any work required to leave the site in a clean and safe condition;
(b) terminate all subcontracts, except those to be assigned to the Purchaser
pursuant to 41.3.3 (d) (ii);
(c) remove all Supplier/Contractor’s Equipment from the site and repatriate the
Supplier/Contractor’s and its Subcontractor’s personnel from the site.
(d) In addition, the Supplier/Contractor, subject to the payment specified in GCC
41.3.4, shall:
(i) deliver to the Purchaser the parts of the Procurement executed by the
Supplier/Contractor up to the date of termination;
(ii) to the extent legally possible, assign to the Purchaser all right, title, and
benefit of the Supplier/Contractor to the Procurement Components, or
Subcomponents, as of the date of termination, and, as may be required
by the Purchaser, in any subcontracts concluded between the
Supplier/Contractor and its Subcontractors; and
(iii) to the extent legally possible, deliver to the Purchaser all drawings,
specifications, and other documents prepared by the
Supplier/Contractor or its Subcontractors as of the date of termination
in connection with the System.
41.3.4. If the Contract is terminated under GCC 41.3.1 or 41.3.2, the Purchaser shall pay
to the Supplier/Contractor all payments specified in GCC 41.1.3 and reasonable
compensation for all loss, except for loss of profit, or damage sustained by the
Supplier/Contractor arising out of, in connection with, or in consequence of such
termination.
Page 101
SECTION IV. General Conditions of Contract (GCC)
96
41.3.5. Termination by the Supplier/Contractor pursuant to this GCC 41.3 is without
prejudice to any other rights or remedies of the Supplier/Contractor that may be
exercised in lieu of or in addition to rights conferred by GCC 41.3.
41.4. In this GCC 41, the expression “portion of the System executed” shall include all
work executed, Services provided, and all ICT Equipments, or other Goods
acquired (or subject to a legally binding obligation to purchase) by the
Supplier/Contractor and used or intended to be used for the purpose of the System,
up to and including the date of termination.
41.5. In this GCC 41, in calculating any monies due from the Purchaser to the
Supplier/Contractor, account shall be taken of any sum previously paid by the
Purchaser to the Supplier/Contractor under the Contract, including any advance
payment paid pursuant to the SCC.
42. Assignment
42.1. Neither the Purchaser nor the Supplier/Contractor shall, without the express prior
written consent of the other, assign to any third party the Contract or any part
thereof, or any right, benefit, obligation, or interest therein or thereunder, except
that the Supplier/Contractor shall be entitled to assign either absolutely or by way
of charge any monies due and payable to it or that may become due and payable to
it under the Contract.
Page 102
SECTION V. Special Conditions of Contract (SCC)
97
SECTION V. SPECIAL CONDITIONS OF CONTRACT (SCC)
Page 103
SECTION V. Special Conditions of Contract (SCC)
98
TABLE OF CLAUSES
A. Contract and Interpretation ................................................................................ 100
1. Definitions (GCC 1) ......................................................................................................... 100 2. Contract Documents (GCC 2) ......................................................................................... 100 3. Interpretation (GCC 3) .................................................................................................... 100 4. Notices (GCC 4) ................................................................................................................ 101 5. Governing Law (GCC 5) ................................................................................................. 101 6. Settlement of Disputes (GCC 6) ...................................................................................... 101
B. Subject Matter of Contract ................................................................................. 101
7. Scope of the Procurement (GCC 7) ................................................................................ 101 8. Time for Commencement and Provisional Acceptance (GCC 8) ................................ 102 9. Supplier/Contractor’s Responsibilities (GCC 9) ........................................................... 102 10. Purchaser’s Responsibilities (GCC 10) .......................................................................... 102
C. Payment ................................................................................................................. 102
11. Contract Price (GCC 11) ................................................................................................. 102 12. Terms of Payment (GCC 12) ........................................................................................... 102 13. Securities (GCC 13) ......................................................................................................... 106 14. Taxes and Duties (GCC 14) ............................................................................................. 106
D. Intellectual Property ............................................................................................ 106
15. Copyright (GCC 15)......................................................................................................... 106 16. Software License Agreements (GCC 16) ........................................................................ 107 17. Confidential Information (GCC 17) ............................................................................... 107
E. Works, Supply, Installation, Testing, Commissioning, and Acceptance of the
Procurement .......................................................................................................... 107
18. Representatives (GCC 18) ............................................................................................... 107 19. Project Plan (GCC 19) ..................................................................................................... 108 20. Subcontracting (GCC 20) ................................................................................................ 109 21. Design and Engineering (GCC 21) ................................................................................. 109 22. Procurement, Delivery, and Transportation (GCC 22) ................................................ 109 23. Product Upgrades (GCC 23) ........................................................................................... 109 24. Implementation, Installation, and Other Services (GCC 24) ....................................... 110 25. Inspections and Tests (GCC 25) ..................................................................................... 110 26. Installation of the System (GCC 26) ............................................................................... 110 27. Commissioning, Provisional Acceptance and Final Acceptance (GCC 27) ................ 110
F. Guarantees and Liabilities ................................................................................... 110
28. Provisional Acceptance Time Guarantee (GCC 28) ..................................................... 110 29. Defect Liability (GCC 29) ................................................................................................ 111 30. Performance Guarantees (GCC 30) ............................................................................... 111 31. Intellectual Property Rights Warranty (GCC 31) ........................................................ 111 32. Intellectual Property Rights Indemnity (GCC 32) ........................................................ 111 33. Limitation of Liability (GCC 33) .................................................................................... 111
G. Risk Distribution .................................................................................................. 111
34. Transfer of Ownership (GCC 34) ................................................................................... 111 35. Care of the System (GCC 35) .......................................................................................... 112
Page 104
SECTION V. Special Conditions of Contract (SCC)
99
36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification
(GCC 36) ........................................................................................................................... 112 37. Insurances (GCC 37) ....................................................................................................... 112 38. Force Majeure (GCC 38) ................................................................................................. 112
H. Change in Contract Elements ............................................................................. 112
39. Changes to the System (GCC 39) .................................................................................... 112 40. Extension of Time for Achieving Provisional Acceptance (GCC 40) .......................... 112 41. Termination (GCC 41) ..................................................................................................... 112 42. Assignment (GCC 42) ...................................................................................................... 112
Page 105
SECTION V. Special Conditions of Contract (SCC)
100
Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement or amend the General
Conditions of Contract (GCC). Whenever there is a conflict, the provisions of the SCC shall
prevail over those in the General Conditions of Contract. For the purposes of clarity, any
referenced GCC clause numbers are indicated in the left column of the SCC.
A. CONTRACT AND INTERPRETATION
1. Definitions (GCC 1)
GCC 1.1 (a) (ix) The applicable edition of the Procurement Guidelines is dated: March, 2005.
GCC 1.1 (b) (i) The Purchaser is Bangladesh Bureau of Educational Information and Statistics
(BANBEIS).
All Procurement Components will be in the name of Bangladesh Bureau of
Educational Information and Statistics (BANBEIS), 1 Sonargaon Road, Palashi-
Nilkhet, Dhaka-1205.
GCC 1.1 (b) (ii) The Project Manager shall be named within fourteen (14) days of the Effectiveness
Date as specified in GCC 18.1.
GCC 1.1 (e) (i) The Purchaser’s Country is the People’s Republic of Bangladesh.
GCC 1.1 (e) (x) The Contract shall continue in force until the Construction of Building ICT
Equipmentand allotherGoods andServices have been provided unless the Contract is
terminated earlier in accordance with the terms set out in the Contract.
2. Contract Documents (GCC 2)
GCC 2 There are no Special Conditions of Contract applicable to GCC 2.
3. Interpretation (GCC 3)
GCC 3.1.1 The language of the Contract, all correspondence and communication to be given,
and all other documentation to be prepared and supplied under the Contract not
otherwise specified in Technical Requirements shall be English.
Page 106
SECTION V. Special Conditions of Contract (SCC)
101
4. Notices (GCC 4)
GCC 4.3 Address of the Project Director:
Bangladesh Bureau of Educational Information and Statistics (BANBEIS),
Ministry of Education
Notices shall be delivered to the above named person at:
1 Sonargaon Road, Palashi-Nilkhet, Dhaka-1205, Bangladesh
Telephone number: +880-2-9665459, +880-2-9695256
Facsimile number: +880-2-8631128, +880-2-9665459
e-mail: [email protected] , [email protected]
5. Governing Law (GCC 5)
GCC 5.1 The Contract shall be interpreted in accordance with the laws of the People’s
Republic of Bangladesh.
6. Settlement of Disputes (GCC 6)
GCC 6.1.4 The Appointing Authority for the Adjudicator isnot applicable.
GCC 6.2.3 Arbitration proceedings shall be conducted in accordance with the rules of
arbitration of UNCITRAL.
These rules, in the version in force at the time of the request for arbitration, will be
deemed to form part of this Contract.
B. SUBJECT MATTER OF CONTRACT
7. Scope of the Procurement (GCC 7)
GCC 7.3 The Supplier/Contractor’s obligations under the Contract will include the following
recurrent cost items, if any, as identified in the Recurrent Cost tables in the
Supplier/Contractor’s Bid.
Refer to the Recurrent Cost Tables in the Technical Requirements.
The Supplier/Contractor agrees to supply spare parts required for the operation and
maintenance of the ICT equipment/system, as stated below, for the two (2) years
beginning with Provisional Acceptance. Moreover, the price of such spare parts
shall be those specified in the spare parts price schedule submitted by the
Supplier/Contractor as part of its bid. These prices shall include the purchase price
for such spare parts and other costs and expenses (including the
Supplier/Contractor’s fees) relating to the supply of spare parts.
Page 107
SECTION V. Special Conditions of Contract (SCC)
102
8. Time for Commencement and Provisional Acceptance (GCC 8)
GCC 8.1 The Supplier/Contractor shall commence work on the Procurement Components
within: Fifteen (15) days from the Effective Date of the Contract.
The target date of completion of the project implementation shall be seventeen (19)
months after coming into force of the Contract.
GCC 8.2 Provisional Acceptance will occur on or before: Provisional Acceptance date
consistent with the Implementation Schedule in the [Section VI].
9. Supplier/Contractor’s Responsibilities (GCC 9)
GCC 9.8 The Supplier/Contractor shall have the following additional responsibilities: (i)
Refer to the Technical Requirements (ii) Supplier/Contractor must assure in case of
any damage to the original equipment due to installation of extra module by the
Supplier/Contractor will have to do required counter measures not to harm the
existing services immediately and provide new equipment at its own cost after the
cause of the damage is proved due to the Supplier/Contractor’s fault. (iii) Physical
verification of the site by the Supplier/Contractor or its representative is encouraged.
10. Purchaser’s Responsibilities (GCC 10)
GCC 10.12 The Purchaser shall have the following additional responsibilities: None
C. PAYMENT
11. Contract Price (GCC 11)
GCC 11.2 (b) Adjustments to the Contract Price shall be as follows: None
12. Terms of Payment (GCC 12)
GCC 12.1 Subject to the provisions of GCC 12,the Purchaser shall pay the Contract Price to the
Supplier/Contractor (the Main SI Company) according to the categories and in the
manner specified below. Only the category Advance Payment relate to the entire
Contract Price. In other payment categories, the term "total Contract Price" means
the total cost of goods or services under the specific payment category. Within each
such category, the Contract Implementation Schedule may trigger pro-rata payments
for the portion of the total Contract Price for the category corresponding to the goods
or services actually Delivered, Installed, or Provisionally Accepted, at unit prices
and in the currencies specified in the Price Schedules of the Contract Agreement.
Advance Payment
Thirty percent (30%) of the entire Contract Price shall be paid to the
Supplier/Contractor upon presentation of
- Supplier/Contractor’s invoice
Page 108
SECTION V. Special Conditions of Contract (SCC)
103
- Advance Payment Security
- Certificate of Commencement of Work (CCW)
Payment of Construction Works:
(a) Quarterly Progress Report for Payment
a) The Supplier/Contractor shall submit to the Purchaser at the end of every
three month after the completion of the Mobilization two copies, each
signed by the Construction Project Manager, of valid invoice with a
statement showing the amounts to which the Supplier/Contractor considers
himself to be entitled up to the end of the month in respect of:
i) the value of the Permanent Works executed;
ii) any other items in the Bill of Quantities including those for the
Supplier/Contractor’s equipment, Temporary Works, day works and
the like; and
iii) any other sum to which the Supplier/Contractor may be entitled under
the Contract or otherwise.
(b) Quarterly Progress Payments
a) The Purchaser shall, within 30 days of receiving such invoice, issue a
Progress Report Certificate stating the amount of payment to the
Supplier/Contractor which the Purchaser considers due and payable in
respect of such report and pay the Supplier/Contractor, subject to:
b) 30% deduction of the amount (30% Advance Payment)
c) 5% retention of the amount
Payment of ICT Training Equipment:
(a) Payment of Contract Price for goods
a) Payment of Contract Price for Imported goods
i) Thirty five percent(35%) of the total Contract Pricefor this category
shall be paid to the Supplier/Contractor upon presentation of
- Supplier/Contractor’s invoice
- Complete Shipping document including the employer’sinspection
certification
ii) Twenty percent (20%) of the total Contract Pricefor this category shall
be paid to Supplier/Contractor on the receipt of goods upon
presentation of
- Supplier/Contractor’s invoice
- Arrival of Goods and Materials Certificate issued by the Project
Director
iii) Ten percent(10%) of the total contract price for this category shall be
paid upon presentation of
- Supplier/Contractor’s Invoice
- Provisional Acceptance Certificate
Page 109
SECTION V. Special Conditions of Contract (SCC)
104
※The partial shipment is acceptable for Imported goods
b) Payment of Contract price for Local Goods
i) Fifty five percent(55%) of the total Contract Price for this category
shall be paid to the Supplier/Contractor upon presentation of
- Supplier/Contractor’s Invoice
- Arrival of goods and materials certificate issued by the Project
Director
ii) Ten percent(10%) of the total Contract Price for this category shall be
paid to the Supplier/Contractor upon presentation of
- Supplier/Contractor’s Invoice
- Provisional Acceptance Certificate
Payment of EMIS Software Development:
(a) Payment of Contract Price for EMIS Software Development
i) Thirty percent(30%) of the total Contract Pricefor this category shall be
paid upon presentation of
- Supplier/Contractor’s invoice
- Successful Completion of Services on system design certificate
ii) Twenty five percent(25%) of the total Contract Pricefor this category
shall be paid upon presentation of
- Supplier/Contractor’s invoice
- Successful Completion of Services on integration test Certificate
iii) Ten percent(10%) of the total contract price for this category shall be
paid upon presentation of
- Supplier/Contractor’s Invoice
- Provisional Acceptance Certificate
Payment of Training:
(a) Payment of Contract price for Training
a) Local Training
i) Sixty percent(60%) of the total Contract Price for this category shall be
paid upon presentation of
- Supplier/Contractor’s invoice
- Certificate for planning of local training service issued byProject
Director
ii) Ten percent (10%) of the total Contract Price for this category shall be
paid upon presentation of
- Supplier/Contractor’s invoice
- Certificate for completion of Local Training Service
Page 110
SECTION V. Special Conditions of Contract (SCC)
105
b) Foreign Training
i) Sixty percent(60%) of the total Contract Price for this category shall be
paid upon presentation of
- Supplier/Contractor’s invoice
- Certificate for planning of foreign training service issued byProject
Director
ii) Ten percent (10%) of the total Contract Value for this category shall be
paid upon presentation of
- Supplier/Contractor’s invoice
- Certificate for completion of Foreign Training Service
Payment of Retention:
(a) Payment of Contract price for Maintenance Support and Final Acceptance Test
Services.
i) Five percent(5%) of the total Contract price for the Construction Works
and imported and local goods of each UITRCE shall be paid
uponpresentation of
- Supplier/Contractor’s invoice
- Final Acceptance Certificate of building and imported and local
goods of each UITRCE
ii) Five percent(5%) of the total Contract price for imported good of
DMC, Main briefing room and EMIS server room in BANBEISshall be
paid uponpresentation of
- Supplier/Contractor’s invoice
- Final Acceptance Certificate of DMC, Main briefing room and EMIS
server room
iii) Five percent(5%) of the total Contract price for EMIS Software
development shall be paid uponpresentation of
- Supplier/Contractor’s invoice
- Final Acceptance Certificate of EMIS Software development
GCC 12.3 The Purchaser shall pay to the Supplier/Contractor interest on the delayed payments
at a rate of: To be discussed during contract negotiation
GCC 12.4 For Goods and Services supplied locally, the Purchaser will pay the
Supplier/Contractor in the currency stated in the Contract Agreement and the Price
Schedule it refers to.
GCC 12.5 Payment for Goods and Services supplied from outside the Purchaser’s Country
shall be made in the form ofan irrevocable letter of credit.
Payment for Goods and Services supplied locally shall be in the form of an
irrevocable letter of credit.
Page 111
SECTION V. Special Conditions of Contract (SCC)
106
13. Securities (GCC 13)
GCC 13.2.1 The Supplier/Contractor (the Main SI Company) shall provide within twenty-eight
(28) days of the notification of Contract award an Advance Payment Security in the
amount and currency of the Advance Payment specified in SCC for GCC 12.1
above.
The Advance Payment Security shall be in the form of Advance Bank Guarantee
and issued by a reputable bank located in the Republic of Korea and counter
guaranteed in the People’s Republic of Bangladesh.
GCC 13.2.2 The reduction in value and expiration of the Advance Payment Security are
calculated as follows:
“P*a/(100-a), where “P” is the sum of all payments effected so far to the
Supplier/Contractor (excluding the Advance Payment), and “a” is the
Advance Payment expressed as a percentage of the Contract Price pursuant
to the SCC for GCC 12.1.
GCC 13.3.1 The Performance Security shall be denominated in USDfor an amount equal to ten
percent (10%) of the Contract Price, excluding any Recurrent Costs.
The Performance Security shall be in the form of Performance Bank Guarantee and
issued by a reputable bank located in the Republic of Korea and counter guaranteed
in the People’s Republic of Bangladesh.
GCC 13.3.4 During the Warranty Period (i.e., after Provisional Acceptance of the Procurement),
the Performance Security shall be reduced to two percent (2%) of the Contract
Price, excluding any Recurrent Costs.
14. Taxes and Duties (GCC 14)
GCC 14.2 All taxes, duties, and levies imposed on goods and Related services in the
Purchaser’s Country provided by the Supplier/Contractors under the Loan
Agreement for performing the Contract shall be borne by thePurchaser in
accordance with the Loan Agreement.
D. INTELLECTUAL PROPERTY
15. Copyright (GCC 15)
GCC 15.3 The Purchaser may assign, license, or otherwise voluntarily transfer its contractual
rights to use the Standard Software or elements of the Standard Software, without
the Supplier/Contractor’s prior written consent, under the following circumstances:
None
GCC 15.4 The Purchaser’s and Supplier/Contractor’s rights and obligations with respect to
Custom Software or elements of the Custom Software are as follows: not applicable.
The Purchaser’s and Supplier/Contractor’s rights and obligations with respect to
Custom Materials or elements of the Custom Materials are as follows: not applicable.
Page 112
SECTION V. Special Conditions of Contract (SCC)
107
GCC 15.5 No software escrow contract is required for the execution of the Contract.
16. Software License Agreements (GCC 16)
GCC 16.1 (a) (iii) The Standard Software license shall be valid throughout the territory of the People’s
Republic of Bangladesh.
GCC 16.1(a)(iv) Use of the software shall be subject to the following additional restrictions “None.”
GCC 16.1 (b) (ii) The Software license shall permit the Software to be used or copied for use or
transferred to a replacement computer provided the replacement computer falls
within approximately the same class of machine and maintains approximately the
same number of users, if a multi-user machine.
GCC 16.1 (b) (vi) The Software license shall permit the Software to be disclosed to and reproduced for
use (including a valid sublicense) bysupport service Supplier/Contractors or their
Subcontractors, exclusively for such Supplier/Contractors or Subcontractors in the
performance of their support service contracts, subject to the same restrictions set
forth in this Contract.
GCC 16.1 (b) (vii) In addition to the persons specified in GCC 16.1 (b) (vi), the Software may be
disclosed to, and reproduced for use by, any government organization of the
People’s Republic of Bangladesh,subject to the same restrictions as are set forth in
this Contract.
GCC 16.2 The Supplier/Contractor’s right to audit the Standard Software will be subject to the
following terms:
The Purchaser will make available to the Supplier/Contractor within seven (7)
days of written request accurate and up-to-date records of the number and
location of copies, the number of authorized users, or any other relevant data
required to demonstrate use of the Standard Software as per the license
agreement.
17. Confidential Information (GCC 17)
GCC 17.1 There are no modifications to the confidentiality terms expressed in GCC 17.1.
GCC 17.7 The provisions of this GCC 17 shall survive the termination, for whatever reason, of
the Contract for the period specified in the GCC.
E. WORKS, SUPPLY, INSTALLATION, TESTING, COMMISSIONING,
AND ACCEPTANCE OF THE PROCUREMENT
18. Representatives (GCC 18)
GCC 18.1 The Purchaser’s Project Director shall have the following additional powers and/or
limitations to his or her authority to represent the Purchaser in matters relating to the
Page 113
SECTION V. Special Conditions of Contract (SCC)
108
Contract “no additional powers or limitations”.
GCC 18.2.2 The Supplier/Contractor’s Representative shall have the following additional
powers and/or limitations to his or her authority to represent the Supplier/Contractor
in matters relating to the Contract “noadditional powers or limitations.”
19. Project Plan (GCC 19)
GCC 19.1 Chapters in the Project Plan shall address the following subject:
(a) Project Organization and Management Plan;
(b) Mobilization Plan andConstruction Plan of 128 UITRCE Buildings;
(c) Delivery and Installation Planof Equipment;
(d) Training Plan;
(e) Commissioning and Provisional Acceptance Testing Plan;
(f) Warranty Service Plan;
(g) Task, Time, and Resource Schedules;
(h) Technical Support Plan (if applicable); and
(i) Other areas deemed important by Supplier/Contractor.
GCC 19.2 Within thirty (30) days from the Effective Date of the Contract, the
Supplier/Contractor shall present a Project Plan to the Purchaser. The Purchaser
shall, within fourteen(14)days of receipt of the Project Plan, notify the
Supplier/Contractor of any respects in which it considers that the Project Plan does
not adequately ensure that the proposed program of work, proposed methods, and/or
proposed ICT Goods and Services will satisfy the Technical Requirements and/or the
SCC (in this clause 19.2 called “non-conformities” below). The Supplier/Contractor
shall, within five (5)days of receipt of such notification, correct the Project Plan and
resubmit to the Purchaser.The Purchaser shall, withinfive(5)days of resubmission of
the Project Plan, notify the Supplier/Contractor of any remaining non-conformities.
This procedure shall be repeated as necessary until the Project Plan is free from non-
conformities. When the Project Plan is free from non-conformities, the Purchaser
shall provide confirmation in writing to the Supplier/Contractor. This approved
Project Plan (“the Agreed and Finalized Project Plan”) shall be contractually binding
on the Purchaser and the Supplier/Contractor.
GCC 19.5 The Supplier/Contractor shall submit to the Purchaser the following reports:
(a) Monthly progress reports, summarizing:
(i) results accomplished during the prior period;
(ii) cumulative deviations to date from schedule of progress
milestones as specified in the Agreed and Finalized Project
Plan;
(iii) corrective actions to be taken to return to planned schedule of
progress; proposed revisions to planned schedule;
Page 114
SECTION V. Special Conditions of Contract (SCC)
109
(iv) other issues and outstanding problems; proposed actions to be
taken;
(v) resources that the Supplier/Contractor expects to be provided
by the Purchaser and/or actions to be taken by the Purchaser in
the next reporting period; and
(vi) other issues or potential problems the Supplier/Contractor
foresees that could impact on project progress and/or
effectiveness.
(b) Other reports specified in the Technical Requirements.
20. Subcontracting (GCC 20)
GCC 20 There are no Special Conditions of Contract applicable to GCC 20.
21. Design and Engineering (GCC 21)
GCC 21.2 The Contract shall be executed in accordance with the edition or the revised version
of all referenced codes and standards current at the date as specified in the GCC.
GCC 21.3.1 The Supplier/Contractor shall prepare and furnish to the Project Director the
following documents for which the Supplier/Contractor must obtain the Project
Director’s approval before proceeding with work on the Procurement Component or
any Subcomponents covered by the documents.
(a) Site Survey Report, Subsoil Investigation Report and Layout Plans;
(b) detailed design of DMC; and
(c) final Subsystem configurations;
22. Procurement, Delivery, and Transportation (GCC 22)
GCC 22.4.3 The Supplier/Contractor shallbe free to use transportation through carriers registered
in any eligible country andshallobtain insurance from any eligible source country.
GCC 22.5 The Supplier/Contractor shall provide the Purchaser with shipping and other
documents as specified in the GCC.
23. Product Upgrades (GCC 23)
GCC 23.4 The Supplier/Contractor shall provide the Purchaserwith all new versions, releases,
and updates to all Standard Hardware andSoftware during the Warranty Period, for
free, as specified in the GCC, or specify other requirements as necessary and
appropriate.
Page 115
SECTION V. Special Conditions of Contract (SCC)
110
24. Implementation, Installation, and Other Services (GCC 24)
GCC 24 There are no Special Conditions of Contract applicable to GCC 24.
25. Inspections and Tests (GCC 25)
GCC 25 There are no Special Conditions of Contract applicable to GCC 25.
26. Installation of the System (GCC 26)
GCC 26 There are no Special Conditions of Contract applicable to GCC 26.
27. Commissioning,Provisional Acceptance and Final Acceptance (GCC 27)
GCC 27.2.1 Provisional Acceptance Testing shall be conducted in accordance with Procurement
Component or any Subcomponents, the tests, the test procedures, and the required
results for acceptance.
Provisional Acceptance Testing for Procurement Component or any
Subcomponents, of each UITRCE site shall be conducted at the same time after
completion of building construction and installation of ICT training equipment in
each UITRCE site.
Provisional Acceptance Test for 128 UITRCE sites shall be conducted at the last
month of each quarter after completion of building construction and installation of
ICT training equipment in that quarter.
GCC 27.2.2 If the Provisional Acceptance Test of the Procurement Component or any
Subcomponent (s), cannot be successfully completed within no more than ninety
(90)days from the date of Installation or any other period agreed upon by the
Purchaser and the Supplier/Contractor, then GCC 27.3.5(a) or (b) shall apply, as the
circumstances may dictate.
F. GUARANTEES AND LIABILITIES
28. Provisional Acceptance Time Guarantee (GCC 28)
GCC 28.2 Liquidated damages shall be assessed at one tenth of five percent (0.5%) of the
Contract Price per week. The maximum liquidated damages are ten percent (10%) of
the Contract Price, or relevant part of the Contract Price if the liquidated damages
apply to a Subsystem.
GCC 28.3 Liquidated damages shall be assessed only with respect to achieving Provisional
Acceptance.
Page 116
SECTION V. Special Conditions of Contract (SCC)
111
29. Defect Liability (GCC 29)
GCC 29.1 For Software, exceptions or limitations to the Supplier/Contractor’s warranty
obligations shall be as follows: None
GCC 29.3 (iii) The Supplier/Contractor warrants that the following items have been released to the
market for the following specific minimum time periods:No specific minimum time
requirements are established for this Contract other than that the ICT Goodsmust have
been previously released to the market.
GCC 29.4 The Warranty Period (N) shall begin from the issuance of the Certificate of
Provisional Acceptance Testing of the Procurement Component or Subcomponents
and extend for twenty-four (24) months.
The Warranty Period for 128 UITRCE sites shall begin from the issuance of
Provisional Acceptance Certificate of each UITRCE site and extend for twenty-
four(24) months, respectively.
GCC 29.10 During the Warranty Period, the Supplier/Contractor must commence the work
necessary to remedy defects or damage within seven (7) daysof notification.
30. Performance Guarantees (GCC 30)
GCC 30 There are no Special Conditions of Contract applicable to GCC 30.
31. Intellectual Property Rights Warranty (GCC 31)
GCC 31 There are no Special Conditions of Contract applicable to GCC 31.
32. Intellectual Property Rights Indemnity (GCC 32)
GCC 32 There are no Special Conditions of Contract applicable to GCC 32.
33. Limitation of Liability (GCC 33)
GCC 33 There are no Special Conditions of Contract applicable to GCC 33.
G. RISK DISTRIBUTION
34. Transfer of Ownership (GCC 34)
GCC 34 There are no Special Conditions of Contract applicable to GCC 34.
Page 117
SECTION V. Special Conditions of Contract (SCC)
112
35. Care of the System (GCC 35)
GCC 35 There are no Special Conditions of Contract applicable to GCC 35.
36. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification (GCC
36)
GCC 36 There are no Special Conditions of Contract applicable to GCC 36.
37. Insurances (GCC 37)
GCC 37.1 (c) The Insurance shall cover the period from beginning date, in terms of the date of
Contract Effectiveness untilexpiration date, in terms of the Contact Effectiveness.
GCC 37.1 (f) There are no Special Conditions of Contract applicable to GCC 37.1(f).
38. Force Majeure (GCC 38)
GCC 38 There are no Special Conditions of Contract applicable to GCC 38.
H. CHANGE IN CONTRACT ELEMENTS
39. Changes to the System (GCC 39)
GCC 39 There are no Special Conditions of Contract applicable to GCC 39.
40. Extension of Time for Achieving Provisional Acceptance (GCC 40)
GCC 40 There are no Special Conditions of Contract applicable to GCC 40.
41. Termination (GCC 41)
GCC 41 There are no Special Conditions of Contract applicable to GCC 41.
42. Assignment (GCC 42)
GCC 42 There are no Special Conditions of Contract applicable to GCC 42.
Page 118
Section VI. Technical Requirements
113
SECTION VI. TECHNICAL REQUIREMENTS
Page 119
Section VI. Technical Requirements
114
TABLE OF CLAUSES
A.
A. Scope of Work ....................................................................................................... 118
1. Introduction of Project .................................................................................................... 118 2. Scope of Project ................................................................................................................ 120 3. Project Implementation Schedule ................................................................................... 131
B. Environmental and Other Requirements .......................................................... 132
1. Introduction of Project .................................................................................................... 132 2. Physical Requirement ...................................................................................................... 132 3. Operating Voltage ............................................................................................................ 132
C. Technical Requirement of Building Construction ............................................ 133
1. Introduction ...................................................................................................................... 133 2. Mobilization ...................................................................................................................... 142 3. Actual Construction ......................................................................................................... 144
D. Technical Requirement of ICT Training Equipment in BANBEIS ................ 145
1. Introduction ...................................................................................................................... 145 2. Digital Multimedia Center (DMC) ................................................................................. 146 3. Main Briefing Room ........................................................................................................ 154 4. EMIS Server Room .......................................................................................................... 157 5. EMIS Software ................................................................................................................. 165 6. Vehicle ............................................................................................................................... 169 7. Spare Partsfor BANBEIS ................................................................................................ 169 8. Requirement of Brochures for ICT Training Equipment ............................................ 170
E. Technical Requirements of ICT Training Equipment in UITRCE ................. 172
1. Introduction ...................................................................................................................... 172 2. The Secondary Education Office& UITRCE Office ..................................................... 172
3. PC Lab .............................................................................................................................. 181 4. Local Cyber Center .......................................................................................................... 186 5. Server Room ..................................................................................................................... 189 6. Guest Room ...................................................................................................................... 194 7. Reception & Waiting Room ............................................................................................ 195 8. Meeting Room .................................................................................................................. 196 9. Facilities ............................................................................................................................ 197 10. Spare Partsfor UITRCE .................................................................................................. 198 11. Requirement of Brochures for ICT Training Equipment ............................................ 199
F. Technical Requirement of Internet Connection (Network) ............................. 200
1. Introduction ...................................................................................................................... 200 2. Equipment for Internet Connection ............................................................................... 202 3. Network Connection between BANBEIS and UITRCEs ............................................. 203 4. Internet Connection Availability of 128 Upazilas ......................................................... 204
G. Technical Requirements of EMIS Development ............................................... 208
1. Introduction ...................................................................................................................... 208 2. EMIS Software Development .......................................................................................... 209 3. GIS Software Development ............................................................................................. 216
H. Technical Requirements of Training .................................................................. 219
Page 120
Section VI. Technical Requirements
115
1. Local Training .................................................................................................................. 219 2. Foreign Training .............................................................................................................. 220 3. Expert Dispatch ................................................................................................................ 223
Page 121
Section VI. Technical Requirements
116
LIST OF TABLES
[TABLE 0-1] PROJECT IMPLEMENTATION SCHEDULE .................................................................................. 131
[TABLE C-1] BARISAL DIVISION: 13 UPAZILAS .............................................................................................. 134
[TABLE C-2] CHITTAGONG DIVISION: 21 UPAZILAS ..................................................................................... 134
[TABLE C-3] SYLHET DIVISION: 8 UPAZILAS .................................................................................................. 135
[TABLE C-4] DHAKA DIVISION: 31 UPAZILAS ................................................................................................. 135
[TABLE C-5] KHULNA DIVISION: 18 UPAZILAS .............................................................................................. 137
[TABLE C-6] RAJSHAHI DIVISION: 37 UPAZILAS ............................................................................................ 137
[TABLE C-7] UITRCE SITES BY ZONE ............................................................................................................... 139
[TABLE C-8] DISTRIBUTION OF UITRCE SITES BY ZONE ............................................................................. 139
[TABLE D-1] THE LIST OF EQUIPMENT FOR DMC ......................................................................................... 146
[TABLE D-2] THE LIST OF EQUIPMENT FOR MAIN BRIEFING ROOM ........................................................ 154
[TABLE D-3] THE LIST OF EQUIPMENT FOR EMIS SERVER ROOM ............................................................ 157
[TABLE D-4] THE LIST OF ITEMS FOR EMIS SOFTWARE .............................................................................. 166
[TABLE D-5] THE LIST OF ITEM FOR VEHICLE ............................................................................................... 169
[TABLE D-6] SPARE PARTS LIST FOR BANBEIS .............................................................................................. 170
[TABLE D-7] EQUIPMENT WHICH NEED A BROCHURE ................................................................................ 170
[TABLE E-1] REQUIRED ITEMS FOR THE SECONDARY EDUCATION OFFICE& UITRCE OFFICE ......... 172
[TABLE E-2] REQUIRED ITEMS FOR THE PC LAB .......................................................................................... 181
[TABLE E-3] REQUIRED ITEMS FOR THE LOCAL CYBER CENTER ............................................................. 186
[TABLE E-4] REQUIRED ITEMS FOR THE SERVER ROOM ............................................................................ 189
[TABLE E-5] REQUIRED ITEMS FOR THE GUEST ROOM ............................................................................... 194
[TABLE E-6] REQUIRED ITEM FOR THE RECEPTION & WAITING ROOM .................................................. 195
[TABLE E-7] REQUIRED ITEMS FOR THE MEETING ROOM.......................................................................... 196
[TABLE E-8] REQUIRED OTHER ITEMS ............................................................................................................ 198
[TABLE E-9] SPARE PARTS LIST FOR UITRCE.................................................................................................. 198
[TABLE E-10] EQUIPMENT WHICH NEED A BROCHURE ............................................................................... 199
[TABLE F-1] INTERNET CONNECTION .............................................................................................................. 202
[TABLE F-2] REQUIRED MOBILE MODEM SERVICES .................................................................................... 202
[TABLE F-3] EQUIPMENT & SERVICE FOR INTERNET CONNECTION ........................................................ 203
[TABLE F-4] AVAILABILITY OF INTERNET CONNECTION ............................................................................ 204
[TABLE G-1] THE EXISTING EMIS OPERATION PROCESSES ........................................................................ 208
[TABLE H-1] LOCAL TRAINING STRUCTURE .................................................................................................. 219
[TABLE H-2] REQUIRED ITEMS FOR TOT ......................................................................................................... 220
[TABLE H-3] REQUIRED ITEMS FOR TEACHER TRAINING IN 128 UPAZILAS .......................................... 220
Page 122
Section VI. Technical Requirements
117
LIST OF FIGURES
[FIGURE D-1] DIAGRAM OF ENTIRE TRAINING EQUIPMENT ..................................................................... 145
[FIGURE D-2] EQUIPMENT LAYOUT OF DMC ................................................................................................. 153
[FIGURE D-3] EQUIPMENT LAYOUT OF MAIN BRIEFING ROOM ................................................................ 156
[FIGURE D-4] EQUIPMENT LAYOUT OF EMIS SERVER ROOM .................................................................... 165
[FIGURE D-5] RACK MOUNT DIAGRAM OF EMIS SYSTEM .......................................................................... 165
[FIGURE D-6] S/W DIAGRAM OF EMIS SYSTEM ............................................................................................. 169
[FIGURE E-1] EQUIPMENT LAYOUT OF SECONDARY EDUCATION OFFICER’S ROOM .......................... 178
[FIGURE E-2] EQUIPMENT LAYOUT OF ASSISTANT PROGRAMMER’S ROOM......................................... 179
[FIGURE E-3] EQUIPMENT LAYOUT OF ASSISTANT EDUCATION OFFICER’S ROOM ............................. 179
[FIGURE E-4] EQUIPMENT LAYOUT OF STAFF ROOM .................................................................................. 180
[FIGURE E-5] EQUIPMENT LAYOUT OF THE PARTITION AREA .................................................................. 180
[FIGURE E-6] EQUIPMENT LAYOUT OF PC LAB ............................................................................................. 186
[FIGURE E-7] EQUIPMENT LAYOUT OF LOCAL CYBER CENTER ............................................................... 189
[FIGURE E-8] EQUIPMENT LAYOUT OF UITRCE SERVER ROOM ................................................................ 192
[FIGURE E-9] RACK MOUNT DIAGRAM OF UITRCE SERVER ROOM ......................................................... 193
[FIGURE E-10] FURNITURE LAYOUT OF GUEST ROOM ................................................................................ 195
[FIGURE E-11] FURNITURE LAYOUT OF RECEPTION & WAITING ROOM ................................................. 196
[FIGURE E-12] FURNITURE LAYOUT OF MEETING ROOM ........................................................................... 197
[FIGURE F-1] NETWORK DIAGRAM OF THE PROJECT .................................................................................. 201
[FIGURE F-2] NETWORK CONNECTION THROUGH ADSL INTERNET CONNECTION ............................. 203
[FIGURE F-3] NETWORK CONNECTION THROUGH MOBILE MODEM....................................................... 204
[FIGURE G-1] EMIS SYSTEM CONCEPT ............................................................................................................ 211
[FIGURE G-2] EMIS FUNCTIONS......................................................................................................................... 211
[FIGURE G-3] CONCEPT OF E-SCHOOL MANAGEMENT SYSTEM .............................................................. 215
[FIGURE G-4] CONCEPT DIAGRAM OF GIS ...................................................................................................... 217
[FIGURE G-5] GIS FUNCTIONS ............................................................................................................................ 218
Page 123
Section VI. Technical Requirements
118
A. SCOPE OF WORK
1. Introduction of Project
1.1. Project Background
In the era of information society, many developing countries have looked at ICT as a
major tool to solve problems of poverty, bad governance, and sluggish economic
growth. While the developed countries have been able to benefit greatly from the wide
use of ICT, many developing countries are still holding to consider carefully how ICT
fits into their problems. E-Governance and Access to Information by all Citizens have
been an issue in Bangladesh; some government offices have taken innovative steps on
certain e-Government projects. Since this is a new concept for government officials who
are used to familiar methods of work, the growth of e-Governance is met with resistance
and fear, among other infrastructural problems. But the government is taking e-
Governance very seriously. Bangladesh government has put great emphasis on
identifying challenges in the implementation of nation-wide e-Governance and on
initiating pilot projects in various sectors of the government.
The Government of Bangladesh has been actively adopting of e-Governance in order to
improve public service through improved decision-making processes, as well as
promoting transparency and accountability of the government’s course of action.
Bangladesh Bureau of Educational Information and Statistics (BANBEIS) of the
Ministry of Education has been planned to setup centralized data management system,
which can support data processing, sharing and coordination.
The mandate of BANBEIS as a central depository of education data and information
have been developed through establishing Educational Management Information System
(EMIS) and GIS School Mapping of the educational institutions at the post-primary
level. Also a new mandate of this organization is included to conduct ICT training
program to the teachers of secondary and higher secondary level and EDMS with basic
on ICT to the field officials under MOE.
In 2005, BANBEIS has initiated the Technical Assistance Project “Establishment of
Bangladesh-Korea ICT Training Center for Education (BKITCE)” funded by Korea
International Cooperation Agency (KOICA) through Direct Project Aid. Under this
project and from funding of KOICA, renovation and remodeling of Computer Division
was made and established 5 (five) ICT Labs with PCs, Servers, Printers, GIS equipment,
Multimedia Projectors and other necessary equipment for operating a modern equipped
ICT Training Center in the country. Also structural changes of BANBEIS building was
made under the project. This Bangladesh-Korea ICT Training Center for Education has
been established to promote skill of the IT related teachers in the secondary and higher
secondary level through refresher course in ICT field spreading IT education up-to grass
root level in the country. This center has also aimed at promoting GIS application
training, post-graduate diploma in ICT courses, Web mastering course and ICT refresher
Training to the teachers & EDMS to the field level official for promoting data flow from
district offices as well as establishing and maintaining District EDMS, database
operation where a decentralized EMIS has been established.
Now BKITCE became a modern ICT Training Center fully equipped with State-of-Art
Technology for industry standard Human Resource Development in ICT to meet the
Page 124
Section VI. Technical Requirements
119
National and International demands. BKITCE in BANBEIS has been housed on the 4th
Floor of the BANBEIS Bhaban at 1 Sonargaon Road, Palashi, Dhaka-1205.
To support the growing demand of the ICT Training for implementing E-governance &
Access to Information to all citizens there is a need for ICT knowledge of all teachers as
well as students and citizens at the grass root level. The proposed project has been
initiated for providing ICT training to all teachers of primary and post-primary education
institutions.
The project pursues major improvements in Education Sector’s efficiency, transparency,
effectiveness, and quality of services. It will expand already identified fundamental
governance and public management reforms by reengineering public sector work
processes for strategic use of ICT. It will make a linkage information/data sharing with
BANBEIS, MOE and other stakeholders.
1.2. Project Objectives
The project aims at establishing ICT Training and Resource Centers in 128 Upazilas
including construction of infrastructure in the premises of Upazila complex. The ICT
Training and Resource Centers will be utilized for ICT training for teachers, access to
information by the students, teachers and citizen and Local EMIS Data centre. Data
Centre will be linked with BANBEIS database by providing and uploading data
regularly education institutions The ICT Training and Resource centers will be the
Centre of Excellence at Local Level where Citizen can acquire knowledge in ICT and
get access to information at the grass root level. The detailed objectives of the project
are stated as follows:
1.2.1. To construct building of ICT Training and Resource centre for Education in 128
Upazilas in the premises of Upazila complex.
1.2.2. To establish a full-fledged ICT Training lab with all facilities in 128 Upazilas of 64
districts to speed up the ICT education to the teachers of primary and post-primary
level institutions’ in the grass root level.
1.2.3. To provide ToT (Training of Trainers) training to the Computer teachers (6 from
each Upazila) in BKITCE, BANBEIS who will be the Trainers for conducting mass
training program in computer application to the teachers of primary schools,
secondary schools, madrasahs and colleges in the respective Upazila.
1.2.4. To establish Local Cyber Centre as well as Local Educational Management
Information Centre (EMIC) with the task of data entry/updating of the education
institutions and uploading data to the BANBEIS Server through providing Internet
Connectivity in the ICT Resource Centre.
1.2.5. To accommodate Upazila secondary education office in the UITRCE and to train
Upazila official/staff & project personnel for operation and management of the
EMIC.
1.2.6. To develop suitable course/ training materials and multimedia based courseware in
CD media for different subjects in secondary and higher secondary level.
Page 125
Section VI. Technical Requirements
120
1.2.7. To develop professional skill of personnel of BANBEIS, MOE and other related
agencies through overseas training in Korea in different relevant fields.
1.2.8. To acquire practical Knowledge in ICT education and training by the education
managers of MOE, BANBEIS, ERD, IMED and Planning Commission through
study visit in Korea.
1.2.9. A strong education network will be developed among the different agencies
including MOE, DSHE, DTE and BISEs for information sharing.
2. Scope of Project
For this purpose, this Bidding proposes to procure the followings:
2.1. Building Construction
2.1.1. Construction of new buildings which is Upazila ICT Training and Resource Centre
for Education(UITRCE) including Upazila Secondary Education Office in the
premises of Upazila complex with total floor area of 410m2 per each in 128
Upazilas according to the Drawings and BOQ.
2.2. ICT Training Equipment
2.2.1. Establishment of full fledge one ICT Training Lab with LAN establishment
including PCs, Server, Router, printers and related materials for Computer Lab,
Local Cyber Centre and EMIC in 128 Upazila of 64 districts to speed up the ICT
education to the teachers & citizens in the grass root level.
2.2.2. Establishment of Local Cyber Centre as well as Local EMIS Data Centre with the
task of data entry/updating of the post-primary education institutions and uploading
data to the BANBEIS database under the supervision of Upazila Secondary
Education Officer and Assistant Programmer through providing Internet
Connectivity in the ICT Resource Centre.
2.2.3. Establishment of Digital Multimedia Studio and Main Briefing Room with related
equipment in BKITCE, BANBEIS for the production of multimedia training
materials and courseware for e-Learning in the future.
2.3. EMIS Software Development
2.3.1. Development of application system and provision of related equipment for
expansion of the existing EMIS in BKITCE, BANBEIS including security software.
2.3.2. EMIS server/client software, GIS interface/customizing, e-school management
system, e-mail, and access control system shall be developed and installed.
2.3.3. Training of Upazila staff for management of the centre and local EMIS operation
and management.
Page 126
Section VI. Technical Requirements
121
2.4. Training
2.4.1. Provide local training kits and additional related items for ToT and teacher training
in 128 Upazilas.
2.4.2. Provide foreign training for development of professional skill of personnel of
BANBEIS, MOE, ERD in Korea in the field of Managerial training for planning &
management of ICT training & EMIS, the course on dynamic website, multimedia
contents development, and remote sensing and the course on GIS and EMIS data
management & data modeling in Korea.
2.4.3. Dispatch the Korean experts for knowledge and technology transfer, how to use
DMC equipment, how to operate multimedia studio and main briefing room, how to
design and produce multimedia contents for ICT education, and how to develop
dynamic website after establishment of DMC and Main Briefing Room.
2.5. Full Turn-Key project
2.5.1. Detailed design and BOQ of the building and technical specifications of various
components of the required equipment/services are given in Technical
Requirements of this document.
2.5.2. The scope of provision shall cover survey, subsoil investigation, designing &
drawing, building construction, supplying, installing, training, testing and
commissioning of equipment and materials and related facilities on “Full Turn-
Key” basis.
2.5.3. A report shall be submitted to BANBEIS' project office after completion of that
work.
2.6. Site survey, Subsoil Investigation and Planning &Design Service
2.6.1. As part of its turn-key responsibility, the successful bidder shall be responsible to
provide all services related to site survey, subsoil investigation and planning &
design for all construction of buildings and installation of equipment/systems
covered by this purchase.
2.6.2. All costs for materials and service shall be quoted and failure to quote shall be
considered that the bidder proposes to provide this service totally "free of charge"
to BANBEIS.
2.7. Installation and Commissioning service
2.7.1. The Bidder shall be responsible to provide all services related to installation,
testing, commissioning services for all equipment/system covered by this purchase.
The Bidder, in his offer, shall show details of required installation and
commissioning services for 128 UITRCE, DMC & Main Briefing Room, EMIS
related equipment and application systems in BANBEIS separately.
Page 127
Section VI. Technical Requirements
122
2.8. Inspection before shipment
2.8.1. Inspection of equipment before shipment in Korea, to be termed as
“Inspectionbefore shipment”, shall be carried out for all equipment to be supplied
under this purchase. The procedure for such inspection shall have to be approved
by BANBEIS before shipment. BANBEIS personnel will inspect the equipment to
check their conformity with Bidding Documents, contract and BOQ specifications.
2.8.2. Bidder shall include in his offer unit price (per person basis) for this inspection. If
the bidder does not agree to this clause, its disagreement shall be considered as a
“Major Deviation.”
2.8.2.1. Number of BANBEIS Engineers: 2 (two) per shipment
2.8.2.2. Number of working days: 7 (seven) per shipment
2.8.2.3. Per diem charge to BANBEIS Engineers: 150 (One hundred and fifty)USD
per day (including holidays in between) per person
2.8.2.4. Other facilities: Local Transportation, Standard Accommodation, Medical
Services (if required), Both way Full-fare Air Ticket
2.9. Testing
2.9.1. Provisional Acceptance Test(PAT)
2.9.1.1. Before Provisional Acceptance of the constructed building and installed
system/equipment, BANBEIS representatives shall carry out, on site,
detailed check of building and tests of all equipment to ascertain their
inter-working ability with relevant equipment of the other manufacturers,
working reliability, concurrence to agreed technical and other
specifications, inventory checking of installed equipment, etc. Such tests
shall be termed as “Provisional Acceptance Test (PAT)”. Prior to the
commencement of such tests, the Supplier/Contractor shall submit a
proposed procedure for the PAT to be subsequently passed by BANBEIS.
The PAT will be done by a joint team of BANBEIS Engineers and
bidder’s Engineers.
2.9.1.2. On completion of construction, installation and self-checking and testing
of any building, system/equipment, the Bidder shall submit 3(three) copies
of self-checking and self-test results to BANBEIS and offer that building
and system/equipment for Provisional Acceptance Test (PAT). BANBEIS
shall start such tests within one month after receipt of the request. The
bidder may, upon agreement by both parties, offer PAT for any part or
parts of the building and total system. BANBEIS may also ask the bidder
for the partial PAT.
2.9.1.3. The bidder shall be totally responsible for arrangement of all equipment,
consumables, test gears and measuring equipment required for the PAT.
2.9.1.4. The bidder’s engineer shall be liable to make necessary arrangement to
complete any kinds of tests requested by BANBEIS PAT members during
PAT procedure.
Page 128
Section VI. Technical Requirements
123
2.9.1.5. In addition, for the PAT of UITRCE, the bidder has to provide per diem
costs to the engineers of BANBEIS as per the following:
a) Number of BANBEIS’s PAT Engineers for all sites covered by this
purchase: 2 (two) persons
b) Number of days allowed for per diem charge: 2(two) working days
per person per site
c) Per diem charge to BANBEIS’s PAT Engineers: 4,000(four thousand)
Taka per person
d) Other facilities: TransportationAllowance 3,000(three thousand) Taka
per person
e) However, the bidder shall note that, if necessary, any or all PAT can
continue for more than the above scheduled period; but, in such case,
the bidder shall not be liable to pay per diem for those additional days.
2.9.2. Final Acceptance Test(FAT)
2.9.2.1. After completion of the PAT, the Engineers of the Bidder will take prompt
necessary steps to remedy all types of defects of building and faults of
equipment and replace all types of faulty equipment at the cost of the
Supplier/Contractor. At the end of the “Performance Security Period for
the Contract”, the overall performance of all equipment will be reviewed
and this review shall be termed as “Final Acceptance Test (FAT).”
2.9.2.2. The review shall include (but not limited to) the required working
reliability and performance standards of the equipment to meet Bidding
Documents specifications, the bidder’s responsiveness to resolve all
shortcomings mentioned in PAT reports and the bidder’s removal of all
pending &outstanding faults or shortages encountered during the
Performance Guarantee Period for the Contract. When this FAT becomes
due, the bidder shall make an official request to BANBEIS for starting of
the FAT and BANBEIS shall start the FAT within one month after receipt
the request from the bidder.
2.9.2.3. The bidder shall be responsible for arrangement of all equipment,
consumables, test gears and measuring equipment required (if any) for
such review tests.
2.9.2.4. In addition, when it is necessary, the bidder has to provide per diem costto
BANBEIS engineer as per the following:
a) Number of BANBEIS’s FAT Engineers for all sites covered by this
purchase: 1 (one) person
b) Number of days allowed for per diem charge: 2(two) working days
per person per site
c) Per diem charge to BANBEIS’s FAT Engineer: 4,000(four thousand)
Taka
d) Other facilities: Transportation3,000(three thousand) Taka per person
e) However, the bidder shall note that, if necessary, any or all FAT can
continue for more than the above scheduled period; but, in such case,
the bidder shall not be liable to pay per diem for those additional days.
Page 129
Section VI. Technical Requirements
124
2.9.3. Integration Test of ICT equipment
2.9.3.1. When the Supplier/Contractor get the PAC of the last or the 128th
(One
hundred twenty-eighth)UITRCE, Supplier/Contractor shall carry out
integration test of all ICT equipment(or sub-equipment) to ascertain their
inter-working ability and conformity with contract between the different
ICT equipment(or sub-equipment).
2.9.3.2. The bidder shall be responsible for arrangement of all equipment,
consumables, test gears and measuring equipment required (if any) for
such test.
2.10. Maintenance Support up to Performance Guarantee Period
2.10.1. The Bidder, at his own cost, shall engage at least 1 (One) resident management
engineer for 2(two) years shall be stationed in Dhaka to provide full maintenance
support for all building and equipment and sites covered by this purchase up to the
end of the Performance Guarantee Period. 1(One) construction engineer and 1(One)
ICT engineer who shall be dispatched 8(eight) times, each dispatch for 4(four)
weeks for remedying the defects of building and operation and maintenance
(O&M). This support service shall start from the date of taking the PAC covered by
this purchase.
2.10.2. The support Engineer shall be fluent in English and shall have enough knowledge
of the building construction and the relevant system to effectively solve all O&M
problems; the engineer must also have at least 3(three) years of prior experience of
providing such support in other countries. The bidder shall be responsible for all
types of expenditure to be borne for the manpower, including all types of
transportation.
2.10.3. The maintenance support service shall cover at least (but not limited to) the
following services.
2.10.3.1. Regular visits to all relevant sites to remedy the defects of building and to
check and monitor different aspects of the working systems.
2.10.3.2. To remain stand-by to respond in the shortest possible time during any call
by BANBEIS.
2.10.3.3. Helping BANBEIS personnel to solve different software and hardware
problems related to proper O&M of the equipment.
2.10.3.4. Identify and remove different bugs in the system's operational software.
2.10.3.5. Helping BANBEIS personnel to properly maintain relevant EMIS related
to O&M of the system.
2.10.3.6. Preparation and submission of reports to BANBEIS about different aspects
of O&M of the system.
2.10.3.7. Giving on-the-job training to BANBEIS personnel about different aspects
of O&M.
2.10.3.8. Advising BANBEIS about different aspects of O&M, system
dimensioning, expansion, etc.
Page 130
Section VI. Technical Requirements
125
2.10.4. Bidders’ refusal to offering of the Maintenance Support specified in this clause
shall be treated as “NonResponsive.”
2.11. Performance Guarantee Period
2.11.1. The bidder’s offer shall include “Performance Guarantee Period” for the whole
building,equipment and system covered by this purchase. This period shall deem to
have started from “the date of effect” of each PAC of the contract and last for
2(two) calendar years.
2.11.2. During the period of this Guarantee, the bidder shall offer all material, equipment,
services and Maintenance support as described in relevant clauses for Spare Parts
and “Maintenance Support up to Guarantee Period.”
2.11.3. Bidders’ refusal to offering of the guarantee specified in this clause shall be treated
as “Non Responsive.”
2.12. Maintenance Spares for buffer stock
2.12.1. The Bidder shall quote the “Maintenance spares” with a detail list for the quoted
“Maintenance Spares” to be maintained as a central buffer stock by BANBEIS
which will be sufficient for running the system for 2 (Two) years from “the date of
effect” of the Provisional Acceptance Certificate (PAC).
2.12.2. The list must include the following.
2.12.2.1. Specification of entire spare parts: Refer to “D. Technical Requirement of
ICT Training Equipment in BANBEIS 7. Spare Parts” and “E. Technical
Requirement of ICT Training Equipment in UITRCE 10. Spare Parts.”
2.12.2.2. Server in BANBEIS: at least HDD 7ea and Power Supply 3ea should be
supplied for buffer stock.
2.12.2.3. Local Server in UITRCE: PC for spare part shall be used as spare part of
local server during recovery time of failure.
2.12.2.4. Storage in BANBEIS: at least HDD 3ea and Power Supply 1ea should be
supplied for buffer stock.
2.12.2.5. Backbone Switch: the bidder shall supply spare Backbone Switch with the
same specification as [Table D-6] The List of Items for Spare Parts at “D.
Technical Requirement of ICT Training Equipment in BANBEIS 7. Spare
Parts.”
2.12.2.6. Router in BANBEIS: the bidder shall supply a spare router with same
specification as E. Technical Requirement of ICT Training Equipment in
UITRCE 5.2.4. Router.
2.12.3. The quotation for such list (refer to [Section VII. 2.3.4.])is mandatory and failure to
quote shall be regarded as “non-compliance” and it shall be considered that the
bidder proposes to supply any quantity of spares, as fixed up by BANBEIS during
contract negotiation.
Page 131
Section VI. Technical Requirements
126
2.13. Spare parts Guarantee
2.13.1. The Bidder shall provide a separate guarantee (as per [Section VII. 5.a]) to the
effect that they shall guarantee the flow and availability of all spare parts and units
without major design changes for at least 2(two) years from “the date of effect” of
the Provisional Acceptance Certificate (PAC). If, within this period, there is any
major design change or stoppage of production of supplied equipment, the bidder
shall bear all the costs related to provision of alternate solutions.
2.13.2. If the bidder disagrees to the form of the guarantee, as shown in [Section VII.5.a.],
the bid shall be considered as“Major Deviation.”
2.14. Certificate to be issued
2.14.1. Provisional Acceptance Certificate(PAC)
2.14.1.1. Upon successful completion of the PAT for any, or all building and
equipment covered by this purchase, the relevant authority of BANBEIS,
shall issue a “Provisional Acceptance Certificate” (PAC) for the building
and system/equipment concerned. The exact breakdown of the purchase
into various PAC components and the number of PACs to be issued shall
be agreed upon between BANBEIS and the bidder during contract
negotiation.
2.14.2. Final Acceptance Certificate(FAC)
2.14.2.1. After completion of the FAT, if and only if, no outstanding issue has been
detected, “Final Acceptance Certificate” (FAC) shall be issued by the
relevant authority of BANBEIS.
2.14.3. Certificate of Commencement of Work(CCW)
2.14.3.1. On commencement of the project work and on receipt of written request
from the bidder, the Project Office of BANBEIS will issue “Certificate of
Commencement of Work (CCW).”
2.14.4. Successful Completion of Services’ Certificate(SCSC)
2.14.4.1. During implementation period of the turn-key contract, the bidder shall
provide various time-bound services like EMIS development, training, and
maintenance assistance service.On completion of such service components
and on receipt of written request from the bidder, the Project office of
BANBEIS shall issue “Successful Completion of Services’ Certificate
(SCSC)” for each of such service components. The exact breakdown of the
purchase into various SCSC components and the number of SCSCs to be
issued shall be agreed upon between BANBEIS and the bidder during
contract negotiation.
Page 132
Section VI. Technical Requirements
127
2.14.5. Arrival of Goods and Materials Certificate
2.14.5.1. During implementation period of the turn-key contract, the bidder shall
ship various consignments of foreign goods and materials and shall also
supply items from local market. On arrival of such consignments to
BANBEIS sites or BANBEIS stores (whichever is applicable) and on
receipt of written request from the bidder, the relevant office of BANBEIS
shall issue “Arrival of Goods and Materials Certificate” for each of such
consignments. The number of such consignments shall be decided by the
bidder in accordance with its approved implementation plan.
2.14.6. Progress Certificate
2.14.6.1. During implementation period of the turn-key contract, the
Supplier/Contractor shall submit “Quarterly Progress Report” After receipt
of such report, the Project office of BANBEIS shall issue a “Quarterly
Progress Certificate” to the Supplier/Contractor.
2.14.7. Certificate for completion of Training service
2.14.7.1. During implementation period of the turn-key contract, the
Supplier/Contractor shall provide Training Services. After the completion
of such Training Services, the relevant office of BANBEIS shall issue a
“Certificate for completion of Training Service” to the Supplier/Contractor.
2.14.8. Certificate for clearance of Obligations
2.14.8.1. After the end of Performance Guarantee period, the Supplier/Contractor
shall give a written undertaking to the Procurement Office of BANBEIS to
the effect that, in relation to the turn-key execution of the contract, it has
no outstanding dues, liabilities and obligations towards any organization
inside Bangladesh. After receipt of such undertaking and ascertaining the
same by proper verification, the relevant office of BANBEIS shall issue a
“Certificate for Clearance of Obligations” to the Supplier/Contractor. Such
a certificate shall be issued only if no such dues, liabilities and obligations
are detected.
2.15. Quotation for additional equipment
2.15.1. If the bidder thinks that any additional system/equipment, not listed in this
document, is needed for proper implementation and subsequent O&M of the
proposed system/equipment, he shall quote for such system/equipment. If any such
system/equipment is not quoted, it shall be deemed that no additional
system/equipment is necessary for proper implementation and subsequent O&M of
the proposed system/equipment. If during implementation and subsequent O&M up
to performance guarantee period, either the bidder or the purchaser finds that any
additional system/equipment are obligatory for proper implementation and
subsequent O&M of thesystem/equipment, the bidder shall be liable to supply such
systems or equipment, whatever be the required quantity.
Page 133
Section VI. Technical Requirements
128
2.16. Possibility of change in scope of work and BOQ
2.16.1. The Bidder shall note that the Bidding Documents has been prepared based on a
preliminary survey of several sites, the existing facilities in BANBEIS and detail
design and BOQ of building. During BOQ finalization with the successful bidder
the proposed design of building, equipment/system and network may be changed
depending upon the actual requirement at that time and based on that finalized
building, network and equipment/system design the size, number, location, etc. of
different type of building and equipment may also be changed accordingly, even
some item(s) may be dropped and added but total Bill of Quantities (BOQ) prices
shall be within the amount in purchase proposal approved by the competent
authority.
2.17. Omission of any Mandatory Items in the Contracted BOQ
2.17.1. The bidder shall note that, even if any or many work(s), building or equipment or
service(s) mentioned in this document as mandatory, is not mentioned in the
contract BOQ for any reason, the bidder shall not be automatically relieved of his
responsibility for those items. But if such omission(s) has (have) previously been
agreed, in writing, by BANBEIS, the bidder shall not be made liable for such
omitted items. Such approved omissions, if any, shall have to be put either into the
contract document or into any other document which subsequently is declared as
part of the contract.
2.18. Role & Responsibility of each party
2.18.1. All administrative procedure including procedures to get permissions for the
Supplier/Contractor to come in and go out organizations which shall be included in
the scope of the project for the survey of facilities and environment and the
construction and installation works and procedures to assign the person who shall
be in charge of the project in each organization shall be processed by the Purchaser
timely. All required information including the location of the organizations shall be
provided by the Purchaser timely.
2.18.2. The Supplier/Contractor shall be responsible for all matter related with the
copyright, license to use, and patent right related with the products and services
which it shall provide.
2.18.3. The installation of servers, storage, network equipment and the other related
equipment.
2.18.3.1. The Supplier/Contractor shall provide facilities, equipment and software
which shall be required for the project execution in principle. If necessary,
the Supplier/Contractor shall use the Purchaser’s facilities, equipment and
software with the approval of the purchaser.
2.18.3.2. Before installation of DMC and EMIS server room in BANBEIS, the
Supplier/Contractor shall survey BANBEIS building and submit detail
design and layout plan for the approval of the purchaser.
2.18.3.3. Existing UTP cables which connect local network in BANBEIS can be
reused. UTP which connect new equipment shall be installed.
Page 134
Section VI. Technical Requirements
129
2.18.3.4. The Supplier/Contractor shall be responsible for the installation and O&M
of the newly provided equipment.
2.18.4. Environment facilities which are not covered by this Bidding Documents shall be
done by the Purchaser.
2.19. Prevalence of different clauses and Sections
2.19.1. If, for any item, the contents of a Clause of any Section contradict with the contents
of any other Clause of the same or other Section of the Bidding Documents, the
prevalence of the Clause shall be as follows:
2.19.1.1. In case of different Section, later Section shall supersede previous Section.
2.19.1.2. In case of same Section, later Clause shall supersede previous Clause.
2.19.1.3. In case of later corrections by BANBEIS, corrections shall prevail with its
due position.
2.20. Qualification of project manpower
2.20.1. Manpower of ICT
2.20.1.1. Project Manager (1 person)
The Project Manager will be in charge of the overall project under the
contract. He/she should be a graduate in in the relevant fields of ICT
engineering or other relevant field. He/she should be sufficiently fluent in
the English language for day-to-day communication. He/she must also
have at least ten (10) years of experience and at least three (3) references
as a project manager in the ICT project.
2.20.1.2. Hardware and Network Expert (1 person)
He/she will be in charge of Hardware and Network installation in the
project. He/she should be a graduate in the relevant fields of ICT
engineering and should be sufficiently fluent in the English language for
day-to-day communication. He/she should also have proven experience in
ICT Hardware and Network installation project for five (5) years as a
Hardware/Network engineer.
2.20.1.3. Application Development Expert (1 person)
He/she will be in charge of EMIS application development under this
project. He/she should be a graduate in the relevant fields of ICT
engineering and should be sufficiently fluent in the English language for
day-to-day communication. He/she should also have proven experience in
application development project for five (5) years as a software
development expert.
2.20.1.4. Multimedia Content Development Expert (2 persons)
He/she will be in charge of developing multimedia contents in the project.
He/she should be a graduate in the relevant fields of ICT, e-learning or
educational engineering and should be sufficiently fluent in the English
language for day-to-day communication. He/she should also have proven
Page 135
Section VI. Technical Requirements
130
experience in multimedia contents development project for five (5) years
as a multimedia content development expert.
2.20.2. Manpower of Construction
2.20.2.1. Project Manager (1 person)
The Project Manager will be in charge of the overall the construction
management of 128 UITRCEs under the contract. He/she should be a
graduate in the relevant fields of construction engineering or other relevant
field. He/she should be sufficiently fluent in the English language for day-
to-day communication. He/she must also have at least ten (10) years of
experience and at least three (3) references as a project manager in the
construction project.
2.20.2.2. Construction Expert (2 persons)
He/she will be in charge of the construction management of assigned
UITRCEs in the project. He/she should be a graduate in the relevant fields
of construction engineering and should be sufficiently fluent in the English
language for day-to-day communication. He/she should also have proven
experience in construction project for five (5) years as an engineer in the
relevant field.
2.21. Bidder’s Certification
2.21.1. The bidder, Main SI Company should have a certification of IMSor ISO or IEEE
and must submit certificate in the bid proposal. If the bidder doesn’t submit one of
these certifications, it should be considered as “Major Deviation.”
2.22. Deviations from BANBEIS's requirements
2.22.1. The bidder shall note that, during submission of the bid, if he does not comply to
any or many requirement and/or specification and/or terms or conditions set forth in
this document or proposes any alternate specification and/or terms and/or
conditions; such non-compliance and/or alternate specification and/or terms and/or
conditions shall not be binding upon BANBEIS until and unless such non-
compliance and/or terms and/or conditions have been incorporated in writing in the
Purchase Contract.
Page 136
Section VI. Technical Requirements
131
3. Project Implementation Schedule
[Table 0-1] Project Implementation Schedule
TASK Schedule/Month
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
UITRCE
Building Construction
Mobilization(sub-contracting,
preparation of construction, site
survey, subsoil investigation, layout
plans)
Construction of 128 UITRCE
buildings
ICT Equipment(order, inspection,
shipment, transportation)
ICT Equipment Installation in 128
Upazilas
PAT of UITRCE building and ICT
equipment
BANBEIS
BANBEIS Equipment(order, shipping,
transportation)
Construction of DMC, Main Briefing
Room and Installation of EMIS Server
PAT of BANBEIS equipment,
System and Package Software
EMIS Software Development
EMIS Software Development,
Analysis & Design
Coding and related Module
development
System Test
PAT of EMIS System
Training
Local Training
Training of Teachers
Production of Training Manual
Foreign Training
Managerial Training
Multimedia Contents and Remote
Sensing / GIS
EMIS Data Management & Data
Modeling(1st,2nd)
Expert Dispatch
Integration Test
Page 137
Section VI. Technical Requirements
132
B. ENVIRONMENTAL AND OTHER REQUIREMENTS
1. Introduction of Project
Bidder shall bear the full responsibility to ensure that all of the supplied equipment is capable of
operating in Bangladesh environment without degradation. All of the supplied equipment must
work satisfactorily under the following environmental conditions. Deviation from these values
shall be considered as “Major Deviation.”
1.1. Normal Operation
1.1.1. Ambient Temperature: 5°C to 40°C
1.1.2. Relative Humidity: Up to 80% at non-condensing
1.2. Storage and Transportation in Packages
1.2.1. Ambient Temperature: -20°C to 60°C
1.2.2. Relative Humidity: Up to 90% at non-condensing
2. Physical Requirement
All components of all of the equipment shall be of highest possible quality design and fully
tropicalized to be used for continuous operation. The metal surface shall either be galvanized or
painted by spray or plated with surface treatment. There shall be no sharp edges or projections.
All power equipment and cables shall be protected with fuses of proper ratings. All equipment
racks, sub-racks and slots shall be clearly marked in English letters for proper recognition. All
equipment racks, sub-racks and slots shall also be provided with proper earthing and shall be
protected against any surge.
3. Operating Voltage
The equipment shall operate satisfactorily on the nominal voltage of 230V AC and within a
voltage range of 207 to 253 Volts AC. Deviation from these values shall be considered as
“Major Deviation.”
Page 138
Section VI. Technical Requirements
133
C. TECHNICAL REQUIREMENT OF BUILDING CONSTRUCTION
1. Introduction
1.1. Scope of the Construction Works
The Construction Works to be undertaken by the Supplier/Contractor in terms of this
Contract will include:
1.1.1. Construction of buildings which is infrastructure for Upazila ICT Training &
Resource Center for Education(UITRCE) with total floor area of 410m2 per each
building in 128 Upazilas (128 UITRCE Buildings) according to the Drawings,
Technical Specifications and BOQ;
1.1.2. Site Survey and Subsoil Investigation for each Site; and
1.1.3. Layout Plans for each Site
1.2. Scale of Building
The scale of a Building is as follows and 128 Buildings are the same.
1.2.1. 2-story building
1.2.2. Ground Floor with floor area of 197.04m2
1.2.3. 1st Floor with floor area of 197.04m2
1.2.4. Porch for the entrance with area of 11.36m2
1.2.5. Pent House with area of 15.90m2 and Roof Top
1.2.6. Refer to[Section VIII] for the details.
1.3. Construction Period
The Supplier/Contractor shall complete the Construction Works within seventeen (17)
months from the Effective Date of Contract.
1.3.1. The Construction Works is divided into two major phases: Mobilization and Actual
Construction.
1.3.2. The period of Mobilization is four (4) months and Actual Construction is thirteen
(13) months.
1.4. Distribution of the Construction Works
The Supplier/Contractor shall distribute the 128 UITRCE Buildings to appropriate number of
local Subcontractors for the effective management of the Construction Works. The
Supplier/Contractor should submit the list of local subcontractors with their qualification for the
consent of purchaser within 1 (one) month from the effective date of contract.
Page 139
Section VI. Technical Requirements
134
1.5. List of Upazilas and Summary of UITRCE Sites by Zone
The 128 Upazilas for this Project are listed up as below.
List of Upazilas for the Construction Works
[Table C-1] Barisal Division: 13 Upazilas
Dist. Serial District Site No. UITRCE Upazila Location
1 Barguna 1 Bamna Bamna Upazila Complex, Barguna Dist. Barisal Div.
2 Amtali Amtali Upazila Complex, Barguna Dist. Barisal Div.
2 Barisal
3 Bakerganj Bakerganj Upazila Complex, Barisal Dist. Barisal Div.
4 Muladi Muladi Upazila Complex, Barisal Dist. Barisal Div.
5 Wazirpur Wazirpur Upazila Complex, Barisal Dist. Barisal Div.
3 Bhola 6 Borhanuddin
Borhanuddin Upazila Complex, Bhola Dist. Barisal
Div.
7 Charfesson Charfesson Upazila Complex, Bhola Dist. Barisal Div.
4 Jhalakathi
8 Nalchity Nalchity Upazila Complex, Jhalakathi Dist. Barisal
Div.
9 Kathalia Kathalia Upazila Complex, Jhalakathi Dist. Barisal
Div.
5 Patuakhali
10 Bauphal Bauphal Upazila Complex, Patuakhali Dist. Barisal
Div.
11 Galachipa Galachipa Upazila Complex, Patuakhali Dist. Barisal
Div.
6 Pirojpur
12 Nesarabad Nesarabad Upazila Complex, Pirojpur Dist. Barisal
Div.
13 Bhandaria Bhandaria Upazila Complex, Pirojpur Dist. Barisal
Div.
[Table C-2] Chittagong Division: 21 Upazilas
Dist. Serial District Site No. UITRCE Upazila Location
7 Bandarban 14 BandarbanSadar BandarbanSadar Upazila Complex, Bandarban Dist.
Chittagong Div.
8 Khagrachari 15 KhagrachariSadar KhagrachariSadar Upazila Complex, Khagrachari Dist.
Chittagong Div.
9 Rangamati 16 RangamatiSadar RangamatiSadar Upazila Complex, Rangamati Dist.
Chittagong Div.
10 Brahmanbaria
17 Sarail Sarail Upazila Complex, Brahmanbaria Dist.
Chittagong Div.
18 Nabinagar Nabinagar Upazila Complex, Brahmanbaria Dist.
Chittagong Div.
11 Chandpur
19 Matlab South Matlab South Upazila Complex, Chandpur Dist.
Chittagong Div.
20 Faridganj Faridganj Upazila Complex, Chandpur Dist.
Chittagong Div.
12 Comilla
21 Daudkandi DaudkandiUpazila Complex, Comilla Dist. Chittagong
Div.
22 Burichang Burichang Upazila Complex, Comilla Dist. Chittagong
Div.
23 Chandina Chandina Upazila Complex, Comilla Dist. Chittagong
Div.
Page 140
Section VI. Technical Requirements
135
Dist. Serial District Site No. UITRCE Upazila Location
24 Chauddyagram Chauddyagram Upazila Complex, Comilla Dist.
Chittagong Div.
13 Chittagong
25 Rawzan Rawzan Upazila Complex, Chittagong Dist.
Chittagong Div.
26 Sitakunda Sitakunda Upazila Complex, Chittagong Dist.
Chittagong Div.
27 Patiya Patiya Upazila Complex, Chittagong Dist. Chittagong
Div.
28 Chandanaish Chandanaish Upazila Complex, Chittagong Dist.
Chittagong Div.
14 Cox’s Bazar
29 Chakaria Chakaria Upazila Complex, Cox’s Bazar Dist.
Chittagong Div.
30 Ramu Ramu Upazila Complex, Cox’s Bazar Dist. Chittagong
Div.
15 Feni 31 Chhagalnaiya Chhagalnaiya Upazila Complex, Feni Dist. Chittagong
Div.
16 Lakshmipur 32 Raipur Raipur Upazila Complex, Lakshmipur Dist. Chittagong
Div.
17 Noakhali
33 Chatkhil ChatkhilUpazila Complex, Noakhali Dist. Chittagong
Div.
34 Companiganj Companiganj Upazila Complex, Noakhali Dist.
Chittagong Div.
[Table C-3] Sylhet Division: 8 Upazilas
Dist. Serial District Site No. UITRCE Upazila Location
18 Habiganj
35 Chunarughat Chunarughat Upazila Complex, Habiganj Dist. Sylhet
Div.
36 Baniachang Baniachang Upazila Complex, Habiganj Dist. Sylhet
Div.
19 Moulvibazar
37 Kularua Kularua Upazila Complex, Moulvibazar Dist. Sylhet
Div.
38 Rajnagar Rajnagar Upazila Complex, Moulvibazar Dist. Sylhet
Div.
20 Sunamganj
39 Chhatak Chhatak Upazila Complex, Sunamganj Dist. Sylhet
Div.
40 Jamalganj Jamalganj Upazila Complex, Sunamganj Dist. Sylhet
Div.
21 Sylhet
41 Beanibazar Beanibazar Upazila Complex, Sylhet Dist. Sylhet Div.
42 Sadar Sadar Upazila Complex, Sylhet Dist. Sylhet Div.
[Table C-4] Dhaka Division: 31 Upazilas
Dist. Serial District Site No. UITRCE Upazila Address
22 Dhaka 43 Savar Savar Upazila Complex, Dhaka Dist. Dhaka Div.
44 Nawabganj Nawabganj Upazila Complex, Dhaka Dist. Dhaka Div.
23 Gazipur 45 Kaliganj Kaliganj Upazila Complex, Gazipur Dist. Dhaka Div.
46 Sreepur Sreepur Upazila Complex, Gazipur Dist. Dhaka Div.
24 Manikganj 47 Ghior Ghior Upazila Complex, Manikganj Dist. Dhaka Div.
Page 141
Section VI. Technical Requirements
136
Dist. Serial District Site No. UITRCE Upazila Address
25 Munshiganj 48 Tongibari Tongibari Upazila Complex, Munshiganj Dist. Dhaka
Div.
26 Narayanganj 49 Sonargaon Sonargaon Upazila Complex, Narayanganj Dist. Dhaka
Div.
27 Narsingdi
50 Raipura Raipura Upazila Complex, Narsingdi Dist. Dhaka Div.
51 Monohardi Monohardi Upazila Complex, Narsingdi Dist. Dhaka
Div.
28 Faridpur 52 Boalmari Boalmari Upazila Complex, Faridpur Dist. Dhaka Div.
53 Sadarpur Sadarpur Upazila Complex, Faridpur Dist. Dhaka Div.
29 Gopalganj
54 Tungi Para Tungi Para Upazila Complex, Gopalganj Dist. Dhaka
Div.
55 Muksudpur Muksudpur Upazila Complex, Gopalganj Dist. Dhaka
Div.
30 Madaripur 56 Kalkini Kalkini Upazila Complex, Madaripur Dist. Dhaka Div.
31 Rajbari 57 Baliakandi Baliakandi Upazila Complex, Rajbari Dist. Dhaka Div.
32 Shariatpur 58 Naria Naria Upazila Complex, Shariatpur Dist. Dhaka Div.
33 Jamalpur
59 Islampur Islampur Upazila Complex, Jamalpur Dist. Dhaka Div.
60 Madarganj Madarganj Upazila Complex, Jamalpur Dist. Dhaka
Div.
34 Sherpur 61 Nalitabari Nalitabari Upazila Complex, Sherpur Dist. Dhaka Div.
35 Kishoreganj
62 Pakundia Pakundia Upazila Complex, Kishoreganj Dist. Dhaka
Div.
63 Karimganj Karimganj Upazila Complex, Kishoreganj Dist. Dhaka
Div.
64 Bajitpur Bajitpur Upazila Complex, Kishoreganj Dist. Dhaka
Div.
36 Mymensingh
65 Gaffargaon Gaffargaon Upazila Complex, Mymensingh Dist.
Dhaka Div.
66 Gauripur Gauripur Upazila Complex, Mymensingh Dist. Dhaka
Div.
67 Haluaghat Haluaghat Upazila Complex, Mymensingh Dist. Dhaka
Div.
68 Trishal Trishal Upazila Complex, Mymensingh Dist. Dhaka
Div.
37 Netrakona
69 Atpara Atpara Upazila Complex, Netrakona Dist. Dhaka Div.
70 Purbadhala Purbadhala Upazila Complex, Netrakona Dist. Dhaka
Div.
38 Tangail
71 Kalihati Kalihati Upazila Complex, Tangail Dist. Dhaka Div.
72 Ghatail Ghatail Upazila Complex, Tangail Dist. Dhaka Div.
73 Mirzapur Mirzapur Upazila Complex, Tangail Dist. Dhaka Div.
Page 142
Section VI. Technical Requirements
137
[Table C-5] Khulna Division: 18 Upazilas
Dist. Serial District Site No. UITRCE Upazila Location
39 Bagerhat
74 Rampal Rampal Upazila Complex, Bagerhat Dist. Khulna Div.
75 Morrelganj Morrelganj Upazila Complex, Bagerhat Dist. Khulna
Div.
40 Khulna
76 Paikgachha Paikgachha Upazila Complex, Khulna Dist. Khulna
Div.
77 Dumuria Dumuria Upazila Complex, Khulna Dist. Khulna Div.
78 Dighalia Dighalia Upazila Complex, Khulna Dist. Khulna Div.
41 Satkhira 79 Khaliganj
Khaliganj Upazila Complex, Satkhira Dist. Khulna
Div.
80 Tala Tala Upazila Complex, Satkhira Dist. Khulna Div.
42 Jessore
81 Manirampur Manirampur Upazila Complex, Jessore Dist. Khulna
Div.
82 Bagharpara Bagharpara Upazila Complex, Jessore Dist. Khulna
Div.
83 Jhikargacha Jhikargacha Upazila Complex, Jessore Dist. Khulna
Div.
43 Jhenaidah
84 Maheshpur Maheshpur Upazila Complex, Jhenaidah Dist. Khulna
Div.
85 Sailkupa Sailkupa Upazila Complex, Jhenaidah Dist. Khulna
Div.
44 Magura 86 Mohammadpur Mohammadpur Upazila Complex, Magura Dist.
Khulna Div.
45 Narail 87 Lohagara Lohagara Upazila Complex, Narail Dist. Khulna Div.
46 Chuadanga 88 Damurhuda Damurhuda Upazila Complex, Chuadanga Dist.
Khulna Div.
47 Meherpur 89 Gangni Gangni Upazila Complex, Meherpur Dist. Khulna Div.
48 Kushtia
90 Kumarkhali Kumarkhali Upazila Complex, Kushtia Dist. Khulna
Div.
91 Daulatpur Daulatpur Upazila Complex, Kushtia Dist. Khulna
Div.
[Table C-6] Rajshahi Division: 37 Upazilas
Dist. Serial District Site No. UITRCE Upazila Location
49 Bogra
92 Nandigram Nandigram Upazila Complex, Bogra Dist. Rajshahi
Div.
93 Gabtali Gabtali Upazila Complex, Bogra Dist. Rajshahi Div.
94 Shibganj Shibganj Upazila Complex, Bogra Dist. Rajshahi Div.
50 Joypurhat 95 Khetlal Khetlal Upazila Complex, Joypurhat Dist. Rajshahi
Div.
51 Dinajpur
96 Parbatipur Parbatipur Upazila Complex, Dinajpur Dist. Rajshahi
Div.
97 Nawabganj Nawabganj Upazila Complex, Dinajpur Dist. Rajshahi
Div.
98 Birganj Birganj Upazila Complex, Dinajpur Dist. Rajshahi
Div.
99 Birol Birol Upazila Complex, Dinajpur Dist. Rajshahi Div.
52 Panchagarh 100 Debiganj Debiganj Upazila Complex, Panchagarh Dist. Rajshahi
Div.
Page 143
Section VI. Technical Requirements
138
Dist. Serial District Site No. UITRCE Upazila Location
53 Thakurgaon
101 Baliadangi Baliadangi Upazila Complex, Thakurgaon Dist.
Rajshahi Div.
102 Ranishankail Ranishankail Upazila Complex, Thakurgaon Dist.
Rajshahi Div.
54 Gaibandha
103 Sadullahpur Sadullahpur Upazila Complex, Gaibandha Dist.
Rajshahi Div.
104 Gobindaganj Gobindaganj Upazila Complex, Gaibandha Dist.
Rajshahi Div.
55 Kurigram
105 Ulipur Ulipur Upazila Complex, Kurigram Dist. Rajshahi Div.
106 Nageswari Nageswari Upazila Complex, Kurigram Dist. Rajshahi
Div.
56 Lalmonirhat 107 Kaliganj Kaliganj Upazila Complex, Lalmonirhat Dist. Rajshahi
Div.
57 Nilphamari
108 Kishoreganj Kishoreganj Upazila Complex, Nilphamari Dist.
Rajshahi Div.
109 Dimla Dimla Upazila Complex, Nilphamari Dist. Rajshahi
Div.
58 Rangpur
110 Pirganj Pirganj Upazila Complex, Rangpur Dist. Rajshahi Div.
111 Badarganj Badarganj Upazila Complex, Rangpur Dist. Rajshahi
Div.
112 Kaunia Kaunia Upazila Complex, Rangpur Dist. Rajshahi Div.
59 Pabna
113 Sujanagar Sujanagar Upazila Complex, Pabna Dist. Rajshahi Div.
114 Atgoria Atgoria Upazila Complex, Pabna Dist. Rajshahi Div.
60 Sirajganj
115 Ullapara Ullapara Upazila Complex, Sirajganj Dist. Rajshahi
Div.
116 Kazipur Kazipur Upazila Complex, Sirajganj Dist. Rajshahi
Div.
117 Shahjadpur Shahjadpur Upazila Complex, Sirajganj Dist. Rajshahi
Div.
61 Naogaon
118 Manda Manda Upazila Complex, Naogaon Dist. Rajshahi Div.
119 Patnitala Patnitala Upazila Complex, Naogaon Dist. Rajshahi
Div.
120 Porsha Porsha Upazila Complex, Naogaon Dist. Rajshahi Div.
62 Natore
121 Gurudaspur Gurudaspur Upazila Complex, Natore Dist. Rajshahi
Div.
122 Bagatipara Bagatipara Upazila Complex, Natore Dist. Rajshahi
Div.
63 Nawabganj
123 Nachole Nachole Upazila Complex, Nawabganj Dist. Rajshahi
Div.
124 Shibganj Shibganj Upazila Complex, Nawabganj Dist. Rajshahi
Div.
64 Rajshahi
125 Paba Paba Upazila Complex, Rajshahi Dist. Rajshahi Div.
126 Tanore Tanore Upazila Complex, Rajshahi Dist. Rajshahi Div.
127 Puthia Puthia Upazila Complex, Rajshahi Dist. Rajshahi Div.
128 Bagmara Bagmara Upazila Complex, Rajshahi Dist. Rajshahi
Div.
Page 144
Section VI. Technical Requirements
139
Summary of UITRCE Sites by Zone
[Table C-7] UITRCE Sites by Zone
Zone Number of UITRCE Site
Zone 1 (Barisal) 15
Zone 2 (Dhaka) 16
Zone 3 (Mymensingh) 15
Zone 4 (Chittagong) 16
Zone 5 (Comilla & Sylhet) 16
Zone 6 (Khulna) 16
Zone 7 (Rajshahi) 17
Zone 8 (Rangpur) 17
Total 128
[Table C-8] Distribution of UITRCE Sites by Zone
Zone District UITRCE Sites
Zone 1 (Sites: 15)
Barisal
1. Bakergnaj
2. Muladi
3. Wazirpur
Bhola 4. Borhanuddin
5. Charfesson
Jahlakati 6. Nalchity
7. Kathalia
Pirojpur 8. Nesarabad
9. Bhandaria
Barguna 10. Bamna
11. Amtali
Patuakhali 12. Bauphal
13. Galachipa
Bagerhat 14. Rampal
15. Morrelganj
Zone 2 (Sites: 16)
Dhaka 16. Savar
17. Nawabganj
Gazipur 18. Kaliganj
19. Sreepur
Manikganj 20. Ghior
Munshiganj 21. Tongibari
Narayanganj 22. Sonargaon
Narsigndi 23. Raipura
24. Monohardi
Page 145
Section VI. Technical Requirements
140
Zone District UITRCE Sites
Faridpur 25. Boalmari
26. Sadarpur
Gopalganj 27. Tungipara
28. Muksudpur
Madaripur 29. Kalkini
Rajbari 30. Baliakandi
Shariatpur 31. Naria
Zone 3 (Sites: 15)
Mymensingh
32. Gaffargaon
33. Gauripur
34. Haluaghat
35. Trishal
Jamalpur 36. Islampur
37. Madarganj
Sherpur 38. Nalitabari
Netrakona 39. Atpara
40. Purbadhala
Tangail
41. Kalihati
42. Ghatail
43. Mirzapur
Sirajganj
44. Ullapara
45. Kazipur
46. Shajadpur
Zone 4 (Sites: 16)
Chittagong
47. Rawzan
48. Sitakunda
49. Patiya
50. Chandanaish
Cox’s Bazar 51. Chakaria
52. Ramu
Feni 53. Chhagalnaiya
Lakshmipur 54. Raipur
Noakhali 55. Chatkhil
56. Companiganj
Bandarban 57. Bandarban Sadar
Khagrachari 58. Khagrachari Sadar
Rangamati 59. Rangamati Sadar
Chandpur 60. Matlab South
61. Faridganj
Comilla 62. Choddyagram
Zone 5 (Sites: 16)
Sylhet 63. Beanibazar
64. Sadar
Habiganj 65. Chunarughat
66. Baniachang
Page 146
Section VI. Technical Requirements
141
Zone District UITRCE Sites
Moulvibazar 67. Kulaura
68. Rajnagar
Sunamganj 69. Chhatak
70. Jamalganj
Brahmanbaria 71. Sarail
72. Nabinagar
Comilla
73. Burichang
74. Chandina
75. Daudkandi
Kishoreganj
76. Karimganj
77. Bajitpur
78. Pakundia
Zone 6 (Sites: 16)
Khulna
79. Pikgachha
80. Dumuria
81. Dighalia
Satkhira 82. Kaliganj
83. Tala
Jessore
84. Monirampur
85. Bagharpara
86. Jhikargacha
Jhenaidah 87. Maheshpur
88. Sailakupa
Magura 89. Mohammadpur
Narail 90. Lohagara
Chuadanga 91. Damurhuda
Meherpur 92. Gangni
Kushtia 93. Kumarkhali
94. Daulatpur
Zone 7 (Sites: 17)
Rajshahi
95. Paba
96. Tanore
97. Puthia
98. Bagmara
Nawabganj 99. Nachole
100. Shibganj
Natore 101. Gurudaspur
102. Bagatipara
Naogaon
103. Manda
104. Patnitala
105. Porsha
Pabna 106. Sujanagar
107. Atghoria
Joypurhat 108. Khetlal
Bogra
109. Nandigram
110. Gabtali
111. Shibganj
Zone 8 (Sites: 17) Gaibandha 112. Sadullahpur
113. Gobindaganj
Page 147
Section VI. Technical Requirements
142
Zone District UITRCE Sites
Kurigram 114. Ulipur
115. Nageswari
Lalmonirhat 116. Kaliganj
Nilphamari 117. Kishoreganj
118. Dimla
Rangpur
119. Pirganj
120. Badarganj
121. Kaunia
Dinajpur
122. Parbatipur
123. Nawabganj
124. Birganj
125. Birol
Panchagarh 126. Debiganj
Thakurgaon 127. Baliadangi
128. Ranishankail
2. Mobilization
The period of Mobilization is four (4) months. During the phase of Mobilization the
Supplier/Contractor shall prepare the commencement of Actual Construction. The works to be
taken by the Supplier/Contractor during the period of Mobilization are as follows:
2.1. Assignment of Subcontractors
2.1.1. The Supplier/Contractor shall select reliable and experienced, at least, eight (8)
local Subcontractors which have construction capability to carry out the
Construction Works.
2.1.2. The Supplier/Contractor shall submit the local Subcontractors’ official CV to the
Purchaser to prove their construction capability, recognized qualifications and
financial conditions.
2.1.3. The Supplier/Contractor shall submit copies of the sub-contract for the Purchaser’s
consent.
2.1.4. The Supplier/Contractor shall complete the subcontracting within one (1) month
from the Effective Date of Contract.
2.2. Site Survey and Subsoil Investigation
2.2.1. The Supplier/Contractor shall execute site survey and submit the survey reports to
the Purchaser within three (3) months from the Effective Date.
2.2.2. The Supplier/Contractor shall inform the Purchaser with submission of site survey
plans before the site survey is commenced. And the Purchaser will request each
Upazila administrative office, LGED (Local Government Engineering Department)
and EED (Educational Engineering Department) to support the Supplier/Contractor
for the site survey.
Page 148
Section VI. Technical Requirements
143
2.2.3. The survey reports shall basically contain the condition of the sites as follows:
2.2.3.1. Boundary line and current situation of the Sites
2.2.3.2. Necessity of site clearing and filling to be done by the Purchaser
2.2.3.3. Circumstances of adjacent lands
2.2.3.4. Subsoil investigation reports
2.2.3.5. Site level and flood level
2.2.3.6. Location and width of access roads
2.2.3.7. Availability of service power and location of electric poles
2.2.3.8. Availability of public water supply
2.2.3.9. Result of discussion about the layout of Buildings with each Upazila
administrative office, LGED and EED
2.2.3.10. Others to be reported to the Supplier/Contractor
2.3. Layout Plans
2.3.1. After the site survey and discussion with the administrative office of each Upazila,
LGED and EED are completed, the Supplier/Contractor shall submit the layout
plans of the buildings to the Purchaser.
2.3.2. The orientation of the buildings shall not be changed the east and west side, but the
south and north side may be changed according to the location of access road and
the condition of the sites. The Floor Plans shall be turned when the south side and
north side are changed.
2.3.3. After the layout plans are approved, the Actual Construction may be commenced.
2.4. Selection of Foundation
2.4.1. Four types of foundation have been designed and provided in the Drawings as
follows:
2.4.1.1. Type-1: 1.75 ksf
2.4.1.2. Type-2: 2.0 ksf
2.4.1.3. Type-3: 2.5 ksf
2.4.1.4. Type-4: 3.0 ksf
2.4.2. The Supplier/Contractor shall make the Price Proposal for bids applying the Type-2
foundation for 128 Buildings to estimate the total construction cost.
2.4.3. After the Supplier/Contractor completes the subsoil investigation and submits its
reports to the Purchaser, the suitable type of foundation shall be selected for each
site by the Consultant.
Page 149
Section VI. Technical Requirements
144
2.5. Underground Piles
2.5.1. As a result of the subsoil investigation, if underground pile is needed for some sites,
the Consultant shall report to the Purchaser and the drawings for the piles shall be
provided to the Supplier/Contractor.
2.5.2. The difference between Type-2 and Type-1/Type-3/Type-4 shall be reallocated for
the piles to be installed.
2.6. Saline Treatment
2.6.1. Saline treatment up to grade beam shall be considered for buildings in saline zone.
2.6.2. The Supplier/Contractor shall make the Price Proposal for bids applying the saline
treatment for 10 sites as Provisional Sum to estimate the total construction cost.
2.6.3. After the Supplier/Contractor completes the subsoil investigation and submits its
reports to the Purchaser, the number of buildings that needs the saline treatment
shall be confirmed by the Consultant.
2.7. Preparation for the commencement of Actual Construction
2.7.1. During the four (4) months for Mobilization, the Supplier/Contractor shall execute
the works above and complete the preparation for Actual Construction.
2.7.2. If the Supplier/Contractor could not complete Mobilization within four (4) months,
the Supplier/Contractor shall submit a written report to the Purchaser to change the
date of commencement of Actual Construction. In this case, the Date of
Completion shall not be changed otherwise unless the Purchaser approves to grant
additional time.
3. Actual Construction
The Supplier/Contractor shall commence Actual Construction as soon as Mobilization is
completed and complete Actual Construction within seventeen (17) months after the Effective
Date of Contract.
Page 150
Section VI. Technical Requirements
145
D. TECHNICAL REQUIREMENT OF ICT TRAINING EQUIPMENT
IN BANBEIS
1. Introduction
BANBEIS is going to establish Digital Multimedia Center, Main Briefing Room and EMIS
Server Room in BKITCE,BANBEIS.
[Figure D-1] Diagram of Entire Training Equipment
1.1. Installation Place& Consideration
1.1.1. Digital Multimedia Centre and Main Briefing Room will be in the 2nd floor of
Page 151
Section VI. Technical Requirements
146
BANBEIS. The current conference room, one room and storage will be used for the
implementation of Digital Multimedia Centre and Main Briefing Room.
1.1.2. EMIS Server Room will be in the 4th floor of BANBEIS. Currently the place is
used for the server room and network equipment room. The bidder should
reorganize the place.
1.1.3. The bidder should consider standard electrical voltage and frequency in
Bangladesh. In addition the bidder should propose the electrical ICT training
equipment which supports local standard AC power plug to meet the local
environment.
1.2. Detailed Design and Layout Plan
1.2.1. After the contract for the project, the Supplier/Contractor shall survey each places
of Digital Multimedia Center, Main Briefing Room and EMIS Server Room in
BKITCE, BANBEIS and submit detail design and layout plan to the project office
of BANBEIS.
1.2.2. The detail design and layout plan shall be approved by the project office of
BANBEIS.
2. Digital Multimedia Center (DMC)
Digital Multimedia Center is established for multimedia content development to prepare for later
multimedia training and e-Learning. DMC consists of two rooms. One is a studio for recording
educational contents, and the other is a control room for editing recorded contents.It is going to
be placed in the 2nd floor of BANBEIS. In the entire space (5,000 x 10,000 mm size), space of
studio is approximately 5,000 x 7,000 mm, and space of the control room is 5,000 x 3,000 mm.
The detailed requirements of Digital Multimedia Center mentioned below have to be included in
the bidder’s proposal.
2.1. BOM/BOQ
[Table D-1] The List of Equipment for DMC
No. Classification of Equipment Q’ty Remark
1 Virtual Studio 1
2 Multi CD/DVD Copier 1
3 CD/DVD Printer 1
4 Camera 2
5 Studio Lighting 1
6 External HDD 3
7 HD/SDI Switch 1
Page 152
Section VI. Technical Requirements
147
No. Classification of Equipment Q’ty Remark
8 17" LCD HD-SDI Monitor 3
9 55" LCD Monitor 1
10 HD Video Recorder 2
11 Audio/Video Patch 1
12 Modular System 1
13 Tally & Clock System 1
14 Sync Distribution AMP 1
15 Digital Audio Mixer 1
16 Micro Phone & MIC System 2
17 DP System 1
18 Monitoring Speaker 4
19 Analog Audio/Video Dist. AMP 1
20 Rack & Console 1
21 Power Distribution AMP 2
22 Installation Material 1
23 Air conditioner 2
2.2. Technical Specification
The specifications in this chapter cover the technical requirements of all the ICT
training equipment for Digital Multimedia Center.
2.2.1. Virtual Studio
2.2.1.1. H/W requirements
a) End-to-end HD video pipeline including effects, keying and virtual
sets
b) 3ch HD 1080i/720p SDI, Component BNC input
c) 3ch SD 4:3 / 16:9 Component, Composite, Y/C BNC input
d) 3ch HD-SDI or SD-SDI output
e) 2ch Analog HD Composite or SD component output
f) 32bit Chromakey
g) 96KHz, 24bit 4ch surround audio
h) MPEG-2 i-frame live recording (1920x1080i)
2.2.1.2. S/W requirements
a) Non-linear video editing S/W should be included
b) At least 3 caption layers should be provided
Page 153
Section VI. Technical Requirements
148
c) Support for various positioning / sizing / transition for caption
d) Support for DDRs 1ch by Built-in Codec
2.2.2. Multi CD/DVD Copier
2.2.2.1. Required features
a) 10 CD rooms, copy 10 CD/DVDsat the same time
b) Support for copy from USB memory and SD memory to CD/DVD
media
2.2.3. CD/DVD Printer
2.2.3.1. Required features
a) Label printer on the surface of CD/DVD
b) Maximum resolution: 5760 x 1440 dpi
c) Printing method: Ink jet
d) Print speed: 11 sec per color photo
e) Interface: USB 2.0
2.2.4. Camera
2.2.4.1. Required features
a) High definition studio video camera to support 1080i standard
b) Support HDV and DVCAM formats
c) High capacity battery pack and other power feeds
d) Supportfor S-video and component outputs
e) Tripod and tripod adapter should be included.
2.2.5. Studio Lighting
2.2.5.1. Required features
a) Batten, Fly Duct
b) C-type consent
c) Wall pocket, Horizon light
d) Flux light, spot light
e) Board light
f) Blue or green wall paint screen
2.2.6. External HDD
2.2.6.1. Required features
a) External Hard Disk Drive
b) Interface: USB 2.0, e-SATA
c) Disk capacity: 1 TB
Page 154
Section VI. Technical Requirements
149
2.2.7. HD/SDI Switch
2.2.7.1. Video Switcher
a) HD/SDI Video switcher
b) Supporting format
- HD mode: 1080/60i, 1080/59.94i, 1080/50i, 1080/24PsF,
1080/23.98PsF, 720/60p, 720/59.94p, 720/50p
- SD mode: 625/50 (PAL)
c) Interface: RS-422, Editor, ARCNET, Ethernet, GPI, Tally, etc.
d) Screen display type for multi viewer: Quad, 10-split, 16-split channel
display
2.2.7.2. Control Panel
a) Provision of GUI based remote control software for full remote switch
control over LAN
2.2.7.3. Video Input Card
a) HD/SD SDI input card that provides 4 inputs interface
b) Input resolution
- HD mode: 1024x768 (XGA), 1280x1024 (SXGA), 1600x1200
(UXGA), 1280x768 (WXGA), 1680x1050 (WSXGA), 1920x1200
(WUXGA)
- SD mode: 640x480 (VGA), 800x600 (SVGA), 1024x768 (XGA)
2.2.8. 17” LCD HD/SDI Monitor
2.2.8.1. Required features
a) 17” HD/SDI Monitor
b) Support for 1366x768 resolution with High Contrast 900:1
c) Provision of 2 x HD/SD SDI inputs, 1 x HD/SD throughout, 1 x DVI-I
input
d) Analog component/Composite/S-Video/RGB inputs
e) 19” Rack mount kit
2.2.9. 55” LCD Monitor
2.2.9.1. Required features
a) Type / Display Technology: Flat-Panel / LED
b) Resolution: 1080p (Display Resolution 1920 x 1080 pixels)
c) Display Ratio / Screen Size: 16:9 and 4:3 / 55"
d) Dynamic Contrast Ratio: 8,000,000 : 1
e) AV Inputs/outputs: RF Input, AV Input, Component Video Input,
Digital Audio Output, HDMI/HDCP Input, D-Sub 15 Pin Input, USB
2.0, LAN
Page 155
Section VI. Technical Requirements
150
f) HD Video to HDMI Convertor Unit
g) TV Rear Stand Mount
2.2.10. HD Video Recorder
2.2.10.1. Required features
a) Recording format: HDV 1080, DVCAM, DV (SP)
b) Playback format: HDV 1080, DVCAM, DV (SP), DVCPRO 25
c) HD-SDI output format: 1080/60i, 720/60P
d) Video input
- Digital video: HD-SDI, SD-SDI
- Analog video: Component, Composite, S-Video
e) Video output
- Digital video: HD-SDI, SD-SDI
- Analog video: Component (HD), Component (SD), Composite, S-
Video, Monitor video
f) Time Code Input/Output: TC In, TC Out
2.2.11. Audio/Video Patch
2.2.11.1. Required features
a) 48 Hole Audio/Video patch
b) Video patch code should be included.
2.2.12. Modular System
2.2.12.1. Required features
a) Genlock input for all cards that require a reference
b) Ethernet connection for remote control, setup and maintenance
c) GPI outputs for alarm and power supply failure
d) Full control of all card and frame parameters through GUI on inside
front panel
2.2.13. Tally & Clock System
2.2.13.1. Audio tally control unit
a) Standard size Rack mount unit
b) MIC 4 channels, aux 10 channels status LEDs
c) Tally out: Stand-by 11.5V, On-air 10.5V
d) Contact output: MIC 15 Pin D-Type male, Aux AK-300 Type(10Ch)
2.2.13.2. On-air tally display
a) Tally display to display the status of broadcasting
Page 156
Section VI. Technical Requirements
151
b) Indication of green/red color to receive the DC power of tally control
unit
2.2.14. Sync Distribution AMP
2.2.14.1. Required features
a) Inverting and non-inverting outputs
b) Bypass function of the relocker for non-standard frequencies
c) HD/SD serial video input: 1 HD/SD SDI input through BNC
d) Serial video Output: 7 HD/SD SDI outputs through BNC
2.2.15. Digital Audio Mixer
2.2.15.1. Digital/Analog audio mixer
a) 24 bit / 96 kHz digital operation
b) Internal processing: 32 bits
c) Support 24 analog and digital channel inputs
d) Number of scene memories: 99
e) Sampling frequency
- Internal: 44.1 kHz, 88.2 kHz, 96 kHz
- External: Normal rate 44.1~48 kHz, Double rate 88.2~96 kHz
2.2.15.2. Components
a) AES/EBU audio in/out Card
b) Mount kit
c) Impedance trace (Male & Female)
2.2.16. Micro Phone & MIC System
2.2.16.1. Required features
a) Wireless microphone receiver with 36Mhz of available tuning
bandwidth
b) 1,440 tunable UHF frequencies in 25 kHz steps
c) Automatic frequency scan feature searches for available frequencies
d) Consist of Wireless MIC, Receiver, Antenna, Antenna cable and
distributor
e) Rack mount kit
2.2.17. DP System
2.2.17.1. Required features
a) Disc Playback system: CD-R/RW, DVD, DVD-R, DVD-RW, Blu-ray
Player
b) Video content format: MPEG2, MPEG4, AVCHD, DivX
c) Support for 1080p Up-scaling
Page 157
Section VI. Technical Requirements
152
d) AV Input/Outputs: Optical & Coaxial Digital Audio Out, Audio L/R
Out, Component Video Out, Composite Video Out, HDMI Out, USB
2.0
2.2.18. Monitoring Speaker
2.2.18.1. Performance
a) Crossover Frequency: 2kHz
b) Overall Frequency Response: 42Hz ~ 20kHz (-10dB)
c) Output Power: 120W or above
2.2.18.2. Product type
a) Bookshelf type
2.2.19. Analog Audio/Video Dist. AMP
2.2.19.1. Required features
a) Adjustable input gain
b) Equalizer for up to 300 meter of RG59 or equivalent cable
c) Support tri level sync and NTSC/PAN video seanqaud
d) 1 analog video input and 8 analog video output
e) Analog input
- Input levels: 700mV, white to black, nominal 1V sync tip to white.
- Return loss: Measured with Mini Circuits
f) Analog output
- Output levels: 1V sync tip to white
g) Performance
- Frequency response: Within 0.4dB, 0 to 5MHz
- Signal to noise ratio: 66.5dB, 10 kHz to 6MHz
- Bar tilt: 0, 1%
- Gain stability: 1%
2.2.20. Rack & Console
2.2.20.1. Required features
a) 19”Standard Rack Unit: Height 2000mm x Depth 900mm x width
483mm
b) 6 bay video console desk
c) Door & Wood panel, side panel
2.2.21. Power Distribution AMP
2.2.21.1. Required features
a) AC 220V Power Distribution Unit with digital volt and ampere meters
Page 158
Section VI. Technical Requirements
153
b) 220V front and rear consent
c) In/Out screw terminal
2.2.22. Installation Material
2.2.22.1. Required features
a) Cable: Video cable, Analog Audio cable, AC Power cable, Category
5E Cable
b) Connector: Video BNC connector, Audio 55 Plug connector, Audio
RCA connector, LAN connector, AC power cable Lock connector
c) Cable duct: Audio/Video cable duct
d) Installation of soundproof walls and studio furniture equipment
e) And any other material to make digital multimedia studio
2.2.23. Air Conditioner
2.2.23.1. Required features
a) Ceiling type
b) Auto Clean function to prevent mold and bacteria
c) Capacity (Ton): 2 Ton x 1 Set (Studio), 1 Ton x 1 Set (Control room)
d) High speed cooling, E-saver mode
e) Auto Air Swing (Up-Down), Off Timer
f) Wireless remote controller
g) Brand/Model should be mentioned by the bidder.
2.3. Equipment layout
The equipment layout of Digital Multimedia Center is shown below.
[Figure D-2] Equipment layout of DMC
Page 159
Section VI. Technical Requirements
154
3. Main Briefing Room
Main Briefing Room is the place to share the information on each Upazila’s education status and
preview multimedia contents that are produced in DMC. Multimedia equipment is installed in
the current conference room on the 2nd floor of BANBEIS for the purpose of Main Briefing
Room.
The detailed requirements of Main Briefing Room mentioned below have to be included in the
bidder’s proposal.
3.1. BOM/BOQ
[Table D-2] The List of Equipment for Main Briefing Room
No. Item Q’ty Remark
1 Portable AMP 1
2 Multimedia Projector 1 Consumables should be available
from Bangladesh market.
3 Electronic Screen 2
4 PC 1
5 UPS 1
6 White Board (with mobile stand) 1
7 Air Conditioner 1
8 45" LED Display 2
3.2. Technical specification
The specifications in this chapter cover the technical requirements of all the ICT
training equipment for Main Briefing Room.
3.2.1. Portable AMP
3.2.1.1. Required features
a) Input: Line, Aux, MIC (Line 1CH & Wireless 1 CH) – 2 CH
b) Output: 150W
c) MIC 1EA, Wireless MIC 1EA
d) Brand/Model should be mentioned by the bidder.
3.2.2. Multimedia Projector
3.2.2.1. Required features
a) Resolution: XGA (1024 x 768)
b) Brightness: 3,200ANSILumens
c) Contrast Ratio: 2,000 : 1
d) Native Aspect Ratio: 4:3
Page 160
Section VI. Technical Requirements
155
e) Lamp Life Cycle: 2,000 hours
f) Ceiling bracket with Audio/Video/Monitor Cable
g) Brand/Model should be mentioned by the bidder.
3.2.3. Electronic Screen
3.2.3.1. Required features
a) Motorized Screen fixed on ceiling
b) 150 inches
c) Ultra Matt
3.2.4. PC
3.2.4.1. Hardware specification
a) CPU: Intel Core i3 3.0Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 19" Plat type
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-multi
g) Network: 10/100/1000 Ethernet
h) Power: 350W
i) Keyboard: English
j) Mouse: Optical
3.2.4.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2-yearon-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) All components (monitor, keyboard, etc.) should be the same brand as
main PC unit. If not, it shall be considered as“Major Deviation.”
e) Anti-Virus Software for PC
3.2.5. UPS for PC
3.2.5.1. Required features
a) Output power capacity: 650VA / 390Watts(230Vac, 50Hz)
b) Boost and Trim Automatic Voltage Regulation (AVR)
c) Nominal Input Voltage(range): 230Vac(140-300V)
d) Input Breaker Capacity: 7.0 A(Push Button Circuit Breaker)
e) Surge energy rating: 273 Joules
f) Typical backup time at half load: 8 minutes (200 Watts)
Page 161
Section VI. Technical Requirements
156
g) Brand/Model should be mentioned by the bidder.
3.2.6. White Board
3.2.6.1. Required features
a) White board size: 1200 x 2400
b) Mobile stand
3.2.7. Air Conditioner
3.2.7.1. Required features
a) Ceiling type
b) Auto Clean function to prevent mold and bacteria
c) Capacity (Ton): 2 Ton
d) High speed cooling, E-saver mode
e) Auto Air Swing (Up-Down), Off Timer
f) Wireless remote controller
g) Power Supply(Volt/Hz.): 230 / 50
h) Brand/Model should be mentioned by the bidder.
3.2.8. 45” LED Display
3.2.8.1. Required Features
a) Type / Display Technology: Flat-Panel / LED
b) Resolution: 1080p (Display Resolution 1920 x 1080 pixels)
c) Display Ratio / Screen Size: 16:9 and 4:3 / 45"
d) Ceiling Bracket
3.3. Equipment layout
The equipment layout of Main Briefing Room is shown below.
[Figure D-3] Equipment layout of Main Briefing Room
Page 162
Section VI. Technical Requirements
157
4. EMIS Server Room
EMIS system is installed in the 4th floor of BANBEIS. Currently, the place is used for server
and network room. The bidder shall prepare a reorganization plan of the current room and obtain
approval from the project office of BANBEIS.
The detailed requirements of EMIS Server Room mentioned below have to be included in the
bidder’s proposal.
4.1. BOM/BOQ
[Table D-3] The List of Equipment for EMIS Server Room
No. Item Q’ty Remark
1 EMIS Web Server 1
2 EMIS WAS Server 1
3 Multimedia Server 1
4 Search Engine Server 1
5 GIS Server 1
6 Mail Server 1
7 DB Server 1
8 Storage 1
9 SAN Switch 1
10 Standard Server RACK 3
11 Firewall 1
12 Backbone Switch 1
13 L2 Switch 2
14 Router 1
15 Wireless AP 4
16 True Online UPS 1
17 Air Conditioner 1
18 Access Floor 1
4.2. Technical specification
The specifications in this chapter cover the technical requirements of all the ICT
training equipment for EMIS Server Room.
4.2.1. EMIS Web Server
Page 163
Section VI. Technical Requirements
158
4.2.1.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered as
“Major Deviation”
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports
g) Form Factor: 2 U
4.2.1.2. Components and warranty
a) OS: Pre loaded RHEL with CD media and License
b) Includes anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.2. EMIS WAS Server
4.2.2.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered as
“Major Deviation”
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports, HBA 2 ports
g) Form Factor: 2 U
4.2.2.2. Components and warranty
a) OS: Pre loaded RHEL with CD media and License
b) Anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.3. Multimedia Server
4.2.3.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors,Deviation from this specification shall be considered as
“Major Deviation”
Page 164
Section VI. Technical Requirements
159
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports, HBA 2 ports
g) Form Factor: 2 U
4.2.3.2. Components and warranty
a) OS: Pre loaded RHEL or Windows Server 2008 R2 and 64 bits
enterprise edition with CD media and License
b) Support for OS upgrade
c) Anti-virus for RHEL or Windows server
d) Warranty: 2 years on-site full warranty
e) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.4. Search Engine Server
4.2.4.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered
as “Major Deviation”
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports, HBA 2 ports
g) Form Factor: 2 U
4.2.4.2. Components and warranty
a) OS: Pre loaded RHEL with CD media and License
b) Anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.5. GIS Server
4.2.5.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered as
“Major Deviation”
b) Memory: At least 64GB RAM
Page 165
Section VI. Technical Requirements
160
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports
g) Form Factor: 2 U
4.2.5.2. Components and warranty
a) OS: Pre loaded RHEL with CD media and License
b) Anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.6. Mail Server
4.2.6.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered as
“Major Deviation”
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
f) Network Interface: 10/100/1000 Ethernet 2 ports, HBA 2 ports
g) Form Factor: 2 U
4.2.6.2. OS, warranty and others
a) OS: Pre loaded RHEL with CD media and License
b) Anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.7. DB Server
4.2.7.1. Hardware Specifications
a) Processor: Intel Xeon Hexa core 2.66 GHz or higher,12 cores, 2
processors. Deviation from this specification shall be considered as
“Major Deviation”
b) Memory: At least 64GB RAM
c) HDD: 3 x 500GB Hard Disk Drive
d) Optical Device: DVD-RW
e) Dual Redundant Power Supply
Page 166
Section VI. Technical Requirements
161
f) Network Interface: 10/100/1000 Ethernet 2 ports, HBA 2 ports
g) Form Factor: 2 U
4.2.7.2. Components and warranty
a) OS: Pre loaded RHEL with CD media and License
b) Anti-virus for RHEL
c) Warranty: 2 years on-site full warranty
d) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.8. Storage
4.2.8.1. Functional requirements
a) A SAN storage system to store EMIS data, GIS DB data, multimedia
data and e-mail data should be installed.
b) Servers and the SAN Storage should be connected to each other with
F/C of SAN Switch and the path should be redundant to secure
uninterrupted service even when a path failed.
c) The SAN storage should provide the parity restoration function using
RAID technology and replicated volume should be configured to
enhance the efficiency of backup and restoration.
d) The SAN storage should support multiple operating systems like
Windows, Linux, UNIX, and should support management function
during online operation.
e) The bidder should provide tools and sundry material, if necessary.
4.2.8.2. Hardware specifications
a) Usable SAS 6 TB or better disk space with RAID-5 configuration
(include online spare disk).Deviation from this specification shall be
considered as “Minor Deviation”
b) Redundant power supply and supporting fail-over among controllers
c) At least 4 GB mirror cache
d) 4Gbps FC Interface with 5 servers via SAN Switch
e) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
4.2.9. SAN Switch
4.2.9.1. Functional requirements
a) Zoning function default for servers which are connected to switch
b) Management through Telnet, SNMP, etc.
4.2.9.2. Hardware specifications
a) Activated 16 FC port
b) Redundancy of important parts such as power supply, fan, etc.
c) 15m Multi-mode OM3 LC/LC FC Cable: 16 EA
Page 167
Section VI. Technical Requirements
162
d) Brand & model:To be mentioned by bidder
4.2.10. System Rack
4.2.10.1. Required features
a) 42U high server rack x 2 and network rack x 1
b) 19" Standard Rack: 600mm(W)×1,000mm(D)×2100mm(H)
c) Rack mounted console with automatic 8 port KVM switch (for each
server rack). Deviation from this specification shall be considered as
“Minor Deviation”
d) 16A C19 Power Cord x 2 per each rack
e) Server and rack should be same brand. If not, it shall be considered
as“Major Deviation.”
4.2.11. Firewall
4.2.11.1. Performance requirements
a) Firewall Throughput: Up to 650 Mbps
b) Max Firewall and IPS Throughput: Up to 500 Mbps
c) Concurrent sessions: 400,000
4.2.11.2. Functional Requirements
a) NAT/PAT in L2 Bridge/Transparent mode
b) Support for IP Sec Protocol and make VPN tunnels with UITRCE
Routers. Deviation from this specification shall be considered as
“Major Deviation”
c) Support for clustering, voice packet inspection, botnet filtering,EIGRP.
Deviation from this specification shall be considered as “Major
Deviation”
d) Virtual interfaces (VLANs): 200
e) Support virtual firewall for each VLAN
4.2.11.3. Hardware Specifications
a) Interfaces: 10/100/1000 Ethernet 4 ports
b) Brand & Model: To be mentioned by bidder
4.2.12. Backbone Switch
4.2.12.1. Functional requirements
a) 800Gbps and 250Mpps of ipv4 performance
b) Redundant management module and power supply
c) RIP, OSPF, EIGRP, BGP, IS-IS, RIPng, OSPFv3, BGP Routing
Protocol support. Deviation from this specification shall be considered
as “Major Deviation”
d) HSRP, GLBP and VRRP for gateway redundancy
Page 168
Section VI. Technical Requirements
163
e) Support Port Aggregation Protocol (PAGP), VLAN (802.1Q) with
ISL VLAN tagging
f) Management protocol including SNMP, Netflow, Syslog, Traceroute
4.2.12.2. Hardware Specifications
a) Minimum 10 slots for interface and management module. Deviation
from this specification shall be considered as “Minor Deviation”
b) 48 port 10/100/1000 Ethernet, 8port 1000base-X SFP
c) Brand & Model: To be mentioned by bidder
4.2.13. L2 Switch
4.2.13.1. Required features
a) Layer 2 Networking switch
b) 24 ports of 10/100/1000 Ethernet with auto-negotiation
c) Provide Management console port
d) Support for Port Aggregation Protocol (PAGP), VLAN (802.1Q) with
ISL VLAN tagging. Deviation from this specification shall be
considered as “Major Deviation”
e) Brand & Model: To be mentioned by bidder
4.2.14. Router
4.2.14.1. Functional Requirements
a) Support for ATM(T3, OC3), Serial(T1/E1, T3/E3), ISDN and ADSL
b) Routing: RIP, OSPF, EIGRP, BGP, IS-IS, RIPng, OSPFv3, and BGP.
Deviation from this specification shall be considered as “Major
Deviation”
c) Support HSRP for gateway redundancy
d) Router should support performance upgrade via mainboard
replacement.
e) Support for management feature including SNMP, Netflow, Syslog,
and Traceroute
4.2.14.2. Hardware Specifications
a) Support for 1GB DRAM
b) Support for 256MB Flash memory
c) Support for 3 x 10/100/1000 gigabit Ethernet interface
d) Support for 2 x WAN interface
e) Brand & Model: To be mentioned by bidder
4.2.15. Wireless AP
4.2.15.1. Functional Requirements
a) Support for IEEE Standard (IEEE 802.11a/b/g, IEEE 802.11n and
IEEE 802.11h)
Page 169
Section VI. Technical Requirements
164
b) Support Legacy beam forming for 802.11a/g client
c) Support IETF CAPWAP and IETF CAPWAP-DTLS
d) Support MFP (IEEE 802.11w)
4.2.15.2. Hardware Specifications
a) Support Integrated(Internal) Antenna for 2.4GHz 4.0dBi and 5GHz
3dBi
b) Support 2x3 multiple-input multiple-output (MIMO) with two spatial
streams
c) Brand & Model: To be mentioned by bidder
4.2.16. True Online UPS
4.2.16.1. Required features
a) Output power capacity: 20KVA / 16KWatts(380/400/415V 3 Phase)
b) Input Voltage range: 304-477V(3 Phase Dual Main Input
configuration)
c) Output power type: Hard Wire 3PH+G & 3PH+N+G & Screw
Terminals
d) Battery modules connected in parallel(Modular design)
e) Battery Module(s): 40Modules (12V 7AH 8Cells/1Module) have to be
installed in main unit or external unit of same vendor.
f) Control panel: LCD, Web/SNMP Management Card Support
g) Typical backup time at Full load: 1 Hour (16,000 Watts)
h) Output Voltage Distortion: less than 5% at full load
i) Brand/Model should be mentioned by the bidder.
4.2.17. Air Conditioner
4.2.17.1. Required features
a) Ceiling type
b) Auto Clean function to prevent mold and bacteria
c) Capacity (Ton): 2 Ton
d) High speed cooling, E-saver mode
e) Auto Air Swing (Up-Down), Off Timer
f) Wireless remote controller
g) Brand/Model should be mentioned by the bidder.
4.2.18. Access floor
4.2.18.1. Space of server room: 4.4 x 3 m
4.3. Equipment layout
Page 170
Section VI. Technical Requirements
165
The equipment layout and Rack Mount Diagram of EMIS Server Room is shown
below. The bidder is able to change the rack mount diagram due to the proposed
specification by the bidder.
[Figure D-4] Equipment layout of EMIS Server Room
[Figure D-5] Rack Mount Diagram of EMIS system
5. EMIS Software
5.1. Fundamental requirements of S/W
The proposed software from the bidder shall provide the following requirements for
installation and implementation.
Page 171
Section VI. Technical Requirements
166
5.1.1. Bengali language support
5.1.2. Multi web browser compatibility for current, older and upcoming versions of
browsers
5.1.3. Operation training for staff of BANBEIS
The detailed requirements of EMIS Software mentioned below have to be included in
the bidder’s proposal.
5.2. BOM/BOQ
[Table D-4] The List of Items for EMIS Software
No. Item Q’ty Remark
1 DBMS 1
2 WAS 2
3 Search Engine 1
4 LCMS Platform 1
5 e-learning Contents Authoring Tool 1
6 Autodesk Infrastructure Map Server 1
7 AutoCAD Map 3D 2
8 E-mail Engine 1
5.3. Technical specification
The specifications in this chapter cover the technical requirements of Software for
EMIS system.
5.3.1. DBMS
5.3.1.1. Oracle DBMS
The bidder should provide Oracle DBMS.If not, it shall be considered as
“Major Deviation”
a) ORACLE Database Enterprise Edition (latest version, processor
based)
b) JServer Enterprise with Media Pack
c) Installation in DB Server
5.3.2. WAS
5.3.2.1. Oracle WebLogic
The bidder should provide WebLogic for WAS.If not, it shall be
considered as “Major Deviation”
Page 172
Section VI. Technical Requirements
167
a) ORACLE WebLogic Server Standard Edition (latest version,
processor based)
b) Installation in WAS Server and GIS server
5.3.3. Search Engine
5.3.3.1. Features of Search Engine
a) Fast & large scalable data processing based on web searching
Technology
b) Support for appropriate search results with Boolean, natural language
phrase, nearby search, ordered search
c) Provision ofmulti-language support including Bengali language and
special character support
d) Support for Re-searching in the results
e) Index update in real time
f) Support for various H/W and operating system
g) Provision of integrated management tool based on GUI
5.3.4. LCMS Platform
5.3.4.1. Features of LCMS Platform
a) Content Management & Learning Management System Complied
with SCORM
b) Preparation of content metadata that complies with SCORM
c) Management of content production/management/lifecycle formation
d) Composition of learners own courseware through content repository
e) Provision of system module by learner mode/instructor mode/manager
mode/content provider mode
5.3.5. e-Learning Contents Authoring Tool
5.3.5.1. Features of E-Learning Contents Authoring Tool
a) E-learning content authoring software
b) SCORM (Sharable Content Object Reference Model) compliant
c) Reusability of PowerPoint, flash, HTML and other multimedia
formats
d) Synchronization of video/sound frames by set up
5.3.5.2. The tool is installed in staff’s PC in BANBEIS.
5.3.6. GIS Web Mapping Solution
The bidder should provide Autodesk Infrastructure Map Server for GIS Web
mapping solution. If not, it shall be considered as “Major Deviation”
5.3.6.1. Autodesk Infrastructure Map Server should be provided.
a) Web-based mapping Software for Sharing CAD, GIS & Asset Data
Page 173
Section VI. Technical Requirements
168
b) Inclusion of templates to deliver information from AutoCAD® Map
3D software to the web
c) Mobile viewer (touch screen device) extension
d) GeoREST extension: Repurpose existing server and Feature Data
Objects (FDO) data using a RESTful web services protocol
e) WMS & WFS publishing: Simplify the publishing process with an
OGC WMS & WFS publishing interface
f) Stylization user interface: Create rich cartographic maps
5.3.6.2. The following requirements should be implemented in installation period
of Autodesk Infrastructure Map Server.
a) Integration with Postgre SQL / PostGIS
b) Integration with FW Tools
c) Integration with Oracle DBMS
5.3.7. GIS Mapping Software
The bidder should provide Autodesk Map 3D for GIS mapping software.If not, it
shall be considered as “Major Deviation”
5.3.7.1. AutoCAD Map 3D
a) A model-based infrastructure planning and management application
that provides broad access to CAD and GIS data
b) Integration of spatial information into the database
c) Direct access to spatial data stored in files and databases, as well as
connect to web-based services
d) Easy access to design, GIS, imagery, point cloud, and business
information from a broad range of sources
e) Inclusion of the tools required to help create custom industry models
for almost any industry or standard
5.3.7.2. The tool is installed in staff’s PC in BANBEIS.
5.3.8. E-mail Server Software
5.3.8.1. Features of E-Mail Server Software are as follows:
a) E-mail routing & forwarding from/to client and other mailing system
b) Support for multi-language including Bengali language
c) Support for SMTP, ESMTP protocols
5.4. Software Diagram of EMIS system
The software diagram of entire EMIS system is shown below.
Page 174
Section VI. Technical Requirements
169
[Figure D-6] S/W diagram of EMIS system
6. Vehicle
The detailed requirements of Vehicle mentioned below have to be included in the bidder’s
proposal.
6.1. BOM/BOQ
[Table D-5] The List of Item for Vehicle
No. Item Q’ty Remark
1 Vehicle (RV) 1
6.2. Technical Specification
The details of vehicle are listed below. Bidder shall quote for these items.
6.1.1. Engine Type: Diesel
6.1.2. Driver’s Seat: Right Side
6.1.3. Passengers: At least 5 Persons
6.1.4. Engine Displacement (cc): 3,000cc class or higher
6.1.5. Derailleur Type: Automatic transmission
7. Spare Partsfor BANBEIS
Spare parts for buffer stock in maintenance period are as below.
Page 175
Section VI. Technical Requirements
170
[Table D-6] Spare parts List for BANBEIS
No Item Q’ty Specification Remark
1 Server
HDD 7 • Section VI. D. 4.2.1 ~ 4.2.7
Power Supply 3 • Section VI. D. 4.2.1 ~ 4.2.7
2 Storage HDD 3
• Section VI. D. 4.2.8.2.a) ~ b) Power Supply 1
3 SAN Switch Power Supply 1 • Section VI. D. 4.2.9
4 Backbone Switch (Same brand) 1
• 4port 1G SFP
• 24 port 10/100/1000 gigabit Ethernet
• Support for 65 Mpps performance
• Support for basic L3 function
5 Router (Same brand) 1 • Section VI. E. 5.2.4
6 Firewall Power Supply 1 • Section VI. D. 4.2.11
7 L2 Switch (Same brand) 1 • Section VI. D. 4.2.13
8 Wireless AP (Same brand) 1 • Section VI. D. 4.2.15
9 Lamp of Multimedia Projector 1 • Compatible with Multimedia Projector
10 True Online
UPS
Power conversion
and transformer 1 • Section VI. D. 4.2.16
8. Requirement of Brochures for ICT Training Equipment
It is necessary to submit brochures of ICT training equipment. The equipment which needs
brochures is listed below.
The bidder should submit the brochures which contain details that satisfy the technical
requirements and mark Yes or No in the form:[Section VII.3.2.]
[Table D-7] Equipment which need a brochure
No Equipment No Equipment
1 Virtual Studio 25 UPS for PC
2 Multi CD/DVD Copier 26 45" LED Display
3 CD/DVD Printer 27 EMIS Web Server
4 Camera 28 EMIS WAS Server
Page 176
Section VI. Technical Requirements
171
No Equipment No Equipment
5 Studio Lighting 29 Multimedia Server
6 External HDD 30 Search Engine Server
7 HD/SDI Switch 31 GIS Server
8 17" LCD HD-SDI Monitor 32 Mail Server
9 55" LCD Monitor 33 DB Server
10 HD Video Recorder 34 Storage
11 Audio/Video Patch 35 SAN Switch
12 Modular System 36 Standard Server RACK
13 Tally & Clock System 37 Firewall
14 Sync Distribution AMP 38 Backbone Switch
15 Digital Audio Mixer 39 L2 Switch
16 Micro Phone & MIC System 40 Router
17 DP System 41 Wireless AP
18 Monitoring Speaker 42 True Online UPS
19 Analog Audio/Video Dist. AMP 43 Air Conditioner
20 Rack & Console 44 Search Engine
21 Power Distribution AMP 45 LCMS Platform
22 Portable AMP 46 e-learning Contents Authoring Tool
23 Multimedia Projector 47 Vehicle (RV)
24 PC
* Failure to provide Brochure/Catalog of any item of the above listed equipment shall
beconsidered as Major Deviation.”
Page 177
Section VI. Technical Requirements
172
E. TECHNICAL REQUIREMENTS OF ICT TRAINING
EQUIPMENT IN UITRCE
1. Introduction
Upazila ICT Training and Resource Centre for Education is the place which includes Upazila
ICT Training and Resource Centre and Upazila Secondary Education Office. Totally 128 centres
are established in the premises of respective Upazila complex.
In the ground floor, there are the Secondary Education Office, UITRCE office, reception and
waiting room. And in the first floor, there are PC labs, server room, guest room, and meeting
room.Each Place shall have local standard AC power socket for electrical appliance. Therefore,
all electrical ICT training equipment should be provided with local standard AC power plug.
2. The Secondary Education Office& UITRCE Office
The detailed requirements of Office mentioned below have to be included in the bidder’s
proposal.
2.1. BOM/BOQ
[Table E-1] Required Items for the Secondary Education Office& UITRCE Office
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 PC 6 768 • Assistant Education Officer: 1ea
• Staffs: 5ea
2 UPS for PC 6 768
3 Laptop Computer 2 256 • Secondary Education Officer: 1ea
• Assistant Programmer: 1ea
4 Multifunction Printer(Black
laser) 1 128
• Consumables should be available
from Bangladesh market.
5 OA tool (Open Office) 8 1,024
6 Watch 1 128
7 Desk (type A) 2 256 • Secondary Education Officer’s
room: 1ea
• Assistant Programmer’s room: 1ea
8 Desk (type B) 1 128 • Assistant Education Officer’s
room: 1ea
9 Desk (type C) 1 128 • the Staff’s room: 1ea
10 Desk (type D) 4 512 • the partition area: 4ea
11 File Cabinet (3 Drawer unit) 4 512 • Secondary Education Officer’s
room: 1ea
• Assistant Programmer’s room: 1ea
Page 178
Section VI. Technical Requirements
173
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
• Assistant Education Officer’s
room: 1ea
• the Staff’s room: 1ea
12 File Cabinet (2 Drawer unit) 4 512 • the partition area: 4ea
13 Chair (type A) 2 256 • In Secondary Education Officer’s
room: 1ea
• Assistant Programmer’s room: 1ea
14 Chair (type B) 1 128 • Assistant Education Officer’s
room: 1ea
15 Chair (type C) 5 640 • the Staff’s room: 1ea
• the partition area: 4ea
16 Printer table 1 128 • the partition area: 1ea
17 Partition (Total Length
12,600mm) 1 128
• In the office
(refer to the equipment layout for
configuration)
2.2. Technical specifications
2.2.1. PC
2.2.1.1. Hardware specification
a) CPU: Intel Core i3 3.0Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 19" Plat type
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-multi
g) Network: 10/100/1000 Ethernet
h) Power: 350W
i) Keyboard: English
j) Mouse: Optical
2.2.1.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2 years on-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) All components (monitor, keyboard, etc.) should be same brand as
main PC unit. If not, it shall be considered as“Major Deviation.”
e) Anti-Virus Software for PC
2.2.2. UPS for PC
2.2.2.1. Required features
Page 179
Section VI. Technical Requirements
174
a) Output power capacity: 650VA / 390Watts(230Vac, 50Hz)
b) Boost and Trim Automatic Voltage Regulation (AVR)
c) Nominal Input Voltage(range): 230Vac(140-300V)
d) Input Breaker Capacity: 7.0 A(Push Button Circuit Breaker)
e) Surge energy rating: 273 Joules
f) Typical backup time at half load: 8 minutes (200 Watts)
g) Brand/Model should be mentioned by the bidder.
2.2.3. Laptop Computer
2.2.3.1. Hardware specification
a) CPU:Intel Core i5 2.4Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 14" TFT
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-RW
g) Network: 10/100/1000 Ethernet, 802.11 b/g/n
h) Keyboard: English
i) Mouse: Touchpad 1EA and Optical Mouse (USB) 1EA
2.2.3.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2 years on-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) Anti-Virus Software for Laptop
2.2.4. Multifunction Printer
2.2.4.1. Required features
a) All-in-one functions: Print, copy, scan, fax
b) Black laser printer
c) Media sizes: Max A4
d) Interface: 10/100Base-T Ethernet, USB 2.0
e) Memory: 128MB
f) Print speed: 22 ppm
g) Resolution: 600 x 600 dpi
h) Brand/Model should be mentioned by the bidder.
2.2.5. OA tools
2.2.5.1. Open Office
Page 180
Section VI. Technical Requirements
175
a) Office Automation S/W from Apache Software Foundation
2.2.6. Watch
2.2.6.1. Wall mount type Watch shall be installed.
2.2.7. Desk (type A)
2.2.7.1. Requirements
a) The desk will be installed in Secondary Education Officer’s room and
Assistant Programmer’s room.
b) It is constructed with one drawer unit made of 16 and 30mm thick
chip board and Formica pasted particle board with PVC edging and
stopper.
c) Both side molded table top is of 30mm thick and other panels are of
16mm thick.
d) Drawer unit: 3drawers, one central lock and round PVC handle
2.2.7.2. Specific size
a) Board density: 650 ~ 700 kg/m3.
b) Size of drawer unit: L400x W470 x H660mm.
c) Size of desk: L1600 x W800 x H750mm
2.2.8. Desk (type B)
2.2.8.1. Requirements
a) The desk will be installed in Assistant Education Officer’s room.
b) It is constructed with one drawer unit made of 16 and 30mm thick
chip board and Formica pasted particle board with PVC edging and
stopper.
c) Both side molded table top is of 30mm thick and other panels are of
16mm thick.
d) Drawer unit: 3drawers, one central lock and round PVC handle
2.2.8.2. Specific size
a) Board density: 650 ~ 700 kg/m3.
b) Size of drawer unit: L400x W470 x H660mm.
c) Size of desk: L1400 x W800 x H750mm
2.2.9. Desk (type C)
2.2.9.1. Requirements
a) The desk will be installed in the staff room.
b) It is constructed with one drawer unit made of 16 and 30mm thick
chip board and Formica pasted particle board with PVC edging and
stopper.
c) Both side molded table top is of 30mm thick and other panels are of
16mm thick.
Page 181
Section VI. Technical Requirements
176
d) Drawer unit: 3drawers, one central lock and round PVC handle
2.2.9.2. Specific size
a) Board density: 650 ~ 700 kg/m3.
b) Size of drawer unit: L400x W470 x H660mm.
c) Size of desk: L1400 x W800 x H750mm
2.2.10. Desk (type D)
2.2.10.1. Requirements
a) Four desks will be installed in the office.
b) It is made of 16 mm thick solid working top and 16mm bit in both
edges are scratch proof and melamine laminated wood particleboard
with PVC edging and stopper.
c) One drawer with lock and handle to be fixed on table top
d) Table top to be fixed with side panels along with one horizontal panel
in front
2.2.10.2. Specific size
a) Size of desk: L1000 x W600 x H750mm.
2.2.11. File Cabinet (3 Drawer unit)
2.2.11.1. Requirements
a) The File Cabinet will be installed in Secondary Education Officer's
room, Assistant Programmer's room, Assistant Education Officer's
room and the staff room.
b) It is made of high grade cold rolled steel sheet of 7mm thickness
reinforced with stiffeners equipped with castors and it has high
strength drawer channels, nylon drawer grip and central locking
system.
2.2.11.2. Specific size
a) Size: 476 x 620x 1070 mm
2.2.12. File Cabinet (2 Drawer unit)
2.2.12.1. Requirements
a) 4 cabinets will be installed in the office for 4 staffs.
b) It is made of high grade cold rolled steel sheet of 7mm thickness
reinforced with stiffeners equipped with castors and it has high
strength drawer channels, nylon drawer grip and central locking
system.
2.2.12.2. Specific size
a) Size: 476 x 620x 748 mm
2.2.13. Chair (type A)
2.2.13.1. Requirements
Page 182
Section VI. Technical Requirements
177
a) The chair will be installed in Secondary Education Officer's room and
Assistant Programmer’s room.
b) Height adjustment and revolving functions with tilting facility
c) PVC armrest and chair leg base with at least 5 casters
d) Foam cushioning covered with dark gray fabric
2.2.13.2. Specific size
a) Size: Seat-540x470 and Back - 530x590mm
2.2.14. Chair (type B)
2.2.14.1. Requirements
a) The chair will be installed in Assistant Education Officer’s room.
b) Height adjustment and revolving functions with tilting facility
c) PVC armrest and chair leg base with at least 5 casters
d) Foam cushioning covered with dark gray fabric
2.2.14.2. Specific size
a) Seat-460 x 430mm and Back - 390 x 260mm
2.2.15. Chair (type C)
2.2.15.1. Requirements
a) The chair will be installed in the staff’s room and the partition area in
the office.
b) Fixed type chair with armrest
c) Made of rolled mild steel with PVC stopper
d) Foamcushioningcovered with dark gray fabric
2.2.15.2. Specific size
a) Height: Floor to Seat - 430mm and Floor to Back - 770mm
b) Size: Seat - 450mm x 460mm and Back - 430mm x 460mm
2.2.16. Printer table
2.2.16.1. Requirements
a) The table will be installed in the office and the Local Cyber Center.
b) Made of 16 mm thick or above scratch proof and termite proof
melamine laminated wood particleboard and 25 mm or above self for
Printer
2.2.16.2. Specific size
a) Size: Length 600mm x Width 500mm x Height 750mm
2.2.17. Partition
2.2.17.1. Requirements
a) Supplying and installation of work station partition with overall
thickness of 52mm
Page 183
Section VI. Technical Requirements
178
b) Having 3mm thick MDF on both side of the panel, 18mm thick
melamine coated board frame with pasted fabric covered both side,
and top with Aluminum extension
c) The individual panels will be fixed with each other by aluminum
section.
d) The Lower and middle portion of the panel have cable passing system.
e) The partition has Upper portionPVC cap cover and lower adjustable
height facilities.
2.2.17.2. Configuration
a) 4 partition areas for staffs are built in the office.
b) The length of partition for a staff shall be more than 3,150mm.
(2,100mm + 1,050mm)
c) Refer to the [Figure E-5] “the equipment layout of the partition area”
below.
2.3. Equipment layout of The Secondary Education Office & UITRCE Office
The equipment layout of the office and sub-rooms in the office are shown in this
chapter. For the information of entire office space, refer to drawings of ground floor in
[Section VIII].
2.3.1. Secondary Education Officer’s Room
[Figure E-1] Equipment layout of Secondary Education Officer’s Room
Page 184
Section VI. Technical Requirements
179
2.3.2. Assistant Programmer’s Room
[Figure E-2] Equipment layout of Assistant Programmer’s Room
2.3.3. Assistant Education Officer’s Room
[Figure E-3] Equipment layout of Assistant Education Officer’s Room
Page 185
Section VI. Technical Requirements
180
2.3.4. Staff Room
[Figure E-4] Equipment layout of Staff Room
2.3.5. The Partition Area in the Office
[Figure E-5] Equipment layout of the partition area
Page 186
Section VI. Technical Requirements
181
3. PC Lab
The detailed requirements of PC Lab mentioned below have to be included in the bidder’s
proposal.
3.1. BOM/BOQ
[Table E-2] Required Items for the PC Lab
No. Item Q’ty
(1Upazila)
Total Q’ty
(128 Upazilas) Remark
1 PC 24 3,072
2 UPS for PC 24 3,072
3 Laptop Computer 1 128 for teachers
4 Multifunction Printer (Black laser) 1 128 Consumables should be
available from Bangladesh
market.
5 Multimedia Projector 1 128 Consumables should be
available from Bangladesh
market.
6 Electronic Projector Screen 1 128
7 Portable AMP 1 128
8 White Board (with mobile stand) 1 128
9
OA tool (Microsoft Office) 1 128 for teachers
OA tool (Open Office) 25 3,200
10 PC Lab Desk 12 1,536 for students
11 Chair (type D) 24 3,072 for students
12 Desk (type B) 1 128 for teachers
13 Chair (type B) 1 128 for teachers
14 Multipurpose shelf 1 128
Page 187
Section VI. Technical Requirements
182
3.2. Technical specification
3.2.1. PC
3.2.1.1. Hardware specifications
a) CPU: Intel Core i3 3.0Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 19" Plat type
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-multi
g) Network: 10/100 Ethernet
h) Power: 350W
i) Keyboard: English
j) Mouse: Optical
3.2.1.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2 years on-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) All components (monitor, keyboard, etc.) should be same brand as
main PC unit. If not, it shall be considered as“Major Deviation.”
e) Anti-Virus Software for PC
3.2.2. UPS for PC
3.2.2.1. Required features
a) Output power capacity: 650VA / 390Watts(230Vac, 50Hz)
b) Boost and Trim Automatic Voltage Regulation (AVR)
c) Nominal Input Voltage(range): 230Vac(140-300V)
d) Input Breaker Capacity: 7.0 A(Push Button Circuit Breaker)
e) Surge energy rating: 273 Joules
f) Typical backup time at half load: 8 minutes (200 Watts)
g) Brand: To be mentioned by bidder
3.2.3. Laptop Computer
3.2.3.1. Hardware specification
a) CPU:Intel Core i5 2.4Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 14" TFT
Page 188
Section VI. Technical Requirements
183
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-RW
g) Network: 10/100/1000 Ethernet, 802.11 b/g/n
h) Keyboard: English
i) Mouse: Touchpad 1EA and Optical Mouse (USB) 1EA
3.2.3.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2 years on-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) Anti-Virus Software for PC
3.2.4. Multifunction Printer
3.2.4.1. Required features
a) All-in-one functions: Print, copy, scan
b) Black laser printer
c) Media sizes: Max A4
d) Interface: 10/100Base-T Ethernet, USB 2.0
e) Memory: 64MB
f) Print speed: 18 ppm
g) Resolution: 600 x 600 dpi
h) Brand/Model should be mentioned by the bidder.
3.2.5. Multimedia Projector
3.2.5.1. Required features
a) Resolution: XGA (1024 x 768)
b) Brightness: 3,200ANSI
c) Contrast Ratio: 2,000 : 1
d) Native Aspect Ratio: 4:3
e) Lamp Life Cycle: 2,000 hours
f) Ceiling bracket with Audio/Video/Monitor Cable
g) Brand/Model should be mentioned by the bidder.
3.2.6. Electronic Projector Screen
3.2.6.1. Required features
a) Motorized Screen fixed on ceiling
b) 150 inches
c) Ultra Matt
Page 189
Section VI. Technical Requirements
184
3.2.7. Portable AMP
3.2.7.1. Required Features
a) Input: Line, Aux, MIC(Line 1CH & Wireless 1CH) - 2CH
b) Output: 150W
c) MIC 1EA, Wireless MIC 1EA
d) Brand & Model: To be mentioned
3.2.8. White Board
3.2.8.1. Required Features
a) White board size: 1200 x 2400
b) Mobile stand
3.2.9. OA tools
3.2.9.1. Microsoft Office
a) Academy version
b) Word, Excel, Power Point are required
3.2.9.2. Open Office
a) Office Automation S/W from Apache Software Foundation
3.2.10. PC Lab Desk
3.2.10.1. Requirements
a) 2 PCs are settled in a desk.
b) Made of 16mm thick or above melamine laminated wood particle
board with PVC edging
c) It is constructed with standard key board & mouse trey and anti-theft
function for monitor and main computer unit of PC.
d) Provision of UPS on lower part
3.2.10.2. Specific size
a) Size: Length 1800mm x Width 800mm x Height 750mm
3.2.11. Chair (type D)
3.2.11.1. Requirements
a) The chair will be installed in the Local Cyber Center and PC Lab.
b) Height adjustment and revolving functions with tilting facility(without
armrest).
c) PVC chair leg base with at least 5 casters.
d) Foamcushioningcovered with dark gray fabric.
3.2.11.2. Specific size
a) Height: Floor to Seat - 460mm and Floor to Back - 830mm
b) Size: Seat - 420mm x 380mm andBack –360mm x280mm
Page 190
Section VI. Technical Requirements
185
3.2.12. Desk (type B)
3.2.12.1. Requirements
a) Itis constructed with one drawer unit made of 16 and 30mm thick chip
board and Formica pasted particle board with PVC edging and
stopper.
b) Both side molded table top is of 30mm thick and other panels are of
16mm thick.
c) Drawer unit: 3drawers, one central lock and round PVC handle
3.2.12.2. Specific size
a) Board density: 650 ~ 700 kg/m3.
b) Size of drawer unit: L400x W470 x H660mm.
c) Size of desk: L1400 x W800 x H750mm
3.2.13. Chair (type B)
3.2.13.1. Requirements
a) Height adjustment and revolving functions with tilting facility.
b) PVC armrest and chair leg base with at least 5 casters.
c) Foam cushioning covered with dark gray fabric.
3.2.13.2. Specific size
a) Seat-460 x 430mm and Back - 390 x 260mm
3.2.14. Multipurpose shelf
3.2.14.1. Requirements
a) The shelf will be installed near the teacher’s table.
b) It consists of 4 shelves. 3 shelves are covered by 3mm or above
sliding glass on PVC channel and 1 Shelf in lower part is covered by 2
laminated board door with Hinge, Handle and tower bolt.
3.2.14.2. Specific size
a) Size: Length 800mm x Width 400mm x Height 1800mm
Page 191
Section VI. Technical Requirements
186
3.3. Equipment layout
The equipment layout of PC Lab is shown below.
[Figure E-6] Equipment layout of PC Lab
4. Local Cyber Center
The detailed requirements of Local Cyber Center mentioned below have to be included in the
bidder’s proposal.
4.1. BOM/BOQ
[Table E-3] Required Items for the Local Cyber Center
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 PC 5 640
2 UPS for PC 5 640
3 OA tool (Open Office) 5 640
4 Laser Printer (Black) 1 128 Consumables should be available from
Bangladesh market.
5 PC table 5 640
6 Printer table 1 128
7 Chair (type D) 5 640
Page 192
Section VI. Technical Requirements
187
4.2. Technical specification
4.2.1. PC
4.2.1.1. Hardware Specifications
a) CPU: Intel Core i3 3.0Ghz
b) RAM: 4GB
c) HDD: 500GB
d) Monitor: 19" Plat type
e) Graphic: 512MB Graphic Memory(None shared RAM)
f) Optical Drive: DVD-multi
g) Network: 10/100 Ethernet
h) Power: 350W
i) Keyboard: English
j) Mouse: Optical
4.2.1.2. Components and warranty
a) OS: Windows 7 Professional or latest with License
b) 2 years on-site full warranty
c) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
d) All components (monitor, keyboard, etc.) should be same brand as
main PC unit. If not, it shall be considered as“Major Deviation.”
e) Anti-Virus Software for PC
4.2.2. UPS for PC
4.2.2.1. Required features
a) Output power capacity: 650VA / 390Watts(230Vac, 50Hz)
b) Boost and Trim Automatic Voltage Regulation (AVR)
c) Nominal Input Voltage(range): 230Vac(140-300V)
d) Input Breaker Capacity: 7.0 A(Push Button Circuit Breaker)
e) Surge energy rating: 273 Joules
f) Typical backup time at half load: 8 minutes (200 Watts)
g) Brand: To be mentioned
4.2.3. OA tools
4.2.3.1. Open Office
a) Office Automation S/W from Apache Software Foundation
4.2.4. Laser Printer
4.2.4.1. Required features
a) Black laser printer
Page 193
Section VI. Technical Requirements
188
b) Media sizes: Max A4
c) Interface: 10/100Base-T Ethernet, USB 2.0
d) Memory: 128MB
e) Print speed: 30 ppm
f) Resolution: 1200 x 1200 dpi
g) Brand & Model: To be mentioned by bidder
4.2.5. PC table
4.2.5.1. Requirements
a) The PC table will be installed in the Local Cyber Center.
b) Made of 16mm thick or above melamine laminated wood particle
board with PVC edging.
c) Standard key board and mouse trey and 4 casters (2 of them should be
breakable)
d) Provision of Monitor on Top, main computer unit and UPS on lower
shelves.
4.2.5.2. Specific size
a) Size: Length 750mm x Width 475mm x Height 750mm
4.2.6. Printer table
4.2.6.1. Requirements
a) The table will be installed in the office and the Local Cyber Center.
b) Made of 16 mm thick or above scratch proof and termite proof
melamine laminated wood particleboard and 25 mm or above self for
Printer
4.2.6.2. Specific size
a) Size: Length 600mm x Width 500mm x Height 750mm
4.2.7. Chair (type D)
4.2.7.1. Requirements
a) The chair will be installed in the Local Cyber Center and PC Lab.
b) Manually height adjustable tilting revolving chair without armrest
c) PVC chair leg base with at least 5 casters
d) Foam cushioning covered with dark gray fabric
4.2.7.2. Specific size
a) Height: Floor to Seat - 460mm and Floor to Back - 830mm
b) Size: Seat - 420mm x 380mm and Back –360mm x280mm
Page 194
Section VI. Technical Requirements
189
4.3. Equipment layout
The equipment layout of Local Cyber Center is shown below.
[Figure E-7] Equipment layout of Local Cyber Center
5. Server Room
The detailed requirements of Server Room mentioned below have to be included in the bidder’s
proposal.
5.1. BOM/BOQ
[Table E-4] Required Items for the Server Room
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 Server 1 128
2 UPS 1 128
3 Backup HDD 1 128
4 Router 1 128
5 L2 Switch 2 256
6 Wireless AP 1 128
7 RACK (1.8m) 1 128
Page 195
Section VI. Technical Requirements
190
5.2. Technical specification
5.2.1. Server
The local server shall be used for backup of multimedia contents which are made in
DMC of BANBEIS. In addition, it performs the role of a file server in each
UITRCE.
5.2.1.1. Hardware specifications
a) Processor: Intel Xeon Quad core 2.4GHz or higher. Deviation from
this specification shall be considered as “Major Deviation”
b) Memory: At least 8GB
c) HDD: 500GB
d) ODD: DVD-RW
e) Network: 10/100/1000 Ethernet
f) Keyboard: English
g) Mouse: Optical
5.2.1.2. Components and warranty
a) Windows 2008 Server Standard R2 or above
b) Rack Mount Type
c) Anti-virus for server
d) 2 years on-site full warranty
e) The bidder has to supply products of international brand/model. If not,
it shall be considered as“Major Deviation.”
5.2.2. UPS
5.2.2.1. Required features
a) Output power capacity: 2200VA / 1980Watts(230Vac, 50Hz)
b) Boost and Trim Automatic Voltage Regulation (AVR)
c) Nominal Input Voltage(adjustable range): 230V
d) Input Connections: IEC-320 C20, Schuko CEE 7 / EU1-16P, British
BS1363A
e) Surge energy rating: 365 Joules
f) Online Thermal Dissipation: 275.00 BTU/hr
g) Typical backup time at half load: 24 minutes (990 Watts)
h) Output Voltage Distortion: Less than 5% at full load
i) Rack mount type
j) Brand: To be mentioned by bidder
5.2.3. Backup HDD
Network Attached Storage (NAS)
5.2.3.1. Required features
Page 196
Section VI. Technical Requirements
191
a) Network: 10/100/1000Mbps Ethernet
b) External Interface: Ethernet - RJ45
c) Hard Disk Capacity: usable 2TB with Raid 5 configuration
d) Client OS Support: Windows, Windows Server, Mac OS, Linux
(Redhat, Suse, and so on)
5.2.4. Router
5.2.4.1. Functional requirements
a) Routing protocols: static routes, RIP, EIGRP, OSPF, BGP, Multicast,
MPLS, etc.
b) Provision of security feature to make IP Sec VPN connection with
firewall in BANBEIS. Deviation from this specification shall be
considered as “Major Deviation”
c) Traffic management features: QoS, policy-based routing
d) Support IPv4, IPv6
5.2.4.2. Hardware specification
a) WAN interface: 2port WAN Interface
b) LAN interface: 2port 10/100/1000 Ethernet Interface
c) Memory: 512MB DRAM, 256MB Flash
d) Brand/Model should be mentioned by the bidder.
5.2.5. L2 Switch
5.2.5.1. Required Features
a) Layer 2 Networking switch
b) 24 ports of 10/100 Ethernet with auto-negotiation
c) Management console port
d) Support Port Aggregation Protocol (PAGP), VLAN (802.1Q) with
ISL VLAN tagging. Deviation from this specification shall be
considered as “Major Deviation”
e) Brand/Model should be mentioned by the bidder.
5.2.6. Wireless AP
5.2.6.1. Required features
a) Wi-Fi support: IEEE 802.11b, 802.11g, 802.11n
b) Port: 10/100 Ethernet port with auto detection, Management console
port
c) Indicator: Status LED indicates boot loader status, association status,
operating status, boot loader warnings, boot loader errors
d) Security Options: 802.11i, Wi-Fi Protected Access 2 (WPA2), WPA,
Advanced Encryption Standards (AES), Temporal Key Integrity
Protocol (TKIP)
Page 197
Section VI. Technical Requirements
192
e) Brand/Model should be mentioned by the bidder.
5.2.7. RACK (1.8m)
5.2.7.1. Required features
a) 36U high server rack and network rack
b) 600mm(W)×1,000mm(D)×1800mm(H)
c) Rack mounted console for server
d) 16A Power Cord, 2 Shelf
5.3. Equipment layout and Rack mount diagram
The equipment layout of server room and Rack mount diagram are shown below. The
bidder is able to change the rack mount diagram due to the proposed specification by
the bidder.
[Figure E-8] Equipment layout of UITRCE Server Room
Page 198
Section VI. Technical Requirements
193
[Figure E-9] Rack mount diagram of UITRCE Server Room
Page 199
Section VI. Technical Requirements
194
6. Guest Room
The detailed requirements of Guest Room mentioned below have to be included in the bidder’s
proposal.
6.1. BOM/BOQ
[Table E-5] Required Items for the Guest Room
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 Single bed 2 256
2 Bed side cabinet 1 128
3 Almirah 1 128
6.2. Technical specification
6.2.1. Single bed
6.2.1.1. Requirement
a) Made of 18mm thick or above scratch proof and termite proof
melamine laminated wood particleboard for frame
6.2.1.2. Specific size
a) Size: Length 2056mm x Width 1046mm x Height 750mm
6.2.2. Bed side cabinet
6.2.2.1. Requirement
a) Made of 16 mm thick or above scratch proof and termite proof
melamine laminated wood particleboard and 1 drawer in lower part.
6.2.2.2. Specific size
a) Size: Length 600mm x Width 500mm x Height 750mm
6.2.3. Almirah
6.2.3.1. Requirements
a) Made of 16 mm thick or above scratch proof and termite proof
melamine laminated wood particleboard with PVC edging
b) A mirror (1235 x 300mm) on the front door
c) Two drawers in lower part
6.2.3.2. Specific size
a) Size: Length 900mm x Width 500mm x Height 2100mm
Page 200
Section VI. Technical Requirements
195
6.3. Furniture layout
The equipment layout of Guest Room is shown below.
[Figure E-10] Furniture layout of Guest Room
7. Reception & Waiting Room
The detailed requirements of Reception & Waiting Room mentioned below have to be included
in the bidder’s proposal.
7.1. BOM/BOQ
[Table E-6] Required Item for the Reception & Waiting Room
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 Two-seater sofa 2 256
7.2. Technical specification
7.2.1. Two-seater sofa
7.2.1.1. Requirements
a) Two sofas will be installed in the Reception & Waiting room.
b) Foam cushioning covered with dark gray fabric.
7.2.1.2. Specific size
a) Seat height: 350mm, Back height: 650mm
b) Length: 1100mm, Depth: 710mm
Page 201
Section VI. Technical Requirements
196
7.3. Furniture layout
[Figure E-11] Furniture layout of Reception & Waiting Room
8. Meeting Room
The detailed requirements of Meeting Room mentioned below have to be included in the
bidder’s proposal.
8.1. BOM/BOQ
[Table E-7] Required Items for the Meeting Room
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 Conference table 1 128
2 Chair (type C) 25 3,200
8.2. Technical specification
8.2.1. Conference table
8.2.1.1. Requirements
a) The table will be installed in the meeting room.
b) Made of scratch proof and termite proof melamine laminated wood
particle board with 2 and 1 mm thick or above PVC edging and height
adjustable stopper
c) Table top should be 32mm thick or above and other panel should be
16mm thick or above.
Page 202
Section VI. Technical Requirements
197
8.2.1.2. Specific size
a) Size: Length 3650mm x width 1250mm x Height 750mm
8.2.2. Chair (type C)
8.2.2.1. Requirements
a) 25 chairs will be installed in the meeting room.
b) Fixed type chair with armrest
c) Made of rolled mild steel with PVC stopper
d) Foam cushioning covered with dark gray fabric
8.2.2.2. Specific size
a) Height: Floor to Seat - 430mm and Floor to Back - 770mm
b) Size: Seat - 450mm x 460mm and Back - 430mm x 460mm
8.3. Furniture layout
[Figure E-12] Furniture layout of Meeting Room
9. Facilities
The detailed requirements of Facilities mentioned below have to be included in the bidder’s
proposal.
Page 203
Section VI. Technical Requirements
198
9.1. BOM/BOQ
[Table E-8] Required Other Items
No. Item Q.ty
(1Upazila)
Total Q.ty
(128 Upazilas) Remark
1 Air Conditioner 2 256
2 Generator 1 128
9.2. Technical specification
9.2.1. Air Conditioner
9.2.1.1. Requirements
a) Wall Mount Type
b) Auto Clean function to prevent mold and bacteria
c) Capacity (Ton) : 2 Ton
d) High speed cooling, E-saver mode
e) Auto Air Swing (Up-Down), Off Timer
f) Wireless remote controller
9.2.2. Generator
9.2.2.1. Requirements
a) Diesel generator set / 50Hz
b) Standby 16kw (20KVA), 380V, 3P4W
c) Bonnet or cabinet protectors (installed outside of the building)
10. Spare Partsfor UITRCE
Spare parts for buffer stock in maintenance period are as below.
[Table E-9] Spare Parts List for UITRCE
No Item Q’ty Specification Remark
1 PC (Same Brand) 130 • 2.2.1. of E. Technical Requirements of
ICT Training Equipment in UITRCE
2 UPS for PC (Same Brand) 130 • 2.2.2. of E. Technical Requirements of
ICT Training Equipment in UITRCE
3 Multifunction Printer (Same
Brand) 5
• 2.2.4. of E. Technical Requirements of
ICT Training Equipment in UITRCE
4 Toner of Multifunction Printer
(Office) 128 • Compatible with multifunction printer
Page 204
Section VI. Technical Requirements
199
No Item Q’ty Specification Remark
5 Toner of Multifunction Printer
(PC Lab) 128 • Compatible with multifunction printer
6 Multimedia Projector (Same
Brand) 5
• 3.2.5. of E. Technical Requirements of
ICT Training Equipment in UITRCE
9 Lamp of multimedia projector 128 • Compatible with multimedia projector
8 Portable AMP (Same Brand) 5 • 3.2.7. of E. Technical Requirements of
ICT Training Equipment in UITRCE
9 Laser Printer (Same Brand)
(Local Cyber Center) 5
• 4.2.4. of E. Technical Requirements of
ICT Training Equipment in UITRCE
10 Toner of Printer (Local Cyber
Centre) 128 • Compatible with Printer
11 UPS for Server (Same Brand) 5 • 5.2.2. of E. Technical Requirements of
ICT Training Equipment in UITRCE
12 Backup HDD 5 • 5.2.3. of E. Technical Requirements of
ICT Training Equipment in UITRCE
13 Router (Same Brand) 5 • 5.2.4. of E. Technical Requirements of
ICT Training Equipment in UITRCE
14 L2 Switch (Same Brand) 10 • 5.2.5. of E. Technical Requirements of
ICT Training Equipment in UITRCE
15 Wireless AP (Same Brand) 5 • 5.2.6. of E. Technical Requirements of
ICT Training Equipment in UITRCE
11. Requirement of Brochures for ICT Training Equipment
It is necessary to submit brochures of ICT training equipment. The equipment which needs
brochures is listed below.
The bidder should submit the brochures which contain details that satisfy the technical
requirements and mark Yes or No in the form; [Section VII.3.2]
[Table E-10] Equipment which need a brochure
No Equipment No Equipment
1 PC 9 Server
2 UPS for PC 10 UPS for Server
3 Laptop Computer 11 Backup HDD
4 Multifunction Printer (Office) 12 Router
5 Multifunction Printer (PC Lab) 13 L2 Switch
6 Laser Printer (Local Cyber Center) 14 Wireless AP
7 Multimedia Projector 15 Air Conditioner
8 Portable AMP 16 Generator
* Failure to provide Brochure/Catalog of any item of the above listed equipment will be “Major
Deviation”
Page 205
Section VI. Technical Requirements
200
F. TECHNICAL REQUIREMENT OF INTERNET CONNECTION
(NETWORK)
1. Introduction
1.1. As-is & To-be
1.1.1. To prepare internet connection for the project, two factors, separate consideration
for current internet connection of BANBEIS and internet connection plan of 128
Upazilas is required.
1.1.2. New EMIS system will provide the service for teachers of the institute, officials of
districts/Upazilas and internal users of BANBEIS. Because EMIS is web service,
teachers and officials of districts/Upazilas will connect the system via the internet.
1.1.3. BANBEIS uses 8Mbps internet line from BTCL. Because the line is not much used
currently, it is believed that the line has sufficient bandwidth for new EMIS service.
At the beginning of the service, BANBEIS will keep using current 8Mbps internet
line. During the service, if the utilization of internet line is increased up to
threshold, increasing the bandwidth should be considered.
1.1.4. About internet connection of UITRCEs in 128 Upazilas, only 54 UITRCEs will be
connected wired internet through ADSL service from BTCL or BCC, and the other
74 UITRCEs will not be connected by wired internet within 2 years.
1.1.5. For the 74 UITRCEs, internet connection using mobile modem should be provided
temporarily until wired internet connection service is available. The list of 54 and
74 Upazilas is in “F. 4. Internet Connection Availability of 128 Upazilas.”
1.2. Network diagram
Page 206
Section VI. Technical Requirements
201
[Figure F-1] Network diagram of the project
Page 207
SECTION V. Special Conditions of Contract (SCC)
202
2. Equipment for Internet Connection
The detailed requirements of equipment for internet connection mentioned below have to be
included in the bidder’s proposal.
2.1. BOM/BOQ
[Table F-1] Internet Connection
No. Item Q’ty
(1 upazila)
Total Q’ty
(128 Upazilas) Remark
1 ADSL Modem 1 128 For 128 Upazilas
2 Mobile Modem 8 592 For 74 Upazilas
3 Spare parts of ADSL
Modem - 5 5 spare parts for 128 Upazilas
2.2. Technical specification
2.2.1. ADSL Modem
At the beginning of operation of UITRCE, ADSL modem and mobile modem will
be used together.
2.2.1.1. Requirements
a) Modem for broadband internet service (ADSL)
b) 1port 10/100Mbps RJ45, 1port RJ11
c) support ADSL, ADSL2 standard
2.2.2. Mobile Modem
2.2.2.1. Requirements
a) EV-DO Mobile Modem
b) Quantity: 8 Modems x 74 Upazilas
c) The details about required mobile modem service for each Upazila are
as below.
[Table F-2] Required Mobile Modem Services
List Modem Service
Server 1 150Kbps 1G Data + VPN
Office 1 150Kbps 1G Data
PC Lab 4 150Kbps 1G Data
Cyber Center 2 150Kbps Unlimited Data
Total Number of Modems 8
Page 208
Section VI. Technical Requirements
203
3. Network Connection between BANBEIS and UITRCEs
3.1. Network connection through ADSL service
3.1.1. 54 UITRCEs use ADSL service for internet connection. The bandwidth of ADSL is
512Kbps.
3.1.2. Data transmission between internal networks of BANBEIS and UITRCE uses VPN
technology for secured data transmission by data encryption on network path. The
router which has security option provides VPN function.
3.1.3. The equipment and their service for the internet connection are listed below.
[Table F-3] Equipment & service for Internet Connection
Location Device Service
BANBEIS
Firewall • Center device for VPN connection with 128 UITRCEs
• Encrypt & decrypt data with IP Sec protocol
Router • Border gateway equipment of BANBEIS
• Forwards encrypted network traffic
UITRCE
ADSL Modem • Support ADSL, ADSL2 standard protocols
Router
• Located between ADSL Modem and L2 Switch in LAN
area through 10/100/1000 Ethernet Interface
• Encrypt & decrypt data with IP Sec protocol
3.1.4. Network connection diagram is as below
[Figure F-2] Network connection through ADSL internet connection
Page 209
Section VI. Technical Requirements
204
3.2. Network connection through mobile modem service
3.2.1. 74 UITRCEs use mobile modem service for internet connection. The service is
based on EVDO technology.
3.2.2. Local server uses mobile modem which has VPN option for secure data
transmission with internal network of BANBEIS.
3.2.3. Because the VPN option of mobile modem needs a proxy server in BANBEIS,
multimedia server in BANBEIS will be used as the proxy server during 74
URITRCEs use mobile modem. The mobile modem service provider provides
proxy S/W for server.
3.2.4. Network equipment for ADSL internet connection service is installed in all of
UITRCE. When ADSL service becomes available in each Upazila, the UITRCE
will change internet connection from mobile modem to ADSL service.
3.2.5. Network connection diagram for mobile modem is as below.
[Figure F-3] Network connection through mobile modem
4. Internet Connection Availability of 128 Upazilas
[Table F-4] Availability of Internet Connection
Division District No. Name of Upazilas Internet Connection
ADSL Mobile Modem
Barisal
Barguna 1 Bamna ●
2 Amtali ●
Barisal
3 Bakerganj ●
4 Muladi ●v
5 Wazirpur ●
Bhola 6 Borhanuddin ●
7 Charfesson ●
Jhalakathi 8 Nalchity ●
9 Kathalia ●
Patuakhali 10 Bauphal ●
11 Galachipa ●
Pirojpur 12 Nesarabad ●
Page 210
Section VI. Technical Requirements
205
Division District No. Name of Upazilas Internet Connection
ADSL Mobile Modem
13 Bhandaria ●
Sub Total 5 8
Chittagong
Bandarban 14 Bandarban Sadar ●
Khagrachari 15 Khagrachari Sadar ●
Rangamati 16 Rangamati Sadar ●
Brahmanbaria 17 Sarail ●
18 Nabinagar ●
Chandpur 19 Matlab South ●
20 Faridganj ●
Comilla
21 Daudkandi ●
22 Burichang ●
23 Chandina ●
24 Chauddyagram ●
Chittagong
25 Rawzan ●
26 Sitakunda ●
27 Patiya ●
28 Chandanaish ●
Cox’s Bazar 29 Chakaria ●
30 Ramu ●
Feni 31 Chhagalnaiya ●
Lakshmipur 32 Raipur ●
Noakhali 33 Chatkhil ●
34 Companiganj ●
Sub Total 11 10
Sylhet
Habiganj 35 Chunarughat ●
36 Baniachang ●
Moulvibazar 37 Kularua ●
38 Rajnagar ●
Sunamganj 39 Chhatak ●
40 Jamalganj ●
Sylhet 41 Beanibazar ●
42 Sadar ●
Sub Total 4 4
Dhaka
Dhaka 43 Savar ●
44 Nawabganj ●
Gazipur 45 Kaliganj ●
46 Sreepur ●
Manikganj 47 Ghior ●
Munshiganj 48 Tongi bari ●
Narayanganj 49 Sonargaon ●
Narsingdi 50 Raipura ●
51 Monohardi ●
Faridpur 52 Boalmari ●
53 Sadarpur ●
Gopalganj 54 Tungi Para ●
55 Muksudpur ●
Page 211
Section VI. Technical Requirements
206
Division District No. Name of Upazilas Internet Connection
ADSL Mobile Modem
Madaripur 56 Kalkini ●
Rajbari 57 Baliakandi ●
Shariatpur 58 Naria ●
Jamalpur 59 Islampur ●
60 Madarganj ●
Sherpur 61 Nalitabari ●
Kishoreganj
62 Pakundia ●
63 Karimganj ●
64 Bajitpur ●
Mymensingh
65 Gaffargaon ●
66 Gauripur ●
67 Haluaghat ●
68 Trishal ●
Netrakona 69 Atpara ●
70 Purbadhala ●
Tangail
71 Kalihati ●
72 Ghatail ●
73 Mirzapur ●
Sub Total 14 17
Khulna
Bagerhat 74 Rampal ●
75 Morrelganj ●
Khulna
76 Paikgachha ●
77 Dumuria ●
78 Dighalia ●
Satkhira 79 Khaliganj ●
80 Tala ●
Jessore
81 Manirampur ●
82 Bagharpara ●
83 Jhikargacha ●
Jhenaidah 84 Maheshpur ●
85 Sailkupa ●
Magura 86 Mohammadpur ●
Narail 87 Lohagara ●
Chuadanga 88 Damurhuda ●
Meherpur 89 Gangni ●
Kushtia 90 Kumarkhali ●
91 Daulatpur ●
Sub Total 6 12
Rajshahi
Bogra
92 Nandigram ●
93 Gabtali ●
94 Shibganj ●
Joypurhat 95 Khetlal ●
Dinajpur
96 Parbatipur ●
97 Nawabganj ●
98 Birganj ●
99 Birol ●
Page 212
Section VI. Technical Requirements
207
Division District No. Name of Upazilas Internet Connection
ADSL Mobile Modem
Panchagarh 100 Debiganj ●
Thakurgaon 101 Baliadangi ●
102 Ranishankail ●
Gaibandha 103 Sadullahpur ●
104 Gobindaganj ●
Kurigram 105 Ulipur ●
106 Nageswari ●
Lalmonirhat 107 Kaliganj ●
Nilphamari 108 Kishoreganj ●
109 Dimla ●
Rangpur
110 Pirganj ●
111 Badarganj ●
112 Kaunia ●
Pabna 113 Sujanagar ●
114 Atgoria ●
Sirajganj
115 Ullapara ●
116 Kazipur ●
117 Shahjadpur ●
Naogaon
118 Manda ●
119 Patnitala ●
120 Porsha ●
Natore 121 Gurudaspur ●
122 Bagatipara ●
Nawabganj 123 Nachole ●
124 Shibganj ●
Rajshahi
125 Paba ●
126 Tanore ●
127 Puthia ●
128 Bagmara ●
Sub Total 14 23
Total 54 74
Page 213
Section VI. Technical Requirements
208
G. TECHNICAL REQUIREMENTS OF EMIS DEVELOPMENT
1. Introduction
BANBEIS is going to develop and install EMIS software to enable to exchange data between
BANBEIS and 128 Upazilas for securing accurate education statistic data. EMIS software is
composed of server software which is installed in BANBEIS and client software for 128
Upazilas.
EMIS software development includes EMIS server & client software development, e-school
management system, GIS package &interface module, e-mail system, and access control system.
The bidder have to consider the elements; stability, ease of utilization, interoperability,
scalability, and sustainability for EMIS software development.
The bidder shall propose the development plan and methodology for EMIS, and also provide
software maintenance plan. If the bidder has any additional idea about EMIS development which
are not mentioned here, that should be specified and included in proposal.
1.1. The existing EMIS operation processes.
[Table G-1] The Existing EMIS Operation Processes
1. EMIS input process BANBEIS is maintaining database for 7typed institutions in Bangladesh;
junior secondary & secondary school, higher secondary school, college,
madrasah, technical-vocational institute, professional institute, and teacher
training institution.
There are almost 35,000 institutions effective Jan. 2012.
BANBEIS directly input data to Oracle 10g database.
The estimated number of input categories for BANBEIS online or for
Upazilas
- Institution information: 1
- Physical facility information: 3
- Students information: 7
- Overall information of teachers: 1
- Degree/examination/completion information: 1
- Additional information: 6
- GIS information: 1
- Detailed information of teachers: 7
- Total 27 information * 7 types = 189 information
2. Interoperability with
GIS
BANBEIS utilize the ArcView and this software shows the institution
information on the map and also it is compatible with Microsoft Excel.
Because of the slow internet speed and insufficient customization, the
ArcView is not a proper solution for BANBEIS. So BANBEIS wants to
purchase and utilize the Infrastructure Map Server and Map3D of
Autodesk.
The ArcView and EMIS are linked with GI code system. The ArcView ha
institution code which is comprised in GI code and GPS value.
3. DBMS There are 7types schemas in database and each schema has average
33tables (College education has 37tables).
BANBEIS use centralized database for EMIS and this database is
completely managed and updated internally.
Page 214
Section VI. Technical Requirements
209
The input data is reflected to DBMS after verification process.
DBMS is Oracle 10g and the capacity of database is 1.75Gb
4. Output The dynamic printout is available with SQL.
BANBEIS provide education statistic information to Ministry of
Education, other Government institutions, related organization, and
districts. BANBEIS also publish this information on the Internet and in
book form.
Furthermore, the statistic report is published with time-series analysis file.
1.2. Cooperation with Local Company
1.2.1. There will be many difficulties to develop EMIS and GIS software because of local
environment (poor traffic conditions for site survey of 7 typed institutions belong to
128 Upazilas, etc.).
1.2.2. Therefore, after evaluation of the proposal, the successful bidder has to make an
agreement with local software company and start to develop EMIS and GIS
software with them.
1.2.3. The bidders have to include how to cooperate with local software company and
how to manage this company and outputs on their proposals.
1.2.4. The scope of software development with local company includes EMIS client /
server software, e-school management system, and interface with GIS tools.
2. EMIS Software Development
The detailed requirements of EMIS software development mentioned below have to be included
in the bidder’s proposal.
2.1. Requirements of EMIS server software development
2.1.1. Hardware requirements
2.1.1.1. EMIS server software shall be installed on BANBEIS EMIS server
2.1.1.2. The specification of EMIS server: Refer to D. Technical Requirement of
ICT Training Equipment in BANBEIS 4.2.2. EMIS WAS server
2.1.1.3. 3tier architecture platform (WEB-WAS-DB Server)
2.1.2. Functional requirements
2.1.2.1. Input data processing (7types format sheets): on-line real time processing
and batch file processing
a) 7types means primary school, junior secondary school, secondary
school, higher secondary school, college, madrasah, polytechnic
institute, and teacher training institution.
2.1.2.2. English and Bengali, both languages have to be supported to user
interface.
Page 215
Section VI. Technical Requirements
210
2.1.2.3. Business logic and database creation, update, delete
2.1.2.4. Required sub-menu
a) Basic features (GI-code set, authentic/certification management, e-
mail set, etc.)
b) Statistical processing (basic statistic)
c) Themes & time series analysis
d) Reporting
e) Yearbook management
f) Search engine (file, document, web menu, internet, etc.)
g) Web file creation for internet users
h) Web report (types, indicator, output, finance, stipend, etc.)
2.2. Requirements of EMIS Client Application
2.2.1. Hardware requirements
2.2.1.1. EMIS client software shall be installed on 1 PC in secondary education
office and 2 PCs in local cyber center of each UITRCE.
2.2.1.2. The specification of PCs: Refer to E. Technical Requirement of ICT
Training Equipment in UITRCE 4.2.1. PC.
2.2.2. Functional requirements
2.2.2.1. Check and verification of input data
2.2.2.2. File transfer module (from client to host)
2.2.2.3. EMIS client application should be downloaded from host server such as
on-line real time processing
2.2.2.4. Data is only accessed by authorized person and should be guaranteed by
them
2.2.2.5. Authorized persons are already registered in authentication server in
BANBEIS.
Page 216
Section VI. Technical Requirements
211
[Figure G-1] EMIS System Concept
[Figure G-2] EMIS Functions
Page 217
Section VI. Technical Requirements
212
2.3. Requirements of E-School Management System for Schools
Each institution in 128 Upazilas downloads the e-school management software with
extension “.exe” from BANBEIS server and installs this software on their PCs. Each
institution can manage their educational data with this software, and they can
automatically transfer the data which is required by BANBEIS as an e-survey format
with internal reporting module.
The data which will be included in reporting module shall be chosen by discussion of
BANBEIS and main Supplier/Contractor.
2.3.1. Hardware requirements
2.3.1.1. E-School Management Software which will be downloaded from
BANBEIS Website and installed on PCs in each institution and shall be
linked with BANBEIS EMIS server
2.3.1.2. The specification of EMIS server: Refer to D. Technical Requirement of
ICT Training Equipment in BANBEIS 4.2.2. EMIS WAS server
2.3.2. Functional requirements
2.3.2.1. General information
a) Name and address of school
b) Date of Establishment, Affiliation, MPO, etc.
c) Land area, use of land, school building, education materials, etc.
2.3.2.2. Student management
a) Individual student information by grade including:
- Id No./Roll No.
- Name of student
- Father’s Name & Mother’s name
- Home address
- Date of admission
- Date of Birth & age
- Gender
- Religion
- Transfer in or Transfer out
- Repeated in same grade
- Dusabled/Tribal/Son or daughter of FreedomFighter/Service
- Annual Income of parent/Gurdian
- Dropout in specific grade
- Receiving stipend
- Scholarship, etc.
Page 218
Section VI. Technical Requirements
213
2.3.2.3. Human resource management
a) Individual Teacher/Employee information including
- Name of Teacher
- MPO Index Number (If applicable)
- Name of post
- Date of MPO
- Date of Birth
- Pay Scale
- Date of 1st joining in teaching
- Date of joining in present post
- Retired/Resignation/Dead
- Educatinal Qualification (detail from Secondary)
- Training degree, etc.
2.3.2.4. Attendance and leave management
a) Individual student attendance by grade and leave record of
teacher/employee
- Id No./Roll No.
- Name of student
- No. of days attendent in class each month
- Teacher/employee attendance
- Individual Leave information of teacher/employee, etc.
2.3.2.5. Examination &result management
a) Annual Examination Data by grade of individual student
- Id No./Roll No.
- Name of student
- Marks/grade by subject
- Total marks
- Passed
- Passed in special consideration
- Failed
- Merit position
b) Record of public examination result
- Year of Examination
- Name of stream
- No. of examinee regular/irregular
- No. Passed by Grade (A+,A,A-,B,C,D,F)
Page 219
Section VI. Technical Requirements
214
2.3.2.6. Fees collection anddisbursement management
a) Fees collection of individual student by grade
- Id No./Roll No.
- Name of student
- Session Fee including all annual fees
- Tution fee by month
b) Disbursement management from colleted fees
2.3.2.7. Accounting management
a) Income by source
b) Expenditure by item, etc.
2.3.2.8. Inventory system
a) Usuable Chairs, Bench, Blackboad, Fan, etc.
b) Machinery and equipment
c) Computer, printer, UPS, etc.
d) Multimedia projector
e) All other items
2.3.2.9. School calendar
a) Routine of individual class by subject
b) Lesson Plan
c) Class days, Holidays, Vacation, etc.
2.3.2.10. Library management
a) No. of books as per syllabus by grade
b) No. of story book, historical book, novel, etc.
c) Magazine, Newspaper, etc.
d) Separate library room, etc.
2.3.2.11. Reporting module
a) Data integration and Reporting as per e-survey format for BANBEIS,
Respective formats of Education Boards, etc.
b) Data should transfer automatically to BANBEIS, Boards, etc. through
“send or reporting” button.
Note: The bidder should make system study from the institution before development of the e-School
Management System (eSMS). The bidder should include/modified in the above system requirement
after making the system study.
Page 220
Section VI. Technical Requirements
215
[Figure G-3] Concept of e-School Management System
2.4. Requirements of Interface Module with GIS Tool
2.4.1. EMIS server software should have interface with Infrastructure Map Server and
Map 3D.
2.4.2. GI-code(BBS) is used for each institution code
2.5. Requirements of Access Control
2.5.1. Hardware requirements
2.5.1.1. Access Control System shall be installed on BANBEIS EMIS server
2.5.1.2. The specification of EMIS server: Refer to D. Technical Requirement of
ICT Training Equipment in BANBEIS 4.2.2. EMIS WAS server
2.5.2. Functional requirements
2.5.2.1. The authentication function should be developed and loaded to protect
illegal intrusion and access for EMIS server data.
2.6. Requirements of E-mail Function
2.6.1. Hardware requirements
2.6.1.1. E-Mail System shall be installed on Mail server
2.6.1.2. The specification of Mail server: Refer to D. Technical Requirement of
ICT Training Equipment in BANBEIS 4.2.6. Mail server
2.6.2. Functional requirements
2.6.2.1. The e-mail function for teachers should be developed and loaded with e-
mail engine.
Page 221
Section VI. Technical Requirements
216
3. GIS Software Development
The detailed requirements of GIS software development mentioned below have to be included in
the bidder’s proposal.
3.1. Requirements of Infrastructure Map Server
3.1.1. Hardware requirements
3.1.1.1. Infrastructure Map Server shall be installed on GIS Server in BANBEIS.
3.1.1.2. The specification of GIS server: Refer to D. Technical Requirement of ICT
Training Equipment in BANBEIS 4.2.5. GIS server
3.1.2. Functional requirements
3.1.2.1. Infrastructure Map Server should be purchased in package and customized
in BANBEIS.
3.1.2.2. Infrastructure Map Server application supports web based platform for
GIS application, and also linked to EMIS server application with GI-code
3.1.2.3. GI-code presents the school code and also shows the spatial position of
institutions in the map with GPS value.
3.1.2.4. The following functions should be included in this application
a) Basic features (GI-code set, GPS value, etc.)
b) Basic map management
c) Spatial data management with POI (Point of Interest) value
d) Map generation
e) Map and POI value search
3.1.2.5. Rage sphere boundary assignment and analysis
3.1.2.6. School information and details have to be seen with Microsoft Excel
3.1.2.7. English and Bengali, both languages have to be supported for user
interface.
3.1.2.8. Statistic data management for population, distance, and POI value
3.1.2.9. Reporting function
3.1.2.10. Infrastructure Map Server supports API platform with purpose and it has
to cover everything from initial data design to web deployment more
effectively without translation or data loss.
3.1.2.11. Infrastructure Map Server software should be operated in Windows or
Linux, and development environment should be PHP, .NET, or Java(JSP)
3.1.2.12. Infrastructure Map Server should support data source such as Oracle
spatial, SQL server and numerous raster formats.
Page 222
Section VI. Technical Requirements
217
3.2. Requirements of Map 3D Application
3.2.1. Hardware requirements
3.2.1.1. Map 3D Application shall be installed on existing PCs of the staffs in
charge in BANBEIS.
3.2.2. Functional requirements
3.2.2.1. Map 3D application should be purchased in package.
3.2.2.2. MAP 3D is used for surveying sites to be measured in GPS value and
spatial position.
3.2.2.3. MAP 3D should support most parts of the design, data management,
mapping, and analysis functions, and also support Microsoft Excel.
3.2.2.4. MAP 3D software should be operated in Windows, and it supports to
access, edit, and analyze spatial data in its native format using familiar
AutoCAD based software.
[Figure G-4] Concept Diagram of GIS
Page 223
Section VI. Technical Requirements
218
[Figure G-5] GIS Functions
Page 224
Section VI. Technical Requirements
219
H. TECHNICAL REQUIREMENTS OF TRAINING
1. Local Training
In BANBEIS DMC, multimedia ICT training contents is developed using video, images, etc. and
provide them to each school and teachers through the network or CD-ROM. The contents
produced in DMC are provided to enhance the teacher’s ICT level. Using the supplied contents,
teachers can enhance their ICT usage skills, which can affect the enhancement of the entire
Bangladesh teachers’ ICT level with low cost and additionally it can enhance the students’ ICT
level.
[Table H-1] Local Training Structure
Low
lev
el →
Hig
h l
evel
Steps Training Structure
3 Multimedia Contents for ICT Training
(DMC, Digital Multimedia Center)
2 ToT Course
(Basic & Advanced ICT Course for Master Teachers)
1 BICT in Upazilas
(Basic ICT Course)
AICT in Upazilas
(Advanced ICT Course)
The training course is hierarchical structure, so the teachers who received the ToT (Training of
Trainers) course take charge of the ICT training for teachers in their affiliated Upazila. Each
Upazila’s ICT training consists of basic course and advanced course depending on the ICT level
of the participating teachers to support the enhancement of the teachers’ ICT level.
ToT training in BANBEIS and teacher training in 128 Upazilas are performed by BANBEIS
itself. BANBEIS select and train the 6 candidates through a test from each 128 Upazilas (total
768 teachers) for 12 months starting from the initiation of this project. After the curriculum is
finalized for teachers in 128 Upazilas by BANBEIS, the training materials are created and
printed out based for the teachers (192,000) who are subject to the training. The teacher training
in 128 Upazilas will be started after completion of building construction and equipment
installation in each Upazila.
The bidder has to provide several items listed below for local training.
1.1. For ToT (Total 38 batches * 20 participants)
1.1.1. The bidder has to count total cost for below items in BOQ and also suggest how to
provide these items. (e.g. periodically, in a lump, or per training course)
1.1.2. The Supplier/Contractor should transfer total budget of ToT to BANBEIS.
Page 225
Section VI. Technical Requirements
220
[Table H-2] Required Items for ToT
Serial Items No. of Units Total Cost (USD)
1 Per diem allowance 30 Days
2 Entertainment cost (tea, snacks) 30 Days
3 Travel allowance for participants 20 Person
4 Training kits (bag, pen, note) 20 Person
5 Certificates 20 Person
6 Trainer cost 180 Hours
7 Course co-ordination committee 5 Person
8 Course materials development committee 4 Person
9 Drafting/reproduction of module 20 Copies
10 Materials, supplies for Lab (marker, duster, board cleaner, air
freshener)
11 Clerical assistance (secretarial service)
12 Lab attendant 3 Person
13 Overhead cost (Lab expenses/miscellaneous)
Total Cost per Batch (20 participants) [not less than USD 8,250]
Total Cost for ToT (38 batches)
1.2. For teacher training in 128 Upazilas
1.2.1. The bidder has to count total cost for below items in BOQ and also suggest how to
provide these items. (e.g. periodically, in a lump, or per training course)
[Table H-3] Required Items for Teacher Training in 128 Upazilas
Serial Items No. of Units Total Cost
(USD)
1 Preparation of ICT training manual
2 Development and delineation of ICT training program at Upazila center 20 M/M
3 Printing of ICT training manual in CD 192,000 Units
4 Procurement of training kits (bag, pen, pad) 192,000 Units
5 Procurement of lab materials / supplies 8,000 Batch
Total cost of required items for teacher training [Not less than USD 1,473,300]
2. Foreign Training
The foreign training program which the trainees are invited to Korea consists with 3 categorized
4 courses. The group that is invited for the program consists of public officers and IT experts
from MOE, ERD, BANBEIS, and etc. The training program must include the tour of the related
facilities and observe its operation, and industrial field trip to see the modern progress of IT in
Korea.
Each course is scheduled to finish before the completion of the building construction and
equipment installation. In addition, the multimedia related training requires finishing before the
Page 226
Section VI. Technical Requirements
221
DMC in BANBEIS is completely installed so that they could utilize the center right after it is
completed.
The bidder has to suggest detailed training plan, contents of lecture, qualification of lecturer,
field trip, tour, social hour, how to manage and operate these foreign training program and cost
for these training. Also the bidder should provide list of lecturers with qualification and
experience those who will be engaged in foreign training courses.
2.1. Course 1
2.1.1. Title: Managerial training for planning & management of ICT training & EMIS
2.1.2. Required Contents
2.1.2.1. Planning & management of ICT training: how to manage and operate
training center, the model for development of training course, analysis of
requirements for training, course planning, evaluation of training results.
2.1.2.2. EMIS: objectives & functions of EMIS, development of EMIS,
management and operation of EMIS, technical strategy associated with
EMIS, sustainability of EMIS, educational statistics.
2.1.3. Number of trainee: 10 persons from MOE (3), PC (1), ERD (1), IMED (1), EED
(1), and BANBEIS (3).
2.1.4. Duration: 14days(2weeks)
2.1.5. Minimum hours of lecture: 30hours
2.1.6. Expected field trip sites: Government institutions related education (educational
administration, research, statistics, EMIS), schools, educational universities, and
etc.
2.2. Course 2
2.2.1. Title: Attachment course on dynamic website, multimedia contents development,
and remote sensing and GIS
2.2.2. Required Contents
2.2.2.1. Multimedia and dynamic website: visual design, graphic design, web
design, foundation art, 2D animation, 3D design, cinematography & non-
linear editing, advanced art, advanced modeling, lighting & texturing,
advanced animation & rigging, matte painting, advanced compositing &
dynamic portfolio development, how to develop dynamic website.
2.2.2.2. Remote sensing & GIS: image analysis, photogrammetry, geo-informatics,
advanced aspects of remote sensing & GIS, satellite meteorology, earth
process, natural disaster monitoring and management, environmental
analysis, internet GIS, spatial decision modeling, spatial data quality &
uncertainty handling, advances in RS & GIS image analysis
2.2.3. Number of trainee: 7 persons from MOE (1), ERD (1), NAEM (1), DSHE (1), and
BANBEIS (3).
Page 227
Section VI. Technical Requirements
222
2.2.4. Duration: 42days (6weeks)
2.2.5. Minimum hours of lecture: 120hours
2.2.6. Expected field trip sites: Government institutions related education, geographic
information, and etc.
2.3. Course 3
2.3.1. Title: Attachment course on EMIS data management & data modeling (1stbatch)
2.3.2. Required Contents
2.3.2.1. Identification of information needs, inventory of available sources and
data, data collection (school censuses, statistical surveys, sampling
surveys, administrative and managerial documents, management of
database & external information), data processing, publication&
dissemination, database design & construction, logical & physical data
modeling, conceptual modeling, constitution of user-oriented database,
application of database (data warehouse, meta data, data mining, OLAP,
ETT, XML data management.
2.3.3. Number of trainee: 8 persons from MOE (2), PC (1), and BANBEIS (5).
2.3.4. Duration: 21days (3weeks)
2.3.5. Minimum hours of lecture: 60hours
2.3.6. Expected field trip sites: Government institutions related EMIS, statistics, and etc.
2.4. Course 4
2.4.1. Title: Attachment course on EMIS data management & data modeling (2nd
batch)
2.4.2. Required Contents
2.4.2.1. Same as Course 3
2.4.3. Number of trainee: 7 persons from MOE (2) and BANBEIS (5).
2.4.4. Duration: 21days (3weeks)
2.4.5. Minimum hours of lecture: 60hours
2.4.6. Expected field trip sites: Government institutions related EMIS, statistics, and etc.
2.5. Daily Allowance
Also, the daily allowance has to be given to each trainee who is participating in the
foreign training program in accordance with their grade by the bidder. Daily allowance
must include all holidays in between and travel days. Accommodation, local
transportation, insurance, food expense, cost for cultural activities and airfare are not
included in daily allowance.
Page 228
Section VI. Technical Requirements
223
2.5.1. The payment criteria of daily allowance are as follows:
2.5.1.1. Grade 1 to 5 GoB officials: 100 USD per day
2.5.1.2. Grade 6 GoB officials: 80 USD per day
2.5.1.3. Under grade 6 GoB officials: 60 USD per day
2.5.1.4. A team leader of each courses get 20% allowance more.
3. Expert Dispatch
After completion of DMC installation, Korean experts who have expertise of multimedia
contents development and dynamic website have to be dispatch twice to BANBEIS for 3 months
each.
3.1. Expert Dispatch
3.1.1. The bidder has to suggest detailed action plan and time schedule, and count total
cost for expert dispatch in BOQ
3.1.2. Total man-month of multimedia contents expert dispatch is 6m/m.
3.1.3. 1st dispatch
3.1.3.1. Duration: 3 months
3.1.3.2. Number of experts: 1expert
3.1.3.3. Roles of experts: knowledge and technology transfer for how to use DMC
equipment, how to operate multimedia studio and main briefing room, how
to design and produce multimedia contents for ICT education, and how to
develop dynamic website.
3.1.4. 2nd
dispatch
3.1.4.1. Duration: 3months
3.1.4.2. Number of experts: 1expert
3.1.4.3. Roles of experts: pilot production of textbook with multimedia contents
and multimedia contents technology transfer.
The experts also shall suggest the methodology of curriculum planning, analysis, design, and
development. And they have to consider the richness of curriculum, learning effect of students,
and teaching effectiveness.The bidder has to mention experiences and certificates which can
attest qualification of dispatched experts.
Page 229
Section VII. Bidding Forms
224
SECTION VII. BIDDING FORMS
Page 230
Section VII. Bidding Forms
225
TABLE OF CLAUSES
1. Bid Submission Form ........................................................................................... 227
1.1. Technical Proposal Submission Form ............................................................................ 228
1.2. Price Proposal Submission Form .................................................................................... 230
1.3. Bid Table of Contents and Checklist .............................................................................. 232
2. Price Schedule Forms ........................................................................................... 234
2.1. Price Summary of the Bid ............................................................................................... 235
2.2. Price Breakdown of the Bid ............................................................................................ 236
2.2.1. Building Construction .......................................................................................... 236
2.2.2. ICT Training Equipment .................................................................................... 237
2.2.3. EMIS Development .............................................................................................. 239
2.2.4. Training................................................................................................................. 240
2.3. Unit Price of ICT Equipment .......................................................................................... 241
2.3.1. ICT training equipment for UITRCE ................................................................ 241
2.3.2. Equipment for DMC &Main Briefing Room .................................................... 243
2.3.3. Equipment for EMIS Server Room .................................................................... 244
2.3.4. Spare Part ............................................................................................................. 245
2.4. Country of Origin Code Table ........................................................................................ 246
3. Other Bid Forms and Lists .................................................................................. 247
3.1. Manufacturer’s Authorization ........................................................................................ 248
3.2. Brochure/Catalog of ICT Training Equipment ............................................................ 249
3.2.1. For BANBEIS ....................................................................................................... 249
3.2.2. For UITRCE ......................................................................................................... 250
3.3. Technical Responsive Checklist ...................................................................................... 251
3.3.1. Equipment for DMC &Main Briefing Room .................................................... 251
3.3.2. Equipment for EMIS Server Room .................................................................... 252
3.3.3. ICT Training Equipment for UITRCE .............................................................. 253
3.3.4. Spare Part ............................................................................................................. 255
3.4. List of Custom Materials ................................................................................................. 256
3.5. General Forms .................................................................................................................. 257
3.5.1. General Information Form.................................................................................. 257
3.5.2. General Information Systems Experience Record ............................................ 258
3.5.2a. Joint Venture Summary ...................................................................................... 259
3.5.3. Particular Experience Record ............................................................................. 260
3.5.3a. Details of Project Experience ............................................................................... 261
3.5.4. Summary Sheet: Current Contract Commitments / Work in Progress.......... 262
3.5.5. Financial Capabilities .......................................................................................... 263
3.5.6. Project Experience of proposed Manpower....................................................... 265
3.5.6a. Candidate Summary ............................................................................................. 266
3.5.7. Technical Capabilities .......................................................................................... 267
3.5.8. Litigation History ................................................................................................. 267
4. Bid-Securing Declaration .................................................................................... 268
4.a Bid Security (Bank Guarantee) ...................................................................................... 269
4.b Bid Security (Bid Bond) ................................................................................................... 271
5. Separate Bond ....................................................................................................... 272
5.a Bond for Spares ................................................................................................................ 273
Page 231
Section VII. Bidding Forms
226
6. Contract Agreement ............................................................................................. 274
Appendix 1. Supplier/Contractor’s Representative ................................................................ 277
Appendix 2. List of Approved Subcontractors ........................................................................ 278
Appendix 3. Custom Materials ................................................................................................. 279
Appendix 4. Revised Price Schedules ....................................................................................... 280
Appendix 5. Minutes of Contract Finalization Discussions and Agreed-to Contract
Amendments ..................................................................................................................... 281
7. Performance and Advance Payment Security Forms ....................................... 282
7.1. Performance Security Form (Bank Guarantee) ............................................................ 283
7.2. Advance Payment Security Form (Bank Guarantee) ................................................... 284
8. Installation and Acceptance Certificates............................................................ 285
8.1. Installation Certificate ..................................................................................................... 286
8.2. Provisional Acceptance Certificate ................................................................................. 287
9. Change Order Procedures and Forms ............................................................... 288
9.1. Request for Change Proposal Form ............................................................................... 289
9.2. Change Estimate Proposal Form .................................................................................... 291
9.3. Estimate Acceptance Form ............................................................................................. 292
9.4. Change Proposal Form .................................................................................................... 293
9.5. Change Order Form ........................................................................................................ 295
9.6. Application for Change Proposal Form ......................................................................... 296
10. Anti-Corruption and Anti-Malpractice Declaration ........................................ 297
Page 232
Section VII. Bidding Forms
227
1. BID SUBMISSION FORM
Page 233
Section VII. Bidding Forms
228
1.1. Technical Proposal Submission Form
[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to
its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
CB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
No.: [insert the number and issuing date of each Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Buildings,
Goods and Related Services [insert a brief description of the Goods and Related Services];
(c) Our bid shall be valid for the period of time specified in ITB 20.1, from the date fixed for
the bid submission deadline in accordance with ITB 24.1, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period;
(d) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
43 and GCC 17 for the due performance of the Contract;
(e) We, including any Subcontractors or Supplier/Contractor for any part of the contract, have
nationality from eligible countries [insert the nationality of the Bidder, including that of all
parties that comprise the Bidder, if the Bidder is a JV, and the nationality each
Subcontractor and Supplier/Contractor];
(f) We have no conflict of interest in accordance with ITB 4.2;
(g) Our firm, its affiliates or subsidiaries - including any Subcontractors or Supplier/Contractor
for any part of the contract - has not been declared ineligible by the Export-Import Bank of,
under the Purchaser’s country laws or official regulations, in accordance with ITB 4.3;
(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed; and
Page 234
Section VII. Bidding Forms
229
(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid Submission Form]
Name: [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Page 235
Section VII. Bidding Forms
230
1.2. Price Proposal Submission Form
[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to
its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
CB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
No.: [insert the number and issuing date of each Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Buildings,
Goods and Related Services [insert a brief description of the Goods and Related Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert the
total bid price in words and figures, indicating the various amounts and the respective
currencies];
(d) The discounts offered and the methodology for their application are:
Discounts. If our bid is accepted, the following discounts shall apply: [Specify in detail
each discount offered and the specific item of the Schedule of Requirements to which it
applies.]
Methodology of Application of the Discounts. The discounts shall be applied using the
following method: [Specify in detail the method that shall be used to apply the discounts];
(e) The following commissions, gratuities, or fees have been paid or are to be paid with respect
to the bidding process or execution of the Contract: [insert complete name of each Recipient,
its full address, the reason for which each commission or gratuity was paid and the amount
and currency of each such commission or gratuity]
Name of Recipient Address Reason Amount
Page 236
Section VII. Bidding Forms
231
(If none has been paid or is to be paid, indicate “none.”)
(f) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed.
(g) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid Submission Form]
Name: [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Page 237
Section VII. Bidding Forms
232
1.3. Bid Table of Contents and Checklist
Bidders should expand and (if appropriate) modify and complete the following table. The
purpose of the table is to provide the Bidder with a summary checklist of items that must be
included in the bid as described in ITB 13.1 and 16, in order for the bid to be considered for
Contract award. The table also provides a summary page reference scheme to ease and speed the
Purchaser’s bid evaluation process.
Item Present (Y/N) Page No.
1. Bid Submission
(1) Technical Proposal Submission
(2) Price Proposal Submission
2. Price Schedules
(1) Price Summary of the Bid
(2) Price Breakdown of the Bid
(3) Unit price of ICT Training equipment
(4) Country of Origin Code Table
3. Bid-Securing Declaration / Bid-Security (if and as required)
4. Bond for Spares
5. Joint Venture Summary
6. Signature Authorization (for Joint Venturesadditionally including
the authorizations listed in ITB 6.2)
7. Manufacturer’s Authorizations
8. Bidder’s General Information
9. Financial Capabilities
10. Project Experience Record
11. Brochure/Catalog of ICT Training Equipments
12. Technical Responsive Checklist
13. Reference Table of Major/Minor Deviation
Page 238
Section VII. Bidding Forms
233
Item Present (Y/N) Page No.
14. Project Implementation and Management Plan
(1) Building Construction
(a) Mobilization Plan
(b) Schedule of building Construction
(c) Cooperation Plan with local firms
(2) Supply and Installation of ICT Training equipment
(a) Shipment, Delivery, Storage, Installation and Testing
Plan
(b) Cooperation Plan with Local Firm
(3) Development of proposed application and system
(a) Understanding of the interface and integration plan
with the existing system of EMIS & GIS
(b) Development Plan of e-school management system
(4) Appropriateness of Taining Implementation Plan
(5) Project management
(a) Overall Integration Plan
(b) Risk Management Plan
(c) Commissioning and Handover Plan
(6) Concreteness of warranty service and operation &
maintenance support plan
15. Project Manpower
(1) Project Manpower )ICT(
(a) CV of Project manager
(b) CV of Hardware and Network Expert
(c) CV of Application Development Expert
(d) CVs of Multimedia Content Development Experts
(2) Project Manpower (Construction(
(a) CV of Project manager
(b) CVs of Construction Experts
Page 239
Section VII. Bidding Forms
234
2. PRICE SCHEDULE FORMS
Page 240
Section VII. Bidding Forms
235
2.1. Price Summary of the Bid
Unit: USD
No. Name of Items Price for Local
Portion
Price for Foreign Portion
Total Price
Korea The 3
rd
Country
1 Building Construction
2
ICT Training Equipment
A. for BANBEIS
B. for UITRCE
3 EMIS Software Development
4
Training
A. Local Training
B. Foreign Training
In Words: USD only.
Name of the Bidder:
Authorized Signature of the Bidder:
Page 241
Section VII. Bidding Forms
236
2.2. Price Breakdown of the Bid
2.2.1. Building Construction
* The bidder should submit the price breakdown of building construction referringto the
[Section X].
Page 242
Section VII. Bidding Forms
237
2.2.2. ICT Training Equipment
Unit: USD
Name of Items
Price for
Local
Portion
Price for Foreign Portion
Total Price
Korea The 3
rd
Country
A. Total Price for ICT Training Equipment
A1. Total Price for ICT Training Equipment
for UITRCE
1. Imported Equipment
2. Local Equipment
2-1. Furniture & Internet Modem
2-2. Facilities (A/C & Generators)
A2. Total Price for ICT Training Equipment
for BANBEIS
1. for DMC & Main Briefing Room
2. for EMIS Server Room
2-1. Hardware
2-2. Software
2-3. Vehicle
A3. Total Price for Spare Parts
1. for BANBEIS
2. for UITRCE
A4. Total Price for Equipment/Goods (if any)
not mentioned in the BOQ but essential
for successful completion of project
Total Price for Equipment (FOB)
B. Total Freight and Insurance
Page 243
Section VII. Bidding Forms
238
Name of Items
Price for
Local
Portion
Price for Foreign Portion
Total Price
Korea The 3
rd
Country
Total Price for Equipment (CIF): A+B
C. Total Local Transport & Storage
X. Total Price for Equipment (CIP): A+B+C
D. Total Price for Services related with the
Whole System
1. Inspection Service before Shipment
2. Installation Service
3. Testing/Commissioning Service
4. Maintenance Support up to Performance
Guarantee Period
5. Survey, Network Planning, Design and
Documentation Services
6. Services (if any) not mentioned in the BOQ
but essential for successful completion of
project
Y. Total Price for Service
Total Price for the ICT Training Equipment
(X + Y)
In Words: USD only.
Name of the Bidder:
Authorized Signature of the Bidder:
Page 244
Section VII. Bidding Forms
239
2.2.3. EMIS Development
Unit: USD
Name of Items Price for Local
Portion
Price for Foreign
Portion Total Price
A. Total Price for ICT Training Equipment
1. EMIS Server & Client Software
2. E-School Management System
3. Access Control & E-Mail System
4. GIS (Interface & Customizing)
In Words: USD only.
Name of the Bidder:
Authorized Signature of the Bidder:
Page 245
Section VII. Bidding Forms
240
2.2.4. Training
Unit: USD
Name of Items Price for Local
Portion
Price for Foreign
Portion Total Price
A. Total Price for Training
A1. Local Training
1. Training Kits and Other Materials for
ToT
2. Training Kits and Other Materials for
Teacher Training in 128 Upazilas
A2. Foreign Training
1. Managerial training for planning &
management of ICT training & EMIS
2. Attachment course on dynamic website,
multimedia contents development, and
remote sensing and GIS
3. Attachment course on EMIS data
management & data modeling (1st
batch)&2nd batch)
4. Attachment course on EMIS data
management & data modeling (2nd
batch)
5. Expert Dispatch
In Words: USD only.
Name of the Bidder:
Authorized Signature of the Bidder:
Page 246
SECTION VII. Bidding Forms
241
2.3. Unit Price of ICT Equipment
2.3.1. ICT training equipment for UITRCE
Unit: USD
Name of Items Quantity Unit Price Total Price
A. Secondary Education Offices & UITRCE Offices
1. PC 768
2. UPS for PC 768
3. Laptop Computer 256
4. Multifunction Printer (Black laser) 128
5. OA tool (Open Office) 1,024
6. Watch 128
7. Desk (type A) 256
8. Desk (type B) 128
9. Desk (type C) 128
10. Desk (type D) 512
11. File Cabinet (3 Drawer unit) 512
12. File Cabinet (2 Drawer unit) 512
13. Chair (type A) 256
14. Chair (type B) 128
15. Chair (type C) 640
16. Printer table 128
17. Partition (Total Length 12,600mm) 128
B. PC Lab
1. PC 3,072
2. UPS for PC 3,072
3. Laptop Computer 128
4. Multifunction Printer (Black laser) 128
5. Multimedia Projector 128
6. Electronic Projector Screen 128
7. Portable AMP 128
8. White Board (with mobile stand) 128
9. OA tool (Microsoft Office) 128
10. OA tool (Open Office) 3,200
11. PC Lab Desk 1,536
12. Chair (type D) 3,072
13. Desk (type B) 128
14. Chair (type B) 128
15. Multipurpose shelf 128
Page 247
SECTION VII. Bidding Forms
242
Name of Items Quantity Unit Price Total Price
C. Local Cyber Center
1. PC 640
2. UPS for PC 640
3. OA tool (Open Office) 640
4. Laser Printer (Black) 128
5. PC table 640
6. Printer table 128
7. Chair (type D) 640
D. Server Room
1. Server 128
2. UPS 128
3. Backup HDD 128
4. Router 128
5. L2 Switch 256
6. Wireless AP 128
7. RACK (1.8m) 128
E. Guest Room
1. Single bed 256
2. Bed side cabinet 128
3. Almirah 128
F. Reception and Waiting Room
1. Two-seater sofa 256
G. Meeting Room
1. Conference table 128
2. Chair (type C) 3,200
H. Facilities
1. Air Conditioner 256
2. Generator 128
I. Internet Modem
1. ADSL Modem 128
2. Mobile Modem 592
Page 248
SECTION VII. Bidding Forms
243
2.3.2. Equipment for DMC &Main Briefing Room
Unit: USD
Name of Items Quantity Unit Price Total Price
A. Digital Multimedia Center
1. Virtual Studio 1
2. Multi CD/DVD Copier 1
3. CD/DVD Printer 1
4. Camera 2
5. Studio Lighting 1
6. External HDD 3
7. HD/SDI Switch 1
8. 17" LCD HD-SDI Monitor 3
9. 55" LCD Monitor 1
10. HD Video Recorder 2
11. Audio/Video Patch 1
12. Modular System 1
13. Tally & Clock System 1
14. Sync Distribution AMP 1
15. Digital Audio Mixer 1
16. Micro Phone & MIC System 2
17. DP System 1
18. Monitoring Speaker 4
19. Analog Audio/Video Dist. AMP 1
20. Rack & Console 1
21. Power Distribution AMP 2
22. Installation Material 1
23. Air conditioner 2
B. Main Briefing Room
1. Portable AMP 1
2. Multimedia Projector 1
3. Electronic Screen 2
4. PC 1
5. UPS 1
6. White Board (with mobile stand) 1
7. Air Conditioner 1
8. 45" LED Display 2
Page 249
SECTION VII. Bidding Forms
244
2.3.3. Equipment for EMIS Server Room
Unit: USD
Name of Items Quantity Unit Price Total Price
A. Hardware
1. EMIS Web Server 1
2. EMIS WAS Server 1
3. Multimedia Server 1
4. Search Engine Server 1
5. GIS Server 1
6. Mail Server 1
7. DB Server 1
8. Storage 1
9. SAN Switch 1
10. Standard Server RACK 3
11. Firewall 1
12. Backbone Switch 1
13. L2 Switch 2
14. Router 1
15. Wireless AP 4
16. True Online UPS 1
17. Air Conditioner 1
18. Access Floor 1
B. Software
1. DBMS 1
2. WAS 2
3. Search Engine 1
4. LCMS Platform 1
5. e-learning Contents Authoring Tool 1
6. Autodesk Infrastructure Map Server 1
7. AutoCAD Map 3D 2
8. E-mail Engine 1
C. Vehicle
1. Vehicle (RV) 1
Page 250
SECTION VII. Bidding Forms
245
2.3.4. Spare Part
Unit: USD
Name of Items Quantity Unit Price Total Price
A. Maintenance Spares for BANBEIS
1. HDD of Server 7
2. Power Supply of Server 3
3. HDD of Storage 3
4. Power Supply of Storage 1
5. Power Supply of SAN Switch 1
6. Spare product of Backbone Switch 1
7. Router 1
8. Power Supply of Firewall 1
9. L2 Switch 1
10. Wireless AP 1
11. Lamp of Multimedia Projector 1
12. Power Conversion and Transformer of True Online UPS 1
B. Maintenance Spares for UITRCE
1. PC 130
2. UPS for PC 130
3. Multifunction Printer (Office) 5
4. Toner of Multifunction Printer (Office) 128
5. Toner of Multifunction Printer (PC Lab) 128
6. Multimedia Projector 5
7. Lamp of Multimedia Projector 128
8. Portable AMP 5
9. Laser Printer (Local Cyber Center) 5
10. Toner of Printer (Local Cyber Center) 128
11. UPS for Server 5
12. Backup HDD 5
13. Router 5
14. L2 Switch 10
15. Wireless AP 5
Page 251
SECTION VII. Bidding Forms
246
2.4. Country of Origin Code Table
Country of Origin Country Code Country of Origin Country Code
Page 252
SECTION VII. Bidding Forms
247
3. OTHER BID FORMS AND LISTS
Page 253
SECTION VII. Bidding Forms
248
3.1. Manufacturer’s Authorization
Invitation for Bids Title and No.:
[If applicable:] Lot, Slice, Subsystem No(s).:
To: ________________________________
WHEREAS _______________________________________ who are official producers of
_______________________________________________ and having production facilities at
__________________________________________________________ do hereby authorize
__________________________________________________________________ located at
_____________________________________________________ (hereinafter, the “Bidder”) to
submit a bid and subsequently negotiate and sign a Contract with you for resale of the following
Products produced by us:
.
We hereby confirm that, in case the bidding results in a Contract between you and the Bidder,
the above-listed products will come with our full standard warranty.
Name In the capacity of
Signed
Duly authorized to sign the authorization for and on behalf of: ________________________
Dated on _______________________________ day of ______________________, ______.
Note: This authorization should be written on the letterhead of the Manufacturer and be signed by a
person with the proper authority to sign documents that are binding on the Manufacturer.
Page 254
SECTION VII. Bidding Forms
249
3.2. Brochure/Catalog of ICT Training Equipment
3.2.1. For BANBEIS
No. Equipment Submit
No. Equipment Submit
Yes No Yes No
1 Virtual Studio 25 UPS for PC
2 Multi CD/DVD Copier 26 45" LED Display
3 CD/DVD Printer 27 EMIS Web Server
4 Camera 28 EMIS WAS Server
5 Studio Lighting 29 Multimedia Server
6 External HDD 30 Search Engine Server
7 HD/SDI Switch 31 GIS Server
8 17" LCD HD-SDI Monitor 32 Mail Server
9 55" LCD Monitor 33 DB Server
10 HD Video Recorder 34 Storage
11 Audio/Video Patch 35 SAN Switch
12 Modular System 36 Standard Server RACK
13 Tally & Clock System 37 Firewall
14 Sync Distribution AMP 38 Backbone Switch
15 Digital Audio Mixer 39 L2 Switch
16 Micro Phone & MIC System 40 Router
17 DP System 41 Wireless AP
18 Monitoring Speaker 42 True Online UPS
19 Analog Audio/Video Dist. AMP 43 Air Conditioner
20 Rack & Console 44 Search Engine
21 Power Distribution AMP 45 LCMS Platform
22 Portable AMP 46 e-learning Contents Authoring
Tool
23 Multimedia Projector 47 Vehicle (RV)
24 PC
Page 255
SECTION VII. Bidding Forms
250
3.2.2. For UITRCE
No. Equipment Submit
No. Equipment Submit
Yes No Yes No
1 PC 9 Server
2 UPS for PC 10 UPS for Server
3 Laptop Computer 11 Backup HDD
4 Multifunction Printer(Office) 12 Router
5 Multifunction Printer (PC Lab) 13 L2 Switch
6 Laser Printer (Local Cyber Center) 14 Wireless AP
7 Multimedia Projector 15 Air Conditioner
8 Portable AMP 16 Generator
Page 256
SECTION VII. Bidding Forms
251
3.3. Technical Responsive Checklist
3.3.1. Equipment for DMC &Main Briefing Room
Name of Items Technical Spec. Compliance
Remark Yes No
A. Digital Multimedia Center
1. Virtual Studio Section VI.D. 2.2.1.
2. Multi CD/DVD Copier Section VI.D. 2.2.2.
3. CD/DVD Printer Section VI.D. 2.2.3.
4. Camera Section VI. D. 2.2.4.
5. Studio Lighting Section VI. D. 2.2.5.
6. External HDD Section VI. D. 2.2.6.
7. HD/SDI Switch Section VI. D. 2.2.7.
8. 17" LCD HD/SDI Monitor Section VI. D. 2.2.8.
9. 55" LCD Monitor Section VI. D. 2.2.9.
10. HD Video Recorder Section VI. D. 2.2.10.
11. Audio/Video Patch Section VI. D. 2.2.11.
12. Modular System Section VI. D. 2.2.12.
13. Tally & Clock System Section VI. D. 2.2.13.
14. Sync Distribution AMP Section VI. D. 2.2.14.
15. Digital Audio Mixer Section VI. D. 2.2.15.
16. Micro Phone & MIC System Section VI. D. 2.2.16.
17. DP System Section VI. D. 2.2.17.
18. Monitoring Speaker Section VI. D. 2.2.18.
19. Analog Audio/Video Dist. AMP Section VI. D. 2.2.19.
20. Rack & Console Section VI. D. 2.2.20.
21. Power Distribution AMP Section VI. D. 2.2.21.
22. Installation Material Section VI. D. 2.2.22.
23. Air conditioner Section VI. D. 2.2.23.
B. Main Briefing Room
1. Portable AMP Section VI. D. 3.2.1.
2. Multimedia Projector Section VI. D. 3.2.2.
3. Electronic Screen Section VI. D. 3.2.3.
4. PC Section VI. D. 3.2.4.
5. UPS Section VI. D. 3.2.5.
6. White Board (with mobile stand) Section VI. D. 3.2.6.
7. Air Conditioner Section VI. D. 3.2.7.
8. 45" LED Display Section VI. D. 3.2.8.
Page 257
SECTION VII. Bidding Forms
252
3.3.2. Equipment for EMIS Server Room
Name of Items Technical Spec. Compliance
Remark Yes No
A. Hardware
1. EMIS Web Server Section VI. D.4.2.1.
2. EMIS WAS Server Section VI. D. 4.2.2.
3. Multimedia Server Section VI. D. 4.2.3.
4. Search Engine Server Section VI. D. 4.2.4.
5. GIS Server Section VI. D. 4.2.5.
6. Mail Server Section VI. D. 4.2.6.
7. DB Server Section VI. D. 4.2.7.
8. Storage Section VI. D. 4.2.8.
9. SAN Switch Section VI. D. 4.2.9.
10. System Rack Section VI. D. 4.2.10.
11. Firewall Section VI. D. 4.2.11.
12. Backbone Switch Section VI. D. 4.2.12.
13. L2 Switch Section VI. D. 4.2.13.
14. Router Section VI. D. 4.2.14.
15. Wireless AP Section VI. D. 4.2.15.
16. True Online UPS Section VI. D. 4.2.16.
17. Air Conditioner Section VI. D. 4.2.17.
18. Access Floor Section VI. D. 4.2.18.
B. Software
1. DBMS Section VI. D. 5.3.1.
2. WAS Section VI. D. 5.3.2.
3. Search Engine Section VI. D. 5.3.3.
4. LCMS Platform Section VI. D. 5.3.4.
5. e-learning Contents Authoring Tool Section VI. D. 5.3.5.
6. Autodesk Infrastructure Map Server Section VI. D. 5.3.6.
7. AutoCAD Map 3D Section VI. D. 5.3.7.
8. E-mail Server Software Section VI. D. 5.3.8.
C. Vehicle
1. Vehicle (RV) Section VI. D. 6.2.
Page 258
SECTION VII. Bidding Forms
253
3.3.3. ICT Training Equipment for UITRCE
Name of Items Technical Spec. Compliance
Remark Yes No
A. Secondary Education and UITRCE Office
1. PC Section VI. E.2.2.1.
2. UPS for PC Section VI. E.2.2.2.
3. Laptop Computer Section VI. E.2.2.3.
4. Multifunction Printer (Black laser) Section VI. E.2.2.4.
5. OA tool (Open Office) Section VI. E.2.2.5.
6. Watch Section VI. E.2.2.6.
7. Desk (type A) Section VI. E.2.2.7.
8. Desk (type B) Section VI. E.2.2.8.
9. Desk (type C) Section VI. E.2.2.9.
10. Desk (type D) Section VI. E.2.2.10.
11. File Cabinet (3 Drawer unit) Section VI. E.2.2.11.
12. File Cabinet (2 Drawer unit) Section VI. E.2.2.12.
13. Chair (type A) Section VI. E.2.2.13.
14. Chair (type B) Section VI. E.2.2.14.
15. Chair (type C) Section VI. E.2.2.15.
16. Printer table Section VI. E.2.2.16.
17. Partition (Total Length 12,600mm) Section VI. E.2.2.17.
B. PC Lab
1. PC Section VI. E.3.2.1.
2. UPS for PC Section VI. E.3.2.2.
3. Laptop Computer Section VI. E.3.2.3.
4. Multifunction Printer (Black laser) Section VI. E.3.2.4.
5. Multimedia Projector Section VI. E.3.2.5.
6. Electronic Projector Screen Section VI. E.3.2.6.
7. Portable AMP Section VI. E.3.2.7.
8. White Board (with mobile stand) Section VI. E.3.2.8.
9. OA tool (Microsoft Office) Section VI. E.3.2.9.1.
10. OA tool (Open Office) Section VI. E.3.2.9.2.
11. PC Lab Desk Section VI. E.3.2.10.
12. Chair (type D) Section VI. E.3.2.11.
13. Desk (type B) Section VI. E.3.2.12.
14. Chair (type B) Section VI. E.3.2.13.
15. Multipurpose shelf Section VI. E.3.2.14.
C. Local Cyber Center
1. PC Section VI. E.4.2.1.
2. UPS for PC Section VI. E.4.2.2.
Page 259
SECTION VII. Bidding Forms
254
Name of Items Technical Spec. Compliance
Remark Yes No
3. OA tool (Open Office) Section VI. E.4.2.3.
4. Laser Printer (Black) Section VI. E.4.2.4.
5. PC table Section VI. E.4.2.5.
6. Printer table Section VI. E.4.2.6.
7. Chair (type D) Section VI. E.4.2.7.
D. Server Room
1. Server Section VI. E.5.2.1.
2. UPS Section VI. E.5.2.2.
3. Backup HDD Section VI. E.5.2.3.
4. Router Section VI. E.5.2.4.
5. L2 Switch Section VI. E.5.2.5.
6. Wireless AP Section VI. E.5.2.6.
7. RACK (1.8m) Section VI. E.5.2.7.
E. Guest Room
1. Single bed Section VI. E.6.2.1.
2. Bed side cabinet Section VI. E.6.2.2.
3. Almirah Section VI. E.6.2.3.
F. Reception & Waiting Room
1. Two-seater sofa Section VI. E.7.2.1.
G. Meeting Room
1. Conference table Section VI. E.8.2.1.
2. Chair (type C) Section VI. E.8.2.2.
H. Facilities
1. Air Conditioner Section VI. E.9.2.1.
2. Generator Section VI. E.9.2.2.
I. Internet Modem
1. ADSL Modem Section VI. F.2.2.1.
2. Mobile Modem Section VI. F.2.2.2.
Page 260
SECTION VII. Bidding Forms
255
3.3.4. Spare Part
Name of Items Technical Spec. Compliance
Remark Yes No
A. Maintenance Spares for BANBEIS
1. HDD of Server
Section VI. D. 7.
2. Power Supply of Server
3. HDD of Storage
4. Power Supply of Storage
5. Power Supply of SAN Switch
6. Backbone Switch
7. Router
8. Power Supply of Firewall
9. L2 Switch
10. Wireless AP
11. Lamp of Multimedia Projector
12. Power Conversion and Transformer of True
Online UPS
B. Maintenance Spares for UITRCE
1. PC
Section VI. E.10.
2. UPS for PC
3. Multifunction Printer
4. Toner of Multifunction Printer (Office)
5. Toner of Multifunction Printer (PC Lab)
6. Multimedia Projector
7. Lamp of Multimedia Projector
8. Portable AMP
9. Laser Printer (Local Cyber Center)
10. Toner of Printer (Local Cyber Center)
11. UPS for Server
12. Backup HDD
13. Router
14. L2 Switch
15. Wireless AP
Page 261
SECTION VII. Bidding Forms
256
3.4. List of Custom Materials
Custom Materials
Page 262
SECTION VII. Bidding Forms
257
3.5. General Forms
3.5.1. General Information Form
All individual firms and each partner of a Joint Venture that are bidding must complete the
information in this form. Nationality information should be provided for all owners or Bidders
that are partnerships or individually owned firms.
Where the Bidder proposes to use named Subcontractors, the following information should also
be supplied for the Subcontractor(s), together with the information in Forms 3.5.2, 3.5.2a, 3.5.3,
3.5.4, 3.5.5 and 3.5.5a.Joint Ventures must also fill out Form 3.5.2a.
1 Name of Firm
2 Head Office Address
3 Telephone Contact Person
4 Fax E-Mail
5 Place of Incorporation / Registration Year of Incorporation / Registration
Nationality of Owners1
Name Nationality
1
2
3
4
5
1/ To be completed by all owners of partnerships or individually owned firms
Page 263
SECTION VII. Bidding Forms
258
3.5.2. General Information Systems Experience Record
Name of the Bidder or Partner of a Joint Venture
All individual firms and all partners of a Joint Venture must complete the information in this
form with regard to the management of Information Systems contracts generally. The
information supplied should be the annual turnover of the Bidder (or each member of a Joint
Venture), in terms of the amounts billed to clients for each year for work in progress or
completed, converted to USD at the rate of exchange at the end of the period reported. The
annual periods should be calendar years, with partial accounting for the year up to the date of
submission of applications. This form may be included for Subcontractors only if the Bid Data
Sheet for ITB 6.1 (a) explicitly permits experience and resources of (certain) Subcontractors to
contribute to the Bidder’s qualifications.
A brief note on each contract should be appended, describing the nature of the Information
System, duration and amount of contract, managerial arrangements, purchaser, and other relevant
details.
Use a separate page for each partner of a Joint Venture, and number these pages.
Bidders should not enclose testimonials, certificates, and publicity material with their
applications; they will not be taken into account in the evaluation of qualifications.
Annual Revenue Data (Applicable Activities Only)
Year1 Turnover USD Equivalent
1.
2.
3.
4.
5.
1/ Commencing with the partial year up to the date of submission of bids
Page 264
SECTION VII. Bidding Forms
259
3.5.2a. Joint Venture Summary
Names of All Partners of a Joint Venture
1. Partner in Charge
2. Partner
3. Partner
4. Partner
5. Partner
6. Etc.
Total value of annual turnover, in terms of ICT equipment/system establishment and ICT
services and building construction, in USD equivalent, converted at the rate of exchange at the
end of the period reported:
Annual Turnover Data (Applicable Activities Only, USD Equivalent)
Partner Form 3.5.2
Page No. Year 1 Year 2 Year 3 Year 4 Year 5
1. Partner in Charge
2. Partner
3. Partner
4. Partner
5. Partner
6. Etc.
Total
Page 265
SECTION VII. Bidding Forms
260
3.5.3. Particular Experience Record
Name of the Bidder or Partner of a Joint Venture
On separate pages, using the format of Form 3.5.3a, the Bidder is requested to list contracts of a
similar nature, complexity, and requiring similar construction orICT equipment/system
establishment and ICT services to the contract or contracts for which these Bidding Documents
are issued, and which the Bidder has undertaken during the period, and of the number, specified
in the BDS for ITB 6.1(a). Each partner of a Joint Venture should separately provide details of
its own relevant contracts. The contract value should be based on the payment currencies of the
contracts converted into USD, at the date of substantial completion, or for ongoing contracts at
the time of award.
Page 266
SECTION VII. Bidding Forms
261
3.5.3a. Details of Project Experience
Name of the Bidder or Partner of a Joint Venture
Use a separate sheet for each Contract.
1 Number of Contract
Name of Contract
Country
2 Name of Customer
3 Customer Address
4 Nature of Construction orICT equipment/system establishment and ICT services, and special
features relevant to the contract for which the Bidding Documents are issued.
5 Contract Role (check one)
Main Supplier/Contractor Subcontractor Partner in a Joint Venture
6
Amount of the total contract/subcontract/partner share (in specified currencies at completion, or at
date of award of the contracts)
Currency Currency Currency
7 Equivalent amount USD
Total contract: _______USD;Subcontract: _______USD;Partner share: _______USD;
8 Date of award/completion
9 Contract was completed _____ months ahead/behind original schedule. (if behind, provide
explanation)
10 Contract was completed _________USD equivalent under/over original contract amount. (if over,
provide explanation)
11 Special contractual/technical requirements
12
Indicate the approximate percent of total contract value (and USD amount) of Construction or ICT
equipment/system establishment and ICT services undertaken by sub-contract, if any, and the
nature of such sub-contract.
Note: Certificate from the Client must be attached with this form
Page 267
SECTION VII. Bidding Forms
262
3.5.4. Summary Sheet: Current Contract Commitments / Work in Progress
Name of the Bidder or Partner of a Joint Venture
Bidders and each partner to an Joint Venture bid should provide information on their current
commitments on all contracts that have been awarded, or for which a letter of intent or
acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full completion certificate has yet to be issued.
Name of Contract
Addr./Tel/E-Mail
of Customer,
Contract Person
Value of
Outstanding
Contract (current
USD equivalent)
Estimated
Completion Date
Average Monthly
Invoicing over
Last 6 Months
(USD/Month)
1.
2.
3.
4.
5.
Etc.
Page 268
SECTION VII. Bidding Forms
263
3.5.5. Financial Capabilities
Name of the Bidder or Partner of a Joint Venture
Bidders, including each partner of a Joint Venture, shall provide financial information to
demonstrate that they meet the requirements stated in the BDS for ITB 6.1(a). Each Bidder or
partner of a Joint Venture shall complete this form. If necessary, separate sheets shall be used to
provide complete banker information. A copy of the audited balance sheets shall be attached.
Autonomous subdivisions of parent conglomerate businesses shall submit financial information
related only to the particular activities of the subdivision.
Banker
Name of Banker
Address of Banker
Telephone Contact Person and Title
Fax E-Mail
Summarize actual assets and liabilities in USD equivalent (at the rates of exchange current at the
end of each year) for the previous five calendar years. Based upon known commitments,
summarize projected assets and liabilities in USD equivalent for the next two calendar years,
unless the withholding of such information by stock market listed public companies can be
substantiated by the Bidder.
Financial Information in
USD Equivalent
Actual:
Previous 5 Years (2007-2011)
Projected:
Next 2 Years
5yr 4yr 3yr 2yr 1yr 1yr 2yr
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Profits before Taxes
6. Profits after Taxes
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in the BDS for
ITB 6.1(a).
Page 269
SECTION VII. Bidding Forms
264
Source of Financing Amount (USD Equivalent)
1.
2.
3.
4.
Attach audited financial statements - including, as a minimum, profit and loss account, balance
sheet, and explanatory notes - for the period stated in the BDS for ITB 6.1(a) (for the individual
Bidder or each partner of a Joint Venture).
If audits are not required by the laws of Bidders' countries of origin, partnerships and firms
owned by individuals may submit their balance sheets certified by a registered accountant, and
supported by copies of tax returns.
Page 270
SECTION VII. Bidding Forms
265
3.5.6. Project Experience of proposed Manpower
Name of the Bidder
For specific positions essential to contract management and implementation (and/or those
specified in the Bidding Documents, if any), Bidders should provide the names of at least two
candidates qualified to meet the specified requirements stated for each position. The data on their
experience should be supplied on separate sheets using one Form 3.5.6a for each candidate.
Bidders may propose alternative management and implementation arrangements requiring
different key personnel, whose experience records should be provided.
1
Title of Position
Name of Prime Candidate
Name of Alternate Candidate
2
Title of Position
Name of Prime Candidate
Name of Alternate Candidate
3
Title of Position
Name of Prime Candidate
Name of Alternate Candidate
4
Title of Position
Name of Prime Candidate
Name of Alternate Candidate
Page 271
SECTION VII. Bidding Forms
266
3.5.6a. Candidate Summary
Name of the Bidder
Position Candidate
Prime Alternate
Candidate
Information
Name of Candidate Date of Birth
Professional Qualifications
Present
Employment
Name of Employer
Address of Employer
Telephone Contact (Manger / Personnel Officer)
Fax E-Mail
Job Title of Candidate Years with Present Employer
Summarize professional experience over the last twenty years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.
From To Company / Project / Position / Relevant Technical and Management Experience
Page 272
SECTION VII. Bidding Forms
267
3.5.7. Technical Capabilities
Name of the Bidder
The Bidder shall provide adequate information to demonstrate clearly that it has the technical
capability to meet the requirements for the bid. With this form, the Bidder should summarize
important certifications, proprietary methodologies, and/or specialized technologies which the
Bidder proposes to utilize in the execution of the Contract or Contracts.
3.5.8. Litigation History
Name of the Bidder
Bidders, including each of the partners of a Joint Venture, shall provide information on any
history of litigation or arbitration resulting from contracts executed in the last five years or
currently under execution. A separate sheet should be used for each partner of a Joint Venture.
Year Award FOR or
AGAINST Bidder
Name of Client, Cause of Litigation, and
Matter in Dispute
Disputed Amount
(Current Value USD
Equivalent)
Page 273
SECTION VII. Bidding Forms
268
4. BID-SECURING DECLARATION
IFB:[insert: title and number of IFB]
To:[insert: name and address of Purchaser]
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration.
We accept that we, and in the case of a Joint Venture all partners to it, will automatically be
suspended from being eligible for participating in bidding for any contract with you for the
period of time of [Purchaser insert: number of months or years], in case of, and starting from
the date of, breaching our obligation(s) under the bidding conditions due to:
(a) withdrawing our bid, or any part of our bid, during the period of bid validity specified in
the Bid Submission Form or any extension of the period of bid validity which we
subsequently agreed to; or
(b) having been notified of the acceptance of our bid by you during the period of bid validity,
(i) failing or refusing to execute the Contract Agreement, or (ii) failing or refusing to
furnish the performance security, if required, in accordance with the Instructions to
Bidders.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder;
or (ii) twenty-eight days after the expiration of the period of bid validity.
If the submission of alternative bids was permitted, and in case we did submit one or more
alternative bids, this Bid-Securing Declaration applies to these parts of our bid as well.
Signed:[insert: signature of person whose name and capacity are shown below]
Name:[insert: name of person signing the Bid-Securing Declaration], in the capacity of
[insert: legal capacity of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of: [insert: name of Bidder]
Dated on ____________ day of __________________, 20__
[add Corporate Seal (where appropriate)]
※ Joint Ventures need to ensure that, their Bid-Securing Declaration meets the requirements for Joint Ventures as
stated in the ITB Clause on "Securing the Bid".]
Page 274
SECTION VII. Bidding Forms
269
4.a BID SECURITY (BANK GUARANTEE)
________________________________
[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary:[insert: Name and Address of Purchaser]
Date:[insert: date]
BID GUARANTEE No.:[insert: Bid Guarantee Number]
We have been informed that [insert: name of the Bidder] (hereinafter called "the Bidder") has
submitted to you its bid dated [insert: bid date] (hereinafter called "the Bid") for the execution of
[insert: name of contract] under Invitation for Bids No. [insert: IFB number].
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee, and that the bid guarantee automatically covers any alternative bids included in the
Bid, if the Bidder is permitted to offer alternatives and does so.
At the request of the Bidder, we [insert: name of Bank] hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of [insert: amount in figures] ([insert:
amount in words]) upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Bidder is in breach of its obligation(s) under the bid conditions,
because the Bidder:
(a) has withdrawn the Bid (or any parts of it) during the period of bid validity specified by
the Bidder in the Bid Submission Form or any extension of the period of bid validity
which the Bidder subsequently agreed to; or
(b) having been notified of the acceptance of the Bid by you during the period of bid validity,
(i) failed or refused to execute the Contract Agreement, or (ii) failed or refused to furnish
the performance security, if required, in accordance with the Instructions to Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of copies
of the contract signed by the Bidder and the performance security issued to you upon the
instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i)
our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or
(ii) twenty-eight days after the expiration of the Bid's validity.
Consequently, any demand for payment under this guarantee must be received by us at the office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.
_____________________________
[Signature(s)]
Page 275
SECTION VII. Bidding Forms
270
※ Instructions on amount and currency can be found in the ITB Clause and BDS for "Securing the Bid." Joint
Ventures need to also ensure that their Bank Guarantee meets the requirements for Joint Ventures as
provided in the same Clause.]
Page 276
SECTION VII. Bidding Forms
271
4.b BID SECURITY (BID BOND)
BOND NO.: ______________________
BY THIS BOND, [insert: name of Bidder] as Principal (hereinafter called “the Principal”), and
[insert: name, legal title, and address of surety], authorized to transact business in[insert: name
of Purchaser's country], as Surety (hereinafter called “the Surety”), are held and firmly bound
unto [insert name of Purchaser] as Obligee (hereinafter called “the Purchaser”) in the sum of
[insert amount of Bond in currency, figures and words], for the payment of which sum, well
and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted a written bid to the Purchaser dated the ___ day of
______, 20__, for the execution of [insert: name of contract] (hereinafter called “the Bid”). If
the Principal was permitted by the bidding conditions to submit alternative bid(s) and did so,
then these are deemed part of the Bid and thus covered by this Bond.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:
(a) withdraws the Bid (or any parts of it) during the period of the Bid's validity specified in
the Bid Submission Form, or any extension of the period of the Bid's validity the
Principal subsequently agreed to, notice of which to the Surety is hereby waived; or
(b) having been notified of the acceptance of the Bid by the Purchaser during the period of
the Bid's validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or
refuses to furnish the performance security, if required, in accordance with the
Instructions to Bidders;
then the Surety undertakes to immediately pay to the Purchaser up to the above amount upon
receipt of the Purchaser's first written demand, without the Purchaser having to substantiate its
demand, provided that in its demand the Purchaser shall state that the demand arises from the
occurrence of any of the above events, specifying which event(s) has/have occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and
including the date 28 days after the date of expiration of the Bid's validity.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be
executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: ______________________________
[add Corporate Seal(s) (where appropriate)]
_______________________________ ____________________________________
[Signature] [Signature]
_______________________________ ____________________________________
[state: printed name and title] [state: printed name and title]
※ Instructions on amount and currency can be found in the ITB Clause and BDS for "Securing the Bid."
Joint Ventures need to also ensure that their Bid Bond meets the requirements for Joint Ventures as
provided in the same Clause.
Page 277
SECTION VII. Bidding Forms
272
5. SEPARATE BOND
Page 278
SECTION VII. Bidding Forms
273
5.a BOND FOR SPARES
Whereas, we, …………(name and address of the bidder)………………………….., are submitting
our bid for " Supply, Installation, Testing and Commissioning of ICT training equipment/network
and provide application services on turn-key basis under the Project titled “Establishment of
Upazila ICT Training and Resource Center for Education(UITRCE) Project” and whereas we
understand that as per conditions set in the said Bidding Documents, BANBEIS is in need of a
buffer stock of spares to be quoted in main offer and we have enclosed a list of such spares with our
bid offer.
We therefore guarantee that, the attached list of spares is complete and contains described in
[Section VI.1.13.2]. We further guarantee that, during the life-time of the systems, if it is found that
any item of replaceable items is missing from the attached list, we, or our successor will be bound to
supply on demand the additional spares, free of charge to BANBEIS.
We give further unconditional guarantee that, all necessary spare parts and consumables used
during installation, testing & commissioning and operation of the systems, up to the end of
"Performance Guarantee Period", shall be supplied by us at our own cost as per the [Section VI.
1.13.1].
We also guarantee the flow and availability of all spare parts and units without major design
changes for at least 5(five) years from the issuance of Provisional Acceptance Certificate (PAC) and
that, if there is any major design change or stoppage of production, we will bear all costs related to
provisions of alternate solutions.
Dated___________________________ Day of ____________________20__.
Signature and seal
Duly authorized to sign for and on behalf of _________________
Page 279
SECTION VII. Bidding Forms
274
6. CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT is made
the [insert: ordinal] day of [insert: month], [insert: year].
BETWEEN
(1) [insert: Name of Purchaser], a [insert: description of type of legal entity, for
example, an agency of the Ministry of . . . ] of the Government of [insert:
country of Purchaser], or corporation incorporated under the laws of [insert:
country of Purchaser] and having its principal place of business at [insert:
address of Purchaser] (hereinafter called “the Purchaser”), and
(2) [insert: name of Supplier/Contractor], a corporation incorporated under the laws
of [insert: country of Supplier/Contractor] and having its principal place of
business at [insert: address of Supplier/Contractor](hereinafter called “the
Supplier/Contractor”).
WHEREAS the Purchaser desires to engage the Supplier/Contractor to construct, supply, install,
achieve Provisional Acceptance of, and support the following building and Information System
[insert: brief description of the building and Information System](“the Facility”), and the
Supplier/Contractor has agreed to such engagement upon and subject to the terms and conditions
appearing below in this Contract Agreement.
NOW IT IS HEREBY AGREED as follows:
Article 1.
Contract
Documents
1.1 Contract Documents (Reference GCC 1.1 (a) (ii))
The following documents shall constitute the Contract between
the Purchaser and the Supplier/Contractor, and each shall be
read and construed as an integral part of the Contract:
(a) This Contract Agreement and the Appendices attached to
the Contract Agreement
(b) Special Conditions of Contract
(c) General Conditions of Contract
(d) Technical Requirements (including Implementation
Schedule)
(e) The Supplier/Contractor’s bid and original Price Schedules
(f) [Add here: any other documents]
1.2 Order of Precedence (Reference GCC 2)
In the event of any ambiguity or conflict between the Contract
Documents listed above, the order of precedence shall be the
order in which the Contract Documents are listed in Article 1.1
(Contract Documents) above, provided that Appendix 7 shall
prevail over all provisions of the Contract Agreement and the
Page 280
SECTION VII. Bidding Forms
275
other Appendices attached to the Contract Agreement and all the
other Contract Documents listed in Article 1.1 above.
1.3 Definitions (Reference GCC 1)
Capitalized words and phrases used in this Contract Agreement
shall have the same meanings as are ascribed to them in the
General Conditions of Contract.
Article 2.
Contract Price
and Terms of
Payment
2.1 Contract Price (Reference GCC 1.1(a)(viii) and GCC 11)
The Purchaser hereby agrees to pay to the Supplier/Contractor
the Contract Price in consideration of the performance by the
Supplier/Contractor of its obligations under the Contract. The
Contract Price shall be the aggregate of: [insert: amount of
foreign currency A in words ],[insert: amount in figures],plus
[insert: amount of foreign currency B in words],[insert:
amount in figures], plus [insert: amount of foreign currency C
in words], [insert: amount in figures], [insert: amount of local
currency in words], [insert: amount in figures, as specified in
the Grand Summary Price Schedule.
The Contract Price shall be understood to reflect the terms and
conditions used in the specification of prices in the detailed price
schedules, including the terms and conditions of the associated
Incoterms, and the taxes, duties and related levies if and as
identified.
Article 3.
Effective Date
for
Determining
Time for
Provisional
Acceptance
3.1 Effective Date (Reference GCC 1.1 (e) (ix))
The time allowed for construction, supply, installation, and
achieving Provisional Acceptance of the Building and System
shall be determined from the date when all of the following
conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and
on behalf of the Purchaser and the Supplier/Contractor;
(b) The Supplier/Contractor has submitted to the Purchaser the
performance security and the advance payment security, in
accordance with GCC 13.2 and 13.3;
(c) The Purchaser has paid the Supplier/Contractor the
advance payment, in accordance with GCC 12;
(d) [specify here: any other conditions, for example,
opening/confirmation of letter of credit].
Each party shall use its best efforts to fulfill the above conditions
for which it is responsible as soon as practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within two (2)
months from the date of this Contract Agreement because of
reasons not attributable to the Supplier/Contractor, the parties
shall discuss and agree on an equitable adjustment to the
Contract Price and the Time for Achieving Provisional
Acceptance and/or other relevant conditions of the Contract.
Article 4. 4.1 The Appendixes listed below shall be deemed to form an
Page 281
SECTION VII. Bidding Forms
276
Appendixes
integral part of this Contract Agreement.
4.2 Reference in the Contract to any Appendix shall mean the
Appendixes listed below and attached to this Contract
Agreement, and the Contract shall be read and construed
accordingly.
APPENDIXES
Appendix 1. Supplier/Contractor’s Representative
Appendix 2. List of Approved Subcontractors
Appendix 3. Custom Materials
Appendix 4. Revised Price Schedules
Appendix 5. Minutes of Contract Finalization Discussions and Agreed-to Contract
Amendments
IN WITNESS WHEREOF the Purchaser and the Supplier/Contractor have caused this
Agreement to be duly executed by their duly authorized representatives the day and year first
above written.
For and on behalf of the Purchaser
Signed:
in the capacity of [insert: title or other appropriate designation]
in the presence of
For and on behalf of the Supplier/Contractor
Signed:
in the capacity of [insert: title or other appropriate designation]
in the presence of
CONTRACT AGREEMENT
dated the [insert: number]day of [insert: month], [insert: year]
BETWEEN
[insert: name of Purchaser],“the Purchaser”
and
[insert: name of Supplier/Contractor], “the Supplier/Contractor”
Page 282
SECTION VII. Bidding Forms
277
Appendix 1. Supplier/Contractor’s Representative
In accordance with GCC 1.1 (b) (iv), the Supplier/Contractor’s Representative is:
Name: [insert: name and provide title and address further below, or state “to be
nominated within fourteen (14) days of the Effective Date”]
Title: [if appropriate, insert: title]
In accordance with GCC 4.3, the Supplier/Contractor’s addresses for notices under the Contract
are:
Address of the Supplier/Contractor’s Representative: [as appropriate,insert: personal
delivery, postal, cable, telegraph, telex, facsimile, electronic mail, and/or EDI
addresses.]
Fallback address of the Supplier/Contractor: [as appropriate,insert: personal delivery,
postal, cable, telegraph, telex, facsimile, electronic mail, and/or EDI addresses.]
Page 283
SECTION VII. Bidding Forms
278
Appendix 2. List of Approved Subcontractors
The Purchaser has approved use of the following Subcontractors nominated by
theSupplier/Contractor for carrying out the item or component of the System indicated. Where
more than one Subcontractor is listed, the Supplier/Contractor is free to choose between them,
but it must notify the Purchaser of its choice sufficiently in advance of the time when the
subcontracted work needs to commence to give the Purchaser reasonable time for review. In
accordance with GCC 20.1, the Supplier/Contractor is free to submit proposals for
Subcontractors for additional items from time to time. No subcontracts shall be placed with any
such Subcontractors for additional items until the Subcontractors have been approved in writing
by the Purchaser and their names have been added to this list of Approved Subcontractors,
subject to GCC 20.3.
[specify: The Supplier/Contractorshould provide below the list of Subcontractors for the
approval of Purchaser during the negotiation of the contract]
Item Approved Subcontractors Place of Registration
Page 284
SECTION VII. Bidding Forms
279
Appendix 3. Custom Materials
The follow table specifies the Custom Materials the Supplier/Contractor will provide under the
Contract.
Custom Materials
Page 285
SECTION VII. Bidding Forms
280
Appendix 4. Revised Price Schedules
The attached Revised Price Schedules (if any) shall form part of this Contract Agreement and,
where differences exist, shall supersede the Price Schedules contained in the
Supplier/Contractor’s Bid. These Revised Price Schedules reflect any corrections or an
adjustment to the Supplier/Contractor’s bid price, pursuant to the ITB 18.3, 26.2, and 32.1.
Page 286
SECTION VII. Bidding Forms
281
Appendix 5. Minutes of Contract Finalization Discussions and
Agreed-to Contract Amendments
The attached Contract amendments (if any) shall form part of this Contract Agreement and,
where differences exist, shall supersede the relevant clauses in the GCC, SCC, Technical
Requirements, or other parts of this Contract as defined in GCC1.1 (a) (ii).
Page 287
SECTION VII. Bidding Forms
282
7. PERFORMANCE AND ADVANCE PAYMENT SECURITY
FORMS
Page 288
SECTION VII. Bidding Forms
283
7.1. Performance Security Form (Bank Guarantee)
________________________________
[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary:[insert: Name and Address of Purchaser]
Date:[insert: date]
PERFORMANCE GUARANTEE No.:[insert: Performance Guarantee Number]
We have been informed that on [insert: date of award] you awarded Contract No. [insert:
Contract number] for [insert: title and/or brief description of the Contract] (hereinafter called
"the Contract") to [insert: complete name of Supplier/Contractor] (hereinafter called "the
Supplier/Contractor"). Furthermore, we understand that, according to the conditions of the
Contract, a performance guarantee is required.
At the request of the Supplier/Contractor, we hereby irrevocably undertake to pay you any
sum(s) not exceeding [insert: amount(s) in figures and words] upon receipt by us of your first
demand in writing declaring the Supplier/Contractor to be in default under the Contract, without
cavil or argument, or your needing to prove or to show grounds or reasons for your demand or
the sum specified therein.
On the date of your issuing, to the Supplier/Contractor, the Provisional Acceptance Certificate
for the System, the value of this guarantee will be reduced to any sum(s) not exceeding [insert:
amount(s) in figures and words]. This remaining guarantee shall expire no later than [insert:
number and select: of months/of years (of the Warranty Period that needs to be covered by the
remaining guarantee)] from the date of the Provisional Acceptance Certificate for the Building
and System, and any demand for payment under it must be received by us at this office on or
before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
_______________________
[Signature(s)]
Page 289
SECTION VII. Bidding Forms
284
7.2. Advance Payment Security Form (Bank Guarantee)
________________________________
[insert: Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary:[insert: Name and Address of Purchaser]
Date:[insert: date]
ADVANCE PAYMENT GUARANTEE No.:[insert: Advance Payment Guarantee Number]
We have been informed that on [insert: date of award] you awarded Contract No. [insert:
Contract number] for [insert: title and/or brief description of the Contract] (hereinafter called
"the Contract") to [insert: complete name of Supplier/Contractor] (hereinafter called "the
Supplier/Contractor"). Furthermore, we understand that, according to the conditions of the
Contract, an advance payment in the sum of [insert: amount in numbers and words, for each
currency of the advance payment]is to be made to the Supplier/Contractor against an advance
payment guarantee.
At the request of the Supplier/Contractor, we hereby irrevocably undertake to pay you any sum
or sums not exceeding in total the amount of the advance payment referred to above, upon
receipt by us of your first demand in writing declaring that the Supplier/Contractor is in breach
of its obligations under the Contract because the Supplier/Contractor used the advance payment
for purposes other than toward the proper execution of the Contract.
It is a condition for any claim and payment to be made under this guarantee that the advance
payment referred to above must have been received by the Supplier/Contractor on its account
[insert: numberand domicile of the account].
For each payment after the advance payment, which you will make to the Supplier/Contractor
under this Contract, the maximum amount of this guarantee shall be reduced by the ninth part of
such payment. At the time at which the amount guaranteed becomes nil, this guarantee shall
become null and void, whether the original is returned to us or not.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.
______________________
[Signature(s)]
Page 290
SECTION VII. Bidding Forms
285
8. INSTALLATION AND ACCEPTANCE CERTIFICATES
Page 291
SECTION VII. Bidding Forms
286
8.1. Installation Certificate
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name and number of Contract]
To: [insert: name and address of Supplier/Contractor]
Dear Sir or Madam:
Pursuant to GCC 26 (Installation of the System) of the Contract entered into between
yourselves and the [insert: name of Purchaser](hereinafter the “Purchaser”) dated [insert:date
of Contract], relating to the [insert: brief description of the Information System], we hereby
notify you that the System (or a Subsystem or major component thereof) was deemed to have
been correctly installed on the date specified below.
1. Description of the System (or relevant Subsystem or major component: [insert:
description]
2. Date of Installation: [insert: date]
Notwithstanding the above, you are required to complete the outstanding items listed in
the attachment to this certificate as soon as practicable. This letter shall not relieve you of your
obligation to achieve Provisional Acceptance of the System in accordance with the Contract nor
of your obligations during the Warranty Period.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: [state: “Project Director” or state the title of a higher level authority in the
Purchaser’s organization ]
Page 292
SECTION VII. Bidding Forms
287
8.2. Provisional Acceptance Certificate
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of building or name of System or
Subsystem and number of Contract]
To: [insert: name and address of Supplier/Contractor]
Dear Sir or Madam:
Pursuant to GCC 27 (Commissioning and Provisional Acceptance) of the Contract
entered into between yourselves and the [insert: name of Purchaser] (hereinafter the
“Purchaser”) dated [insert: date of Contract, relating to the [insert: brief description of the
building or Information System], we hereby notify you the building or System (or the
Subsystem or major component identified below) successfully completed the Provisional
Acceptance Tests specified in the Contract. In accordance with the terms of the Contract, the
Purchaser hereby takes over the building or System (or the Subsystem or major component
identified below), together with the responsibility for care and custody and the risk of loss
thereof on the date mentioned below.
1. Description of the building or System (or Subsystem or major component): [insert:
description]
2. Date of Provisional Acceptance: [insert: date]
This letter shall not relieve you of your remaining performance obligations under the
Contract nor of your obligations during the Warranty Period.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: [state: “Project Director” or higher level authority in the Purchaser’s
organization]
Page 293
SECTION VII. Bidding Forms
288
9. CHANGE ORDER PROCEDURES AND FORMS
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of UITRCE or System or Subsystem and
number of Contract]
General
This section provides samples of procedures and forms for carrying out changes to the
building or System during the performance of the Contract in accordance with GCC 39
(Changes to the System) of the Contract.
Change Order Log
The Supplier/Contractor shall keep an up-to-date Change Order Log to show the current
status of Requests for Change and Change Orders authorized or pending. Changes shall be
entered regularly in the Change Order Log to ensure that the log is kept up-to-date. The
Supplier/Contractor shall attach a copy of the current Change Order Log in the monthly
progress report to be submitted to the Purchaser.
References to Changes
(1) Request for Change Proposals (including Application for Change Proposals) shall be
serially numbered CR-nnn.
(2) Change Estimate Proposals shall be numbered CN-nnn.
(3) Estimate Acceptances shall be numbered CA-nnn.
(4) Change Proposals shall be numbered CP-nnn.
(5) Change Orders shall be numbered CO-nnn.
On all forms, the numbering shall be determined by the original CR-nnn.
Annexes
9.1. Request for Change Proposal Form
9.2. Change Estimate Proposal Form
9.3. Estimate Acceptance Form
9.4. Change Proposal Form
9.5. Change Order Form
9.6. Application for Change Proposal Form
Page 294
SECTION VII. Bidding Forms
289
9.1. Request for Change Proposal Form
(Purchaser’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem or
number of Contract]
To: [insert: name of Supplier/Contractor and address]
Attention: [insert: name and title]
Dear Sir or Madam:
With reference to the above-referenced Contract, you are requested to prepare and submit
a Change Proposal for the Change noted below in accordance with the following instructions
within [insert: number] days of the date of this letter.
1. Title of Change: [insert: title]
2. Request for Change No./Rev.: [insert: number]
3. Originator of Change: [select Purchaser or Supplier/Contractor (by Application for
Change Proposal), and add: name of originator]
4. Brief Description of Change: [insert: description]
5. Building or System (or Subsystem or major component affected by requested Change):
[insert: description]
6. Technical documents and/or drawings for the request of Change:
Document or Drawing No. Description
7. Detailed conditions or special requirements of the requested Change: [insert: description]
8. Procedures to be followed:
Page 295
SECTION VII. Bidding Forms
290
(a) Your Change Proposal will have to show what effect the requested Change will have
on the Contract Price.
(b) Your Change Proposal shall explain the time it will take to complete the requested
Change and the impact, if any, it will have on the date when Provisional Acceptance
of the entire Building or System agreed in the Contract.
(c) If you believe implementation of the requested Change will have a negative impact
on the quality, operability, or integrity of the Building or System, please provide a
detailed explanation, including other approaches that might achieve the same impact
as the requested Change.
(d) You should also indicate what impact the Change will have on the number and mix of
staff needed by the Supplier/Contractor to perform the Contract.
(e) You shall not proceed with the execution of work related to the requested Change
until we have accepted and confirmed the impact it will have on the Contract Price
and the Implementation Schedule in writing.
9. As next step, please respond using the Change Estimate Proposal form, indicating how
much it will cost you to prepare a concrete Change Proposal that will describe the proposed
approach for implementing the Change, all its elements, and will also address the points in
paragraph 8 above pursuant to GCC39.2.1. Your Change Estimate Proposal should contain
a first approximation of the proposed approach, and implications for schedule and cost, of
the Change.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: [state: “Project Director” or higher level authority in the Purchaser’s
organization]
Page 296
SECTION VII. Bidding Forms
291
9.2. Change Estimate Proposal Form
(Supplier/Contractor’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem and
number of Contract]
To: [insert: name of Purchaser and address]
Attention: [insert: name and title]
Dear Sir or Madam:
With reference to your Request for Change Proposal, we are pleased to notify you of the
approximate cost of preparing the below-referenced Change in accordance with GCC 39.2.1 of
the Contract. We acknowledge that your agreement to the cost of preparing the Change Proposal,
in accordance with GCC 39.2.2, is required before we proceed to prepare the actual Change
Proposal including a detailed estimate of the cost of implementing the Change itself.
1. Title of Change: [insert: title]
2. Request for Change No./Rev.: [insert: number]
3. Brief Description of Change (including proposed implementation approach): [insert:
description]
4. Schedule Impact of Change (initial estimate): [insert: description]
5. Initial Cost Estimate for Implementing the Change: [insert: initial cost estimate]
6. Cost for Preparation of Change Proposal: [insert: cost in the currencies of the Contract],
as detailed below in the breakdown of prices, rates, and quantities.
For and on behalf of the Supplier/Contractor
Signed:
Date:
in the capacity of: [state: “Supplier/Contractor’s Representative” or other higher level
authority in the Supplier/Contractor’s organization]
Page 297
SECTION VII. Bidding Forms
292
9.3. Estimate Acceptance Form
(Purchaser’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem and
number of Contract]
To: [insert: name of Supplier/Contractor and address]
Attention:[insert: name and title]
Dear Sir or Madam:
We hereby accept your Change Estimate and agree that you should proceed with the
preparation of a formal Change Proposal.
1. Title of Change: [insert: title]
2. Request for Change No./Rev.: [insert: request number / revision]
3. Change Estimate Proposal No./Rev.: [insert: proposal number / revision]
4. Estimate Acceptance No./Rev.: [insert: estimate number / revision]
5. Brief Description of Change: [insert: description]
6. Other Terms and Conditions:
In the event that we decide not to order the Change referenced above, you shall be entitled
to compensation for the cost of preparing the Change Proposal up to the amount estimated
for this purpose in the Change Estimate Proposal, in accordance with GCC 39 of the
General Conditions of Contract.
For and on behalf of the Purchaser
Signed:
Date:
in the capacity of: [state: “Project Director” or higher level authority in the Purchaser’s
organization]
Page 298
SECTION VII. Bidding Forms
293
9.4. Change Proposal Form
(Supplier/Contractor’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem and
number of Contract]
To: [insert: name of Purchaser and address]
Attention: [insert: name and title]
Dear Sir or Madam:
In response to your Request for Change Proposal No. [insert: number],we hereby submit
our proposal as follows:
1. Title of Change: [insert: name]
2. Change Proposal No./Rev.: [insert: proposal number/revision]
3. Originator of Change: [select: Purchaser or Supplier/Contractor; and add: name]
4. Brief Description of Change: [insert: description]
5. Reasons for Change: [insert: reason]
6. The Building or System, Subsystem, major component, or equipment that will be affected
by the requested Change: [insert: description]
7. Technical documents and/or drawings for the requested Change:
Document or Drawing No. Description
8. Estimate of the increase/decrease to the Contract Price resulting from the proposed Change:
[insert: amount in currencies of Contract], as detailed below in the breakdown of prices,
rates, and quantities.
Page 299
SECTION VII. Bidding Forms
294
Total lump sum cost of the Change:
Cost to prepare this Change Proposal (i.e., the amount payable if the Change is not
accepted, limited as provided by GCC 39.2.6):
9. Additional Time for Achieving Provisional Acceptance required due to the Change:
[insert: amount in days / weeks]
10. Effect on the Functional Guarantees: [insert: description]
11. Effect on the other terms and conditions of the Contract: [insert: description]
12. Validity of this Proposal: for a period of [insert: number] days after receipt of this
Proposal by the Purchaser
13. Procedures to be followed:
(a) You are requested to notify us of your acceptance, comments, or rejection of this
detailed Change Proposal within [insert: number] days from your receipt of this
Proposal.
(b) The amount of any increase and/or decrease shall be taken into account in the
adjustment of the Contract Price.
For and on behalf of the Supplier/Contractor
Signed:
Date:
in the capacity of: [state: “Supplier/Contractor’s Representative” or other higher level
authority in the Supplier/Contractor’s organization]
Page 300
SECTION VII. Bidding Forms
295
9.5. Change Order Form
(Purchaser’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem and
number of Contract]
To: [insert: name of Supplier/Contractor and address]
Attention: [insert: name and title]
Dear Sir or Madam:
We hereby approve the Change Order for the work specified in Change Proposal No.
[insert: number], and agree to adjust the Contract Price, Time for Completion, and/or other
conditions of the Contract in accordance with GCC 39 of the Contract.
1. Title of Change: [insert: name]
2. Request for Change No./Rev.: [insert: request number / revision]
3. Change Order No./Rev.: [insert: order number / revision]
4. Originator of Change: [select: Purchaser or Supplier/Contractor; and add: name]
5. Authorized Price for the Change:
Ref. No.: [insert: number] Date: [insert: date]
[insert: amount in foreign currency A] plus [insert: amount in foreign currency B] plus
[insert: amount in foreign currency C] plus [insert: amount in local currency]
6. Adjustment of Time for Achieving Provisional Acceptance: [insert: amount and
description of adjustment]
7. Other effects, if any: [state: “none” or insert description]
For and on behalf of the Purchaser
Signed: Date:
in the capacity of: [state: “Project Director” or higher level authority in the Purchaser’s
organization]
For and on behalf of the Supplier/Contractor
Signed: Date:
in the capacity of: [state “Supplier/Contractor’s Representative” or higher level authority in
the Supplier/Contractor’s organization]
Page 301
SECTION VII. Bidding Forms
296
9.6. Application for Change Proposal Form
(Supplier/Contractor’s Letterhead)
Date: [insert: date]
Loan/Credit Number: [insert: loan or credit number from IFB]
IFB: [insert: title and number of IFB]
Contract: [insert: name of Building or System or Subsystem and
number of Contract]
To: [insert: name of Purchaser and address]
Attention: [insert: name and title]
Dear Sir or Madam:
We hereby propose that the below-mentioned work be treated as a Change to the System.
1. Title of Change: [insert: name]
2. Application for Change Proposal No./Rev.: [insert: number / revision]dated: [insert: date]
3. Brief Description of Change: [insert: description]
4. Reasons for Change: [insert: description]
5. Order of Magnitude Estimation: [insert: amount in currencies of the Contract]
6. Schedule Impact of Change: [insert: description]
7. Effect on Functional Guarantees, if any: [insert: description]
8. Appendix: [insert: titles (if any); otherwise state “none”]
For and on behalf of the Supplier/Contractor
Signed:
Date:
in the capacity of: [state: “Supplier/Contractor’s Representative” or higher level authority in
the Supplier/Contractor’s organization]
Page 302
SECTION VII. Bidding Forms
297
10. ANTI-CORRUPTION AND ANTI-MALPRACTICE
DECLARATION
* 본 확약서의 영문 내용은 공식 번역문이 아니며, 불일치가 있는 경우 한글이 우선합니다.
The English text in this declaration is not an official translation. In case of discrepancy, the Korean one shall prevail.
부패 및 문제유발 행위 불개입 확약서
Anti-Corruption and Anti-Malpractice Declaration
한국수출입은행 귀중
To The Export-Import Bank of Korea (the “Bank”)
사 업 명 :
Name of the Project (the “Project”):
당사는 표제의 대외경제협력기금(EDCF)(이하 “기금”이라 한다) 지원사업 참여와 관련하여
다음 사항을 확약합니다.
We hereby confirm the following with regard to participation in the Project stated above financed by the Economic
Development Cooperation Fund (EDCF):
- 다 음 -
1. 당사는 「국제상거래에 있어서 외국공무원에 대한 뇌물방지법」의 내용을 충분히 숙지하고
이를 정히 준수하며, 표제 사업과 관련하여 동 법에 규정된 외국공무원 등에 대한 뇌물제공
등 부패행위 또는 사실왜곡 등 사기행위에 관여한 사실이 없으며, 앞으로도 이러한 행위에
관련되지 않겠음.
1. We undertake full understanding and compliance with the "Act on Preventing Bribery of Foreign Public
Officials in International Business Transactions," and declare that neither we nor any other party acting on our
behalf with regard to the Project has engaged or will engage in corrupt or fraudulent practices.
2. 당사는 표제 사업의 구매 등과 관련하여 뇌물제공 등 부패행위 또는 사실왜곡 등
사기행위가 확인되는 경우 귀행이 다음 사항 중 필요한 조치를 취하더라도 이의를 제기하지
않겠음.
2. If the Bank determines that we have engaged in corrupt or fraudulent practices with regard to the Project, we will
not raise any objections to the following actions taken by the Bank:
가. 당사의 사업참여와 관련된 제반 사항에 대한 귀행의 승인 거부
2-1. Refusal of approval or no-objection with regard to our participation in the Project;
나. 확인일로부터 3 년 이하의 기간 동안 기금지원 신규사업 참여 제한 및 관련내용의
한국수출입은행 홈페이지 게시
2-2. Declaration of our ineligibility for not more than 3 years to be awarded a contract financed by EDCF loans,
and disclosure of our ineligibility on the Bank’s official website; and
Page 303
SECTION VII. Bidding Forms
298
다. 뇌물제공행위사실이 확인되는 경우 사법기관 앞 통지
2-3. Disclosure to law enforcement authorities of our verified acts of bribery.
3. 당사는 표제 사업과 관련하여 부실설계·시공 등 대외경제협력기금 운용관리규정
제 7 조의 6(문제 유발자에 대한 제재)의 제재사유(붙임)에 해당하는 경우에는 3 년 이하의
기간 동안 기금지원 신규사업 참여를 금지하더라도 이의를 제기하지 않겠음.
3. We will not raise any objections to the Bank’s declaration that we are ineligible for not more than 3 years to be
awarded a contract financed by EDCF loans if we fall under the Ineligibility Criteria on Malpractice (attached
hereto) of the Article 7-6 of the Regulations on EDCF Operation and Management, for defective design and/or
construction with regard to the Project.
년 월 일
Date/Month/Year
회사명 :
Name of the Company:
대표자 : (인)
Name of the Company Representative:
* 붙임 : 문제 유발자에 대한 제재사유 (대외경제협력기금 운용관리규정 제 7 조의 6)
Attached: Ineligibility Criteria on Malpractice under Article 7-6 of the Regulations on EDCF Operation and Management
Page 304
SECTION VII. Bidding Forms
299
(붙임)
(Attachment)
문제 유발자에 대한 제재사유
(대외경제협력기금 운용관리규정 제 7 조의 6)
Ineligibility Criteria on Malpractice
(Article 7-6 of the Regulations on EDCF Operation and Management)
1. 개도국정부등이 기자재 또는 용역의 하자 등에 관하여 대한민국정부에 서면으로 이의를
제기하고 그 사유가 타당하다고 인정되는 경우 1. Where the borrower raises an issue in writing on the defect of goods and services provided by the
company in question, and the Bank determines it reasonable; and
2. 「국가를 당사자로 하는 계약에 관한 법률 시행령」 제 76 조 제 1 항 제 1 호, 제 2 호,
제 4 호 내지 제 15 호, 제 17 호의 사유에 해당하는 경우
2. Where the company in question falls under Article 76 (1)-1, 2, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, and
17 of the Enforcement Decree of the Act on Contracts to Which the State Is a Party.
<참고> 「국가를 당사자로 하는 계약에 관한 법률 시행령」 제 76 조 제 1 항
Reference: Article 76 (1) of the Enforcement Decree of the Act on Contracts to Which the State Is a
Party
1. 계약을 이행함에 있어서 부실·조잡 또는 부당하게 하거나 부정한 행위를 한 자 1. A person who has, in the execution of contractual obligations, performed deficiently, crudely or
unreasonably, or committed a malpractice;
2. 「건설산업기본법」·「전기공사업법」·「정보통신공사업법」 기타 다른 법령에 의한
하도급의 제한규정에 위반(하도급통지의무위반의 경우를 제외한다)하여 하도급한 자 및
발주관서의 승인없이 하도급을 하거나 발주관서의 승인을 얻은 하도급조건을 변경한 자
2. A person who has concluded a subcontract, in violation of the provisions concerning the limitation of
the subcontract (excluding the case of violating the liability for notification of the subcontract) under the
Framework Act on the Construction Industry, the Electrical Construction Business Act, the Information
and Communication Work Business Act, or other Acts and subordinate statutes, and a person who has
concluded a subcontract without the approval of the government agency which has placed the order or
has changed the conditions of the subcontract approved by the said government agency;
4. 조사설계용역계약 또는 원가계산용역계약에 있어서 고의 또는 중대한 과실로
조사설계금액이나 원가계산금액을 적정하게 산정하지 아니한 자
4. A person who has, in the contract of survey and design services or of cost accounting services, failed
to appropriately calculate the amount of survey and design or cost accounting by either intention or
gross negligence;
Page 305
SECTION VII. Bidding Forms
300
4 의 2. 「건설기술관리법」 제 2 조에 따른 타당성조사용역계약에 있어서 고의 또는 중대한
과실로 수요예측 등 타당성조사를 부실하게 수행하여 발주기관에 손해를 끼친 자
4-2. A person who has, in a service contract for a feasibility study under Article 2 of the Construction
Technology Management Act, inflicted damage on the ordering agency by improperly carrying out
feasibility studies such as demand forecast by either intention or gross negligence;
5. 계약의 이행에 있어서 안전대책을 소홀히 하여 공중에게 위해를 가한 자 또는
사업장에서 「산업안전보건법」에 의한 안전·보건조치를 소홀히 하여 근로자등에게 사망등
중대한 위해를 가한 자
5. A person who has inflicted injury on the general public by neglecting safety measures while fulfilling
any contract or a person who has inflicted a serious injury, including death, on employees, etc. through
the neglect of safety and health measures of the Industrial Safety and Health Act at the workplace;
6. 정당한 이유없이 계약을 체결 또는 이행(제 19 조에 따른 부대입찰에 관한 사항,
제 42 조 제 5 항에 따른 계약이행능력심사를 위하여 제출한 하도급관리계획, 외주근로자
근로조건 이행계획에 관한 사항과 제 72 조 및 제 72 조의 2 에 따른 공동계약에 관한
사항의 이행을 포함한다)하지 아니한 자
6. A person who has, without any just cause, failed to conclude or perform a contract (including the
performance of matters concerning an incidental tender under Article 19, matters concerning the
subcontract management plan and the performance plan for outsourcing workers' working conditions
submitted for the review of the contract performance capability under Article 42 (5) and matters
concerning a joint contract under Articles 72 and 72-2);
7. 경쟁입찰에 있어서 입찰자간에 서로 상의하여 미리 입찰가격을 협정하였거나
특정인의 낙찰을 위하여 담합한 자
7. A person who has agreed upon the bidding price in advance by having discussed it between bidders
or has colluded for the purpose of successful tender by a specific person in the competitive tender;
8. 입찰 또는 계약에 관한 서류(제 39 조의 규정에 의하여 지정정보처리장치에 의하여
입찰서를 제출하는 경우의 「전자서명법」 제 2 조 제 8 호의 규정에 의한 공인인증서를
포함한다)를 위조·변조하거나 부정하게 행사한 자 또는 허위서류를 제출한 자
8. A person who has forged or altered documents concerning tender or contract (including any written
public certification provided for in subparagraph 8 of Article 2 of the Digital Signature Act in the case
where the documents for the tender are submitted in use of the designated information processing unit)
or used them unjustly, or a person who has produced a false document;
9. 고의로 무효의 입찰을 한 자
9. A person who has executed an invalid tender by intent;
10. 입찰·낙찰 또는 계약의 체결·이행과 관련하여 관계공무원(법 제 29 조 제 1 항에 따른
국제계약분쟁조정위원회, 이 영 제 42 조 제 7 항에 따른 입찰금액적정성심사위원회,
제 43 조 제 8 항에 따른 제안서평가위원회, 제 94 조 제 1 항에 따른 계약심의위원회,
건설기술관리법에 의한 중앙건설기술심의위원회·특별건설기술심의위원회 및 설계자문
위원회의 위원을 포함한다)에게 뇌물을 준 자
Page 306
SECTION VII. Bidding Forms
301
10. A person who has, in relation to a bid, successful bid, or conclusion of a contract and execution
thereof, offered a bribe to a relevant public official (including members of the International Contract
Dispute Conciliation Committee under Article 29 (1) of the Act, the Committee for Examining the
Adequacy of Tender Prices under Article 42 (7) of this Decree, the Committee for Evaluating Written
Proposals under Article 43 (8) of this Decree, the Contract Council under Article 94 (1) of this Decree,
the Central Construction Technology Deliberation Committee, the Special Construction Technology
Deliberation Committee, and the Design Advisory Committee under the Construction Technology
Management Act);
11. 입찰참가신청서 또는 입찰참가승낙서를 제출하고도 정당한 이유없이 당해 회계연도
중 3 회 이상 입찰(제 39 조 제 2 항에 따라 지정정보처리장치에 의하여 입찰서를
제출하게 한 입찰을 제외한다)에 참가하지 아니한 자
11. A person who has failed to participate in the bidding (excluding any bidding for which a written
bidding is submitted by means of the designated information processing unit provided for in the
provisions of Article 39 (2)) three or more times during the corresponding fiscal year without justifiable
reasons even after having submitted a written application for participation in the tender or a written
consent to participation in the tender;
12. 입찰참가를 방해하거나 낙찰자의 계약체결 또는 그 이행을 방해한 자
12. A person who has interfered with participation in the tender or hinders a successful bidder from
concluding the contract and executing it;
13. 감독 또는 검사에 있어서 그 직무의 수행을 방해한 자
13. A person who has interfered with the performance of duties in the course of supervision or
inspection;
14. 정당한 이유없이 제 42 조 제 1 항에 따른 계약이행능력의 심사에 필요한 서류의 전부
또는 일부를 제출하지 아니하거나 서류제출 후 낙찰자 결정 전에 심사를 포기한 자
14. A person who has, without any justifiable grounds, failed to submit the full or part of the documents
which are required for an examination of capabilities to perform the contract pursuant to Article 42 (1) or
a person who has abandoned the examination after submitting the required documents before a
successful bidder is finalized;
14 의 2. 제 42 조 제 4 항에 따른 입찰금액의 적정성심사의 대상자로 선정된 후 정당한
이유없이 심사에 필요한 서류의 전부 또는 일부를 제출하지 아니하거나 서류제출 후
낙찰자 결정 전에 심사를 포기한 자
14-2. A person who has, without any justifiable grounds, failed to submit the full or part of the
documents which are required for an examination after he/she was chosen as a participant in the
examination of the adequacy of bidding prices pursuant to Article 42 (4) or a person who has
abandoned the examination after submitting the required documents before a successful bidder is
determined;
15. 제 87 조에 따라 일괄입찰의 낙찰자를 결정하는 경우에 실시설계적격자로 선정된 후
정당한 이유없이 기한내에 실시설계서를 제출하지 아니한 자
Page 307
SECTION VII. Bidding Forms
302
15. Where a successful bidder is determined for the package deal bid under Article 87, a person who
has failed to submit a written execution design within the time limit without any justifiable reasons after
being selected as a person suitable for the execution design; and
17. 사기, 그 밖의 부정한 행위로 입찰·낙찰 또는 계약의 체결·이행 과정에서 국가에
손해를 끼친 자
17. A person who has caused damage to the State in a bid or a successful bid or during the process of
the conclusion or performance of the contract by deceit or other fraudulent means.
Page 308
SECTION VIII. Drawings for the Construction Works (Separate Bound)
SECTION VIII. DRAWINGS FOR THE CONSTRUCTION WORKS
(SEPARATE BOUND)
The detailed drawings (architectural, structural, electrical, and plumbing) are attached with PDF
format in Bidding Documents CD.
Page 309
SECTION IX. Technical Specifications for the Construction Works (Separate Bound)
SECTION IX. TECHNICAL SPECIFICATIONS FOR THE
CONSTRUCTION WORKS (SEPARATE BOUND)
All works shall be executed according to the Description of items of work in the B.O.Q. and
schedule of rates 2011 forcivil works(Thirteenth Edition), andschedule of rates 2011 for
electrical/mechanical works(Eighth Edition)published by PWD.
Page 310
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
SECTION X. BILL OF QUANTITIES FOR THE CONSTRUCTION
WORKS (SEPARATE BOUND)
Page 311
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
1. SUMMARY OF COST
1.1. Summary of Cost (Normal Type – 2KSF)
Classification Cost (USD)
1 Civil Works
2 Internal Electrification Works
3 Sanitary and Plumbing Works
Sub Total
1.2. Total Cost
No. Segment Cost / Building Total Buildings Total Cost
1 Building Construction X 128
2 Saline Treatment X 10
Grand Total
Page 312
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
2. CIVIL WORKS
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
1
Preparation of work side including dismantling of
structures if any mobilisation of man power , materials,
and equipment's cleaning, removing of spoils of
unsuitable materials if any, as per specification and
direction of the Engineer-in-charge.
L.S. L.S. L.S.
Sub-Soil investigation by exploring borings (upto 15m)
SPT and/or by CPT, DCP, etc. Collecting and necessary
testing of samples in numbers as required for
Stratification of layers, physical parameters of soils like
Atterberg limit, Specific Gravity, Grain Size distribution
(by wet seive, Hydrometer if required), shother Strength
parameters to ascertain Bearing Capacity, Skin friction,
End bearing, etc. at layers of interest as per respective
National/International standard and rinkage &swelling,
Sattlement; C-Ø values & other Strength parameters to
ascertain Bearing Capacity, Skin friction, End bearing,
pH Value, Determination of Oxides of ion like Silicon,
Aluminium, Iron, Calcium, Sodium, Sulfur, Magnesium,
Manganese, chloride, sulphate, etc. at layers of interest
as per respective National/International standards and
entering all theese data & information in necessary table
& Graphs, Furnishing them in the form of Standard Sub-
Soil investigation Report duly signed by competnt
Engineer & Exploratory Office.
No. 3.00
2
Earth Work in excavation of all kinds of soils of
foundation trenches including levelling, ramming and
preparing the base, including providing center line and
bench mark pillars, removing the spoils, etc. all complete
as per drawing and as per direction of the consultant.
Upto 2.13 m depth Cum 390
3
Earth filling in foundation trenches and plinth in 150 mm
layer with earth available within 90 m of the building site
watering, levelling and consolidating each layer up to
finished level as per direction of engineer-in-charge.
Cum 212
4
Sand Filling in foundation trenches and plinth with earth
available within 90 meter of the building site. Watering,
levelling and consolidating each layer upto finished level
as per direction of Engineer-in-charge.
Cum 267.60
5
Brick Work with 1st class bricks in cement mortar (1:6)
with cement in foundation and plinth, filling the
joints/interstices fully with mortar, raking out the konts,
cleaning and soaking the bricks at least for 24 hours
before use and cleaning at least for 7 days, etc.
Cum 4.62
6
One layer of Brick Flat Soling in foundation or in floor
with 1st class or picked jhama bricks in/c preparation of
bed and filling the interstices with local sand, levelling
Sqm 410.06
Page 313
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
in/c the supply of water, electricity and other charges and
cost of tools and plants as per direction of the Engineer-
in-charge.
7
1.5" Cement concrete as Damp Proof Course with a mix
preparation of 1:1.5:3 of minimum cylinder crushing
strength 2000 psi (concrete class conc-v of specification)
at 28 days in foundation with cement sand & 12mm
down grade machine made picked jhama brick chips
including breaking of chips, screening, mixing the
proportion with hopper based mixture machine , laying,
compacting to levels & curing for at least 7 days, etc.
including cost of all materials, equipment, & other
charges to complete the work in all respect of the
building as per drawing & direction of the Engineer-in-
charge.
Sqm 36.42
8
Supplying and laying of two layer approved quality
Polythene Sheet weighing1kg per 6. Square meter in
floor or foundation bed where ever prescribed below
cement mortar or on approved area, etc. including cost of
all material, equipment and other charges to complete the
work as per drawing & direction of the Engineer-in-
charge.
Sqm 410.06
9
Mass concrete (1:3:6) in foundation or Ground floor with
cement, sand (F.M. 1.2) and picked jhama chips
including breaking chips, screening, mixing, laying,
compacting to levels and curing for at least 7 days
including the supply of water, electricity and other
charges and costs of tools and plants, etc. all complete
and accepted by the Engineer.Mass concrete in floor
(1:3:6) with cement brick chips and sand of F.M. 1.2.
(Cement: CEM-II/A-M)
Cum 142.50
10
300X300 mm pavement tiles in cement sand (F.M. 1.2)
mortar (1:4) on minimum 12 mm thick cement sand
(F.M. 1.2) mortar (1:4) including cutting the tiles as per
requirement, cleaning and racking out joints, finishing
with flush pointing with cement sand (F.M. 1.2) mortar
(1:2) and curing for at least 7 days, etc. including cost of
75mm CC under it, water, washing and screening of sand
(F.M. 1.2), electricity and other charges, etc. all complete
and accepted by the Engineer.
(Cement: CEM-II/A-M)
Sqm 19.45
11
250mm Brick Work with 1st class bricks in cement
mortar (1:6) and making bond with connected walls in/c
necessary scaffolding, raking out the joints, cleaning and
soaking the bricks at least 24 hours before use and
washing of sand curing at least for 7 days in all floors
(F.M. of sand = 1.2) all complete as per drawing and as
per direction of the consultant.
Cum 80.67
12
125mm Brick Work with 1st class bricks in cement
mortar (1:4) and making bond with connected walls in/c
necessary scaffolding, raking out the joints, cleaning and
Page 314
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
soaking the bricks at least 24 hours before use and
washing of sand curing at least for 7 days in all floors
(F.M. of sand = 1.2) all complete as per drawing and as
per direction of the consultant.
i. Ground floor Sqm 77
ii. First floor Sqm 77
iii. Roof Sqm 50.05
13
Minimum 12 mm thick Cement Plaster ratio 1:4
(Cement : Sand FM -1.2) to brick wall both inner and
outer surface, fine & finishing of floors & corners and
edges including cleaning the surface and washing of
sand, scaffolding and curing at least for 7 days, etc.
including cost of all material to complete the work in all
respect per drawing specification & direction of the
Engineer-in-charge
a) In brick wall both inner and outer surface, fine &
finishing of floors. Sqm 1,450.30
b) Minimum 6 mm thick cilling plaster Sqm 460.60
14
Weather Coat Paint of approved quality & color (Local
made) applying to concrete surface and walls in three
coat elapsing specified time for drying and re-coating
including cleaning, drying, making free freom dirt,
grease, wax, removing all chalked & scaled materials,
fungus (if required must be treated with fungicidal
solution), fluking paint, washing the surface with soap
water/costic soda, nending good the surface defects,
smoothing the surface by putty, sand papering the
surface and necessary scaffolding , storing in the sealed
container, etc. including cost of all material, equipment
& other charges to complete the work in all respect in
any place & floor of the building as per direction of the
Engineer-in- charge.
Sqm 357.50
15
Acrylic emulsion painting (silky finish-Berger) prepared
from alkali resistance pigment / chemical resistance
mineral extenders, 100% acrylic copolymer emulsion
/polyacrylate polymer as binder, fungicide/ bactericide &
alcohol as additive , water as thinner, specific gravity
1.2, film thickness 22mm, viscosity 80-105 KU s semi-
liquid pain at 30 c,mat fininsh, touch dry 30 minutes,
hard dry 1.5 hours, recoating time 2-6 hours as per brand
specification, processed in a plant having testing
facilities with spectrophotometer & other testing
equipments for storage life 12 months with embrossing
of brand name, manufacturing & expiry date in sealed
container, of best quality and approved color to wall and
ceiling two coats over a coat of brand specified primer or
sealer including clianing, drying, making free from dirt,
grease, wax, removing all chalded & sealed materials,
Sqm 1,160.60
Page 315
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
fungus if required ment be treated with fungicidal
sollution, flaking paints, mending good the surface
defects, sand preparing the surface and necessary
scaffolding, applied by brush, roller,spray, etc. all
complete in all floor as per direction of Engineer-in-
charge.
16
White washing three coats prepared atleast 12 hours
before using, with slacked stone lime supply of gums,
blue stirring thoroughly removing the floating materials
from mixer in/c, surface should be cleaned and free from
all foreign materias before application, vertical &
horizontal wash should be applied for each coat & next
coat is to be applied after drying up of previous coat with
hair brass providing necessary scaffolding and necessary
cleaning from plinth, floors, doors, windows, portions &
ventilators by washing, rubbing, oiling if necessary after
the wash for all floors cost of water, electricity & other
charges etc. all complect in all respect as per drawing
and direction of the Engineer - in - charge.
Sqm 1,517.00
17
Reinforced Cement Concrete Works with a mix of
proportion (1:2:4) to give a minimum Cylinder strength
of 21 Mpa (3000 psi) concrete from a machine mixed
typical batch with fresh cement (conforming to BDS
232), best quality coarse Sylhet sand (minimum F. M.
2.5 and 20 mm down graded crushed stone chips
including cost of breaking chips, screening through
proper sieves, cleaning and washing thoroughly,
centering, shuttering with M. S. sheet and steel form,
placing of reinforcement cage in position, mixing the
aggregates with mixer machine, casting in steel forms,
compacting by Mechanical vibrators and tapered rods
and curing for 28 days, etc. all complete in all respects
(Excluding the cost of reinforcements and its
fabrication) as per direction of the Consultant.
a) In Footing Cum 60.20
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 100
b) In Grade Beam & Strump Cum 19.10
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 154
c) In Stair
i. Ground floor Cum 2.97
ii. First floor Cum 2.97
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 18.33
d) In Slab
Page 316
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
i. First floor Cum 35.67
ii. Roof Level Cum 35.67
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 246
e) In Beam
i. Ground Floor level Cum 15.58
ii. 1st Floor level Cum 15.58
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 103
f) In Lintel Cum 5.96
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 52.36
g) In dropwall & sunshade Cum 7.70
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 19.25
h) Low hight slab,porch,shelves Cum 0.55
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 13.75
18
Reinforced Cement Concrete Works with a mix of
proportion (1:1.5:3) to give a minimum Cylinder strength
of 25 Mpa (3500 psi) concrete from a machine mixed
typical batch with fresh cement (conforming to BDS
232), best quality coarse Sylhet sand (minimum F. M.
2.5 and 20 mm down graded crushed stone chips
including cost of breaking chips, screening through
proper sieves, cleaning and washing thoroughly,
centering, shuttering with M. S. sheet and steel form,
placing of reinforcement cage in position, mixing the
aggregates with mixer machine, casting in steel forms,
compacting by Mechanical vibrators and tapered rods
and curing for 28 days, etc. all complete in all respects
(Excluding the cost of reinforcements and its
fabrication) as per direction of the Consultant.
j) In Column Cum 26.87
Formwork/shuttering, prop and necessary support,
etc. (Steel) Sqm 100
19
Supplying fabrication and fixing to details as per design
Deformed Reinforcement Bar in concrete in accordance
with BSTI standard in/c. straightening and cleaning rust,
if any, bending and binding and binding in position in/c.
supplying of G. I. wires, welding, etc. complete in all
respect in all floors. as per direction of the Consultant.
60 grade deformed bar with minimum fy = 415 Mpa. Ton 29.50
Page 317
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
20 Supplying, fitting and fixing of tempered door accordign
to the direction of engineer in-charge Sqm 4.50
21
Supplying fitting and fixing of Aluminium swing door
with spandrel as per the U.S. Architectural Aluminium
Manufacturer’s Association (AAMA) standard
specification having 1.8 mm thick wall frame (size
101.60 mm. 44.45 mm. 83.21 mm). 2.33 mm thick
shutter size (54 mm, 46 mm), 0.99 mm thick door glass
bit (size 16.54 mm. 14.49 mm 0.115 kg/m), 2.5 mm thick
clousure section (size 101.60 mm, 42.93 mm 1.2 mm),
106.60 mm clousure cover (0.45 kg/m), 4 mm thick floor
bottom (size 101.60 mm. 12.70 mm 1 kg/m), 1.8 mm
thick shutter bottom (size 82.6 mm, 43.99 mm, 0.60
kg/m), 1.8 mm thick shutter top (size 51 mm, 43.99 mm,
1.88 kg/m) and 2.3 mm to 4.01 mm thick handle (size
101.60 mm, 38.10 mm, 25.40 mm short, 1.35 kg/m)
section of all aluminum members will be anodized to
aluminium bronze/silver colour with a coat not less than
15 micrones in thickness and density of 4 mg per square
cm, etc. including all accessories like swing door
clousure, swing door lock, swing door mohiar, labour
charge, fabrication, fitting fixing in position, carriage and
electricity charge keeping provision for fitting 5 mm
thick glass including neoprene sealant, etc. complete in
all respect as per drawing and accepted by the Engineer.
Sqm 29.50
22
Supplying, fitting, and fixing of uPVC hollow or solid
plastic door shutter having specific gravity 1.35 - 1.45,
thickness 1.7 mm-2.2 mm, and other physical, chemical,
thermal, fire resistivity properties, etc. as per BSTI
approved manufacturer standards or ASTM, BS/ISO/IS
standards of different sizes fitted fixed with uPVC plastic
door frame weighing 5.82 kg/m2 with at least 3 Nos. SS
hinges by min 64 Nos. Ø 3.17 mm and 3.97 mm 12.7
mm long rivets, 12 Nos. 25.4 mm SS screws, Ø 9.38
mm, 150 mm long SS tower bolts 2 Nos., 146 mm SS
handle by rivet 2 Nos., G.I inner joint 234.95 mm x 127
mm clamp, 76.2 mm x 57.15 mm, 25 mm dia 1 no SS
haspbolt, special type round lock, carrying the same to
the site and local carriage, etc. complete in all respect
accepted by the Engineer
Sqm 19.50
Supplying, fitting and fixing 36 mm thick well matured
(Teak Chambal), seasoned (min 10" wide plank) solid
wood single leaf door shutter having top rail style of
sections 100 mm x 38 mm, lock rail 125 x 38 mm and
bottom rail 225 x 38 mm. Closed joints with 25 mm x 12
mm size wooden peg and provided with best quality 4
Nos. 100 mm iron hinges 2 (two) Nos. best quality 12
mm dia 300 mm and 200 mm long iron tower and socket
bolts, 2 (two) Nos. heavy type nickel plated handle,
hinged cleats, buffer blocks and finished by sand
papering, etc. all complete in all floors and accepted by
Sqm 14.50
Page 318
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
the Engineer.
(All sizes of wood are finished)
23
Supplying, fitting and fixing of Aluminium sliding
window as per the U.S. Architectural Aluminium
Manufacturer’s Association (AAMA) standard
specification having 1.2 mm thick outer bottom (size
75.50 mm, 32mm), 1.2 mm thick outer top (size 75.50
mm, 16.80 mm), 1.2 mm thick shutter top (size 33
mm.26.80, 22 mm), 1.2 mm thick shutter bottom (size
60mm, 24.40 mm), 1.2 mm thick outer side (size 75.50
mm,19.90 mm), 1.2 mm thick sliding fixed side (size 31
mm, 26 mm),1.2 mm thick shutter lock (size 49.20 mm
26.20 mm) and 1.2 mm thick inter lock (size 34.40 mm,
32.10 mm) sections all aluminium members (total weight
kg/sqm) will be anodized to aluminium bronze/silver
colour with a coat not less than 15 micron in thickness
and density of 4 mg per square cm, etc. including all
accessories like sliding door key lock, sliding door
wheel, sliding door mohiar, sliding door neoprene, bolts
and nuts including sealants, keeping provision for fitting
5 mm thick glass including labour charge for fitting of
accessories, making grooves and mending good
damages, carriage, and electricity complete in all respect
as per drawing and accepted by the Engineer.
Sqm 72.60
24
Supplying, fitting and fixing of Aluminium fixed
composite window as per the U.S. Architectural
Aluminium Manufacturer’s Association (AAMA)
standard specification having 1.2 mm thick outer bottom
(size 75.50 mm, 32 mm, 0.695 kg/m), 1.2 mm thick outer
top (size 75.50mm, 26.80 mm, 0.78 kg/m), 1.2 mm thick
shutter top (size 33 mm, 26.80 mm, 0.536 kg/m), 1.25
mm thick shutter bottom (size 60 mm, 24.40 mm, 0.736
kg/m), 1.2 mm thick outer side (size 75.50 mm, 19.90
mm, 0.616 kg/m), 1.2 mm thick sliding fixed side (size
31 mm, 26 mm, 0.422 kg/m), 1.2 mm thick shutter lock
(size 49.20 mm, 26.20 mm, 0.661 kg/m), 1.2 mm thick
inter lock (size 34.40 mm, 32.10 mm 0.665 kg/m) 1.2
mm thick bottom cover (size 37.78 mm, 31.78 mm,
0.313 kg/m), 1.2 mm thick grouve cover (76.20 mm,
38.10 mm, 0.912 kg/m), 1.2 mm thick grouve cover
( size 57.15 mm, 15.80 mm, 0.452 kg/m) and 1.2 mm
thick top and side (size 76.20 mm, 38.10 mm, 0.3 kg/m)
sections all aluminium members (total weight 12.297 kg)
will be anodized aluminium bronze/silver colour with a
coat not less than 15 micron in thickness and density of 4
mg per square cm, etc. including all accessories like
sliding door key lock, sliding door wheel, sliding door
mohiar, sliding door neoprene, bolts and nuts including
sealants, keeping provision for fitting 5 mm thick glass
including labour charge for fitting of accessories, making
grooves and mending good damages, carriage, and
Sqm 45.83
Page 319
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
electricity complete in all respect as per drawing and
accepted by the Engineer.
25
Supplying, fitting and fixing stainless steel (SS) stair
railing of standard height with 2 mm thick 50mm dia
pipe for hand-rail as per drawing and accepted by the
Engineer.
Sqm 12.32
26
Supplying fitting and fixing of Grills of any design made
of mild steel section as approved, including fabrication,
welding cost of electricity, workshop charges, carriage,
cuting grooves, mending good the damages with CC
Mild Steel Section Sqm 95.88
27
Supplying, fitting and fixing of aluminium curtain wall
and aluminium top hung/basement windows as per the
US Architectural aluminium Manufacturer's Association
(AAMA) Standard Specification having 100 mm ,
50mm, 2mm Curtain Wall sub-mullim outer and inner
frame, 15 mm thick casement outer frame (size 38.86
mm 36.6mm), 1.9 mm thick casement shutter (size
47.62mm, 28.57mm,) 1.2 mm thick shutter glass strips,
all aluminium member will be powder coated with coal
not less than 1.5 micron in thickness including all
accessories 4 bar hinge casement handle, 50 m x 50mm x
6m aluminium angle, steel rowel bolt, screws , rivets
norton tape masking tape, structural sealant, gum bracket
rod, etc. all complete in all respect as per drawing and
direction of the Engineer in charge.
Sqm 27.10
28
Supplying, fitting and fixing of rolling shutter of any
design and shape made of 24 SWG G.P. sheet unit
minimum 69 mm width having 10 mm and 12 mm dia
circular folding at ends, rolled in machine, locked
together properly to form rolling shutter, top of the
shutter to be fitted with circular spring box made of 22
BWG sheet, containing best quality spring made in
China, nutted with 38 mm G.I. pipe at one end and the
other end nutted to shutter including fitting the G.I. pipe
again with 375 x 300 x 6 mm pankha at ends with side
guide channel (side channel consist of 50 x 100 x 6 mm
M.S. plate with 2 x 19 x 3 mm F.I. bar, middle channel
consist of 2 x 150 mm x 6 mm M.S. plate with 2 x19 mm
x 6 mm fixed to wall or column with clamps embedded
in R.C.C. part by cement concrete (1:2:4) including
cutting holes (minimum 3 x 25 mm x6 mm) mending the
damages, finishing, curing, bottom end of shutter fitted
to folded G.P. sheet (min 125 mm width in two layers),
which is again fitted to 25 x 25 x 3 mm angle, providing
handle with F.I. bar 25 x 6 mm and locking arrangement
in both sides, painting two coats with approved colour
and brand of synthetic enamel paint over a coat of
priming, etc. complete in all respect accepted by the
Engineer.[Rate is excluding the cost of painting]
Sqm 11.25
Page 320
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
29
Supplying, fitting and fixing glazed GP (homogeneous)
400 x 400 mm floor tiles (local made) with cement sand
(F.M. 1.2) mortar (1:4) base and raking out the joints
with white cement including cutting and laying the tiles
in proper way and finishing with care, etc. all complete
and accepted by the Engineer.
(Cement: CEM-II/A-M)
In ground floor
Sqm 435
Supplying, fitting and fixing glazed GP (homogeneous)
300 x 300 mm floor tiles (local made) with cement sand
(F.M. 1.2) mortar (1:4) base and raking out the joints
with white cement including cutting and laying the tiles
in proper way and finishing with care, etc. all complete
and accepted by the Engineer.
(Cement: CEM-II/A-M)
In ground floor
Sqm 50.10
30
Supplying, fitting and fixing 300x200 glazed wall tiles
(local made) with on 20 mm thick cement sand (F.M.
1.2) mortar (1:3) base and raking out the joints with
white cement including cutting, laying and hire charge of
machine and finishing with care, etc. including water,
electricity and other charges complete all respect
accepted by the Engineer.
(Cement: CEM-II/A-M)
Sqm 140.34
31
Average 100 mm thick finished lime terracing with 20
mm down graded first class brick chips (Khoa), surki
from 1st class bricks and lime (stone lime brought at site,
not being powdered in open air and to be slaked in
presence of engineer-in-charge and to be measured in
volume three days after slaking for using in the mix) in
the proportion 7:2:2 (brick chips : surki : lime) including
preparation of the mix on the ground by making a
suitable platform under proper polythene cover. Cutting
the mix twice daily with limewater (1:10) at least for 7
days until the mix attain desirable consistency. Laying
the mix in proper slope, beating the same with standard
‘koppa’ for minimum 7 days to gain maximum
consolidation, making ghoondy and neat finishing with
lime Surki mortar (1:2) and curing for 21 days providing
polythene cover after each day work and cleaning, etc.
complete in all respect accepted by the Engineer.
Cum 25
Construction of Generator room outside the building
3.65m X 3.05m X2.5m as per design complete in all
respect accepted by the Engineer.
L.S. L.S. L.S.
Total
Page 321
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
3. INTERNAL ELECTRIFICATION WORKS
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
1.0. CONDUIT WORK:
1.1
Supply, fittings & fixing of PVC pipe and accessories of
reputed manufacturers BRB/RFL/NATIONAL
POLYMAR as per routing shown in the drawing,
concealed/ surface mounted in columns, ceiling, walls
and other various places as required, complete with
bend/elbow, PVC circular boxes, shaddles, rowel plugs,
sockets, lock-nuts, male/female bushes, 18SWG
G.I.pull/wire, necessary thermo-cool, minimum 4-times
taping of joints with plastic of thickness 0.2mm, width
19mm, S-Ion solvent cement, fish wire, tying with the
reinforcement steel bar at the rate of 600mm spacing
using 2X20 SWG G.I wire including tracing out the
outlets after the shuttering are removed, necessary
number of 16SWG sheet steel make junction/pull boxes
of appropriate sizes and clearing the outlets & mending
good all damages as per drawings, specifications &
direction of the Engineer-in-charge.
1.1.1) 20 mm dia pvc pipe. M 700
1.1.2) 25mm dia pvc pipe M 1,200
1.1.3) 38mm dia Flexible pipe M 40
1.1.4) 20mm dia Flexible pvc pipe M 100
1.1.5) 25mm dia Flexible pvc pipe M 100
2.0. CABLE WORK:
2.1
Supply, fittings & fixing of PVC insulated single core
cable/PVC insulated & PVC sheathed single/multi core
cables of BRB/ Evana/POLY/Super sign or its equivalent
manufacturers having ISO9001 certified co. of the
following sizes in prelaid conduits/trench /tray and
making good all damages, inclusive of locally available
best/approved quality PIB insulating tape, ceiling rose(if
necessary), cable sockets, solderless connector,
cutting/cleaning the prelaid PVC pipe, connection, etc.,
and termination of connection at both ends as per
drawing, specification and instruction of the Engineer-in-
charge.
2.1.1) 1C-1.5mm2 BYA M 1,600
2.1.2) 1C-2.5mm2 BYA M 1,800
2.1.3) 1C-4.0mm2 BYA M 600
Page 322
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
2.1.4) 1C-6mm2 NYY M 75
2.1.6) 1C-16mm2 NYY M 30
2.1.7) 1C-25mm2 NYY M 30
2.1.8) 1C-50mm2 NYY M 50
3.0. EARTH CONTINUITY CONDUCTORS:
3.1
Supply, fittings & fixing of insulated/ electrolytic
annealed copper earth continuity conductor of
BRB/Evana / POLy/Supersign or its equivalent its
equivalent manufacturers having ISO9001 certified co.of
following sizes in prelaid conduit along with cable
including connection to various metallic parts as per
specification, drawing and instruction of the Engineer-in-
charge:
3.1.1) 1C-1.5mm2 re BYA(Green) M 900
3.1.2) 1C-2.5mm2 re BYA(Green) M 300
3.1.3) 1C-4.0mm2 BYA (Green) M 20
3.1.4) 1C-10mm2 BYA (Green) M 15
3.1.5) 1C-25mm2 BYA (Green) M 12.50
4.0. LIGHT FITTINGS: ONLY COMMON AREA
4.1
supply &installation of imported ceiling mounted Saucer
light fixture of Energy+ complete with 1x18w energy
saving lamp and allother necessary materials as per
drawing ,specifications and direction of the Engineer- in
charge
Set 57
4.2
Supply, fittings & fixing of ceiling recessed mounted
imported (2'x2')light fixture of Energy+complete with
2X20W tube lamp, etc. and all other accessories as per
drawing, specifications and direction of the Engineer-in-
charge.
Set 49
4.3
Supply, fittings & fixing of imported wall mounted
mirror light fixture of Energy+complete with 1X18W
energy saving lamp, capacitor, holder, etc.and all other
necessary accessories as per drawing, specifications and
direction of the Engineer-in-charge.
Set 9
4.4
Supply & installation of imported ceiling surface
mounted Saucer light fixture of Energy+ complete with
1x15W energy saving amp and all other necessary
materials as per drawing, specifications and direction of
the Engineer-in-charge.
Set 2
5.0. SWITCH BOARD:
5.1 Supply and installation of imported gang switches &
socket from Legrand(France) /M.K(singapore) and wall
Page 323
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
boxes complete with all other necessary accessories &
connections everything complete as per drawing,
specification and instruction of the Engineer-in-charge.
The wall boxes may be locally made of 18SWG
galvanised steel sheet including earthing block.
5.1.1) 1 Gang (10A) Set 13
5.1.2) 2 Gang (10A) Set 20
5.1.3) 3 Gang (10A) Set 20
5.1.4) 1 Gang Regulator with Switch Set 28
5.2
Supply & installation of concealed/ surface type special
switches in totally insulated made switch board from
Moeller/Siemens of appropriate dimension with
sufficient spacing suitable for mounting the required nos.
of switches, contactors, impulse relay, push button,
earthing block, etc. from reputed manufactures like as
per following ratings with cover and all other accessories
& connections as per E-I-C comprising of :
6.0. SOCKET OUTLET:
6.1
Supply, fittings & fixing of imported 5A, 2-pin, 250V,
combined switched socket outlet from
Legrand(France/UK) /M.K(UK) / Crabtree (UK)
/Volex(UK) suitable for 2/3 pin plug including the box,
cover plate with necessary galvanized machine screws,
earthing block complete with necessary connections as
per drawings, specifications and direction of the
Engineer-in-charge. The box may be locally made of 18
SWG galvanized sheet steel.
Set 60
6.2
Supply and installation of imported 13A, 3-pin, 250V,
combined duplex switched socket oulet from
Legrand(FranceUK) /M.K(UK)/ Crabtree (UK)
/Volex(UK) suitable for 3-pin plug including the box,
cover plate with necessary galvanized machine screws,
earthing block complete with necessary connections as
per drawings, specifications and direction of the
Engineer-in-charge. The box may be locally made of 18
SWG galvanized sheet steel.
Set 105
6.4
Supply and installation of imported 20A, 3-pin, 250V,
combined switched DP socket oulet from
Legrand(FranceUK) /M.K(UK)/ Crabtree (UK)
/Volex(UK) suitable for 3-pin plug including the box,
cover plate with necessary galvanized machine screws,
earthing block complete with necessary connections as
per drawings, specifications and direction of the
Engineer-in-charge. The box may be locally made of 18
SWG galvanized sheet steel. (For AC)
Set 11
7.0. TELEPHONE SYSTEM:
Page 324
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
7.1
Supply, fittings & fixing of imported surface /concealed
type totally insulated/16SWG sheet steel box telephone
junction box made of polystrol/ polycarbonate board
from Moeller (Germany) /Siemens(Germany) of
following sizes with connecting strip and all required
accessories such as insulator, screw, rubber bushing,
rowel plug, etc. as per drawing, specification and
instruction of the Engineer-in-charge.
7.1.1) 10 Pairs Set 1
7.2
Supply, fittings & fixing of imported jack type shuttered
telephone socket outlet from Legrand(FranceUK)
/M.K(UK)/ Crabtree (UK) /Volex(UK) with sheet steel
box and all other accessories as per specifications,
drawing and direction of the Engineer-in-charge.
Set 3
7.3
Supply, fittings & fixing of telephone cables of
BRB/Poly/Supersign or its equivalent manufacturers
having ISO9001 certified co.of the following sizes in
prelaid conduit and termination of connection as per
drawing, specifications and instruction of the Engineer-
in-charge.
7.3.1) 5Pairs Cable M 15
7.3.2) 2Pairs Cable M 50
8.1
Supply, fittings & fixing of LAN Cable of CAT -6 its
equivalent manufacturers having certified co.of the
following sizes in prelaid conduit and termination of
connection as per drawing, specifications and instruction
of the Engineer-in-charge.
1,200
8.2
Supply, fittings & fixing of imported jack type shuttered
LAN socket outlet from Legrand (FranceUK)
/M.K(UK)/ Crabtree (UK) /Volex(UK) with sheet steel
box and all other accessories as per specifications,
drawing and direction of the Engineer-in-charge.
Set 44
9.0. FAN:
9.1
Supply, fittings & fixing of concealed type fan hook of
approved quality everything complete as per
specifications, drawing and direction of the Engineer-in-
charge.
Set 28
9.2
Supply, fittings & fixing of 56” sweep ceiling mounted
fan SFC or approved quality of reputed company
everything complete with fixing accessories,hardwares,
etc. as per drawing, specifications and direction of the
Engineer-in-charge.
Set 28
9.3
Supply & installation of 10''sweep 220V,50HZ, A.C wall
mounted industrial type exhaust fan approved quality of
reputed company everything complete with fixing
accessories,hardwares, etc. as per drawing, specifications
and direction of the Engineer-in-charge.
Set 8
Page 325
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
10. DISTRIBUTION BOARD:
10.1
Supply,installation,testing & commissioning of
following Distribution Boards of components from
ABB(Italy)/MOELLER(EU)/Semens(Germany)/ Eaton
(USA/UK)having ISO9001 certificate housing the
following rated MCB/ MCCB & busbars and all other
accessories as per drawing, specifications and direction
of the Engineer-in-charge.
10.1.1) SDB (G. Floor) Set 1
16SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawnelectrolytic copper busbars of adequate
rating,TPN & E and equipped with:
INCOMING:
1 number of 63,25kA, 3-pole, Moulded Case
Circuit Breaker
3 numbers of. Current Transformer, ratio: 63/5A
with suitable accuracy and burden
1 number of digital Voltmeter, 0 - 500V &
Ammeter
3 numbers of Phase Indicating lamps, R-Y-B
1 set of Control Fuse
1 number of KA Surge protective device with 63A
TP Miniature Circuit Breaker
OUTGOING:
2 numbers of 20A TP MCB
5numbers of 20A SP MCB
12numbers of 16A SP MCB
120A TP+N+E Busbar
10.1.2) SDB (1st Floor) Set 1
16SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawnelectrolytic copper busbars of adequate
rating,TPN & E and equipped with:
INCOMING:
1 number of 63,25 kA, 3-pole, Moulded Case
Circuit Breaker
3 numbers of Current Transformer, ratio: 63/5A
with suitable accuracy and burden
Page 326
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
1 number of digital Voltmeter, 0 - 500 V &
Ammeter
3 numbers of Phase Indicating lamps, R-Y-B
1 set of Control Fuse
1 number of KA Surge protective device with 63A
TP Miniature Circuit Breaker
OUTGOING:
2 numbers of 20A TP MCB
15 numbers of 16A SP MCB
120A TP+N+E Busbar
OUTGOING:
15 numbers of 32-40A sp MCB
150A TP+N+E BUSBAR
10.1.4) ESDB (1st Floor) Set 1
16 SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawnelectrolytic copper busbars of adequate
rating,TPN & E and equipped with:
INCOMING:
1 number of 40A TP MCB
OUTGOING:
12 numbers of 6-16A SP MCB
60ATP+N+E BUSBAR
10.1.5) EMDB (G. Floor) Set 1
16SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawnelectrolytic copper busbars of adequate
rating,TPN & E and equipped with:
INCOMING:
1 number of 80A 3-pole, Moulded Case Circuit
Breaker
3 numbers of Current Transformer, ratio:80/5A
with suitable accuracy and burden
1 number of digital Voltmeter, 0 - 500 V &
Ammeter
Page 327
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
1 set of Control Fuse
1 number of 80KA Surge protective device with
80A TP Miniature Circuit Breaker
OUTGOING:
1 number of 63A, 25 kA, 3-pole, Moulded Case
Circuit Breaker
1 number of 40A TP MCB
6 numbers of 6-16ASP MCB
120ATP+N+E BUSBER
10.1.6) MDB (G. Floor) Set 1
16SWG Sheet steel enclosed, dust & vermin proof,
free standing, floor / Wall mounting,'415V, 50 Hz,
indoor type Distribution Board complete with hard
drawnelectrolytic copper busbars of adequate
rating,TPN & E and equipped with:
INCOMING:
1 number of 160-200A,36 kA, 3-pole, Moulded
Case Circuit Breaker with built-in'adjustable
overload and adjustable short-circuit releases;
3 numbers of Current Transformer, ratio: 160-
200/5A with suitable accuracy and burden
1 number of. digital Voltmeter, 0 - 500 V &
Ammeter
3 numbers of Phase Indicating lamps, R-Y-B
1 set of Control Fuse
1 number of 160KA Surge protective device with
160A TP Miniature Circuit Breaker
OUTGOING:
2 numbers of 63A, 25 kA, 3-pole, Moulded Case
Circuit Breaker
250A TP+N+ E Busbar
Total
Page 328
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
4. SANITARY AND WATER SUPPLY WORKS
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
A. SANITARY & WATER SUPPLY WORKS:
1
Supplying, fitting and fixing European type glazed
porcelain commode "S" type 465 x 340 x 415 mm in
size, approximately 14 kg by weight, plastic seat cover
and preparing the base with cement concrete and with
wire mesh or rods, if necessary, in all floors including
making holes wherever required and mending good the
damages and fitting, fixing finishing, etc. complete with
all necessary fittings and connection approved and
accepted by the Engineer.
a) Special colour Each 10
3
Supplying, fitting and fixing European type glazed
porcelain low-down, capacity 10 liter, 490 x 190 x 350
mm in size, approximately 14 kg by weight, on walls by
screws and F.I. bar clamps, rowel plugs, making holes
wherever required and mending good the damages and
fitting, fixing finishing, etc. complete with all necessary
fittings and connection approved and accepted by the
Engineer.
a) Special colour Each 10
4
Supplying, white glazed vitreous W/H Wash Basin, 500
x 440 x 210 mm in size, approx. 14 kg by weight,
including fitting, fixing the same in position with heavy
type C.I. brackets, 32 mm dia PVC waste water pipe
with brass coupling (not exceeding 750 mm in length),
32 mm dia C.P. basin waste with chain plug, bracket
including making holes in walls and floors and fitting
with wooden blocks, screws and mending good the
damages with cement mortar (1:4), etc. all complete
approved and accepted by the Engineer.
a) Special colour Each 8
5
Supplying, fitting and fixing Pedestal, 652 x 200 x 205
mm in size, approx. 5.6 kg by weight with rowel plug
and screws, etc. all complete approved and accepted by
the Engineer.
a) Special colour Each 8
6
Supplying, fitting and fixing double bowl stainless steel
sink with sink tray with heavy type CI or steel brackets
12 mm dia C.P. chain plug. 40 mm dia C.P. waste, 40
mm dia PVC waste pipe with brass coupling (750 mm
length) including making hole in walls and floors and
mending good the damages, finishing, etc. all complete
approved and accepted by the Engineer. (Malaysia /
Each 2
Page 329
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
Singapore / Thailand made or equivalent)
7
Supplying, fitting and fixing standard size soap tray
including making holes in walls and mending good the
damages with cement mortar (1:4), etc. all complete
approved and accepted by the Engineer.
a) Stainless steel soap tray Each 20
8
Supplying, fitting and fixing super quality 600 x 125 mm
coloured glass (plate) shelf having 5 mm thickness with
fancy C.P. brackets, screws and frames including making
holes in walls and mending good the damages with
cement mortar (1:4), etc. all complete approved and
accepted by the Engineer.
Each 8
9
Supplying, fitting and fixing of 450 x 600 mm size and 5
mm thick unframed super quality mirror with hard
boards at the back with all necessary fitting including
making holes in walls and mending good the damages
with cement mortar (1:4), etc. all complete approved and
accepted by the Engineer. (Made in Japan or equivalent)
Each 8
10
Supplying, fitting and fixing super quality C.P. Towel
rail of 600 mm long and 20 mm in dia with C.P. holder
including making holes in walls and mending good the
damages with cement mortar (1:4), etc. all complete
approved and accepted by the Engineer.
Each 8
11
Supplying, fitting and fixing 125 mm dia stainless steel
floor grating in traps or in drains including making holes
in walls/floors and mending good the damages with
cement mortar (1:4), etc. all complete approved and
accepted by the Engineer.
Each 20
12
Supplying different inside dia best quality uPVC
pressure waste pipe having specific gravity 1.35 -1.45,
wall thickness 2.7 mm - 3.4 mm, and other physical,
chemical, thermal, fire resistivity properties, etc. as per
BSTI approved manufacturer standards or ASTM,
BS/ISO/IS standards, fitted and fixed in position with
sockets, bends, with all accessories such as Round
grating/domed roof grating bands, sockets, etc. complete
approved and accepted by the Engineer.
a) 100 mm dia uPVC ‘P’ or ‘S’ trap Each 20
13 Supply and fitting-fixing hand / push shower for ablution
including holder
a) Moving type hand shower Each 1
14 Supplying, fitting and fixing best quality faucets, etc.
complete approved and accepted by the Engineer
a) 12 mm Special quality CP bib cock Each 11
15 Moving type 100 mm CP shower rose Each 1
Page 330
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
16
Supplying, fitting and fixing best quality concealed fixed
sink cock, etc. complete approved and accepted by the
Engineer
a) 12 mm CP Concealed moving cock Each 10
17
Supplying, fitting and fixing of special coloured toilet
paper holder Size (150 mm x 150 mm x 126 mm)
including making holes in walls and mending good the
damages with cement mortar (1:4), etc. all complete
approved and accepted by the Engineer.
Each 10
20
Supplying, fitting and fixing Special/Fancy quality C.P.
concealed/ surface stop cock with all necessary hardware
and consumables approved and accepted by the
Engineer.
a) Stop cock concealed (heavy) Each 1
21
Supplying, fitting and fixing Special/Fancy quality C.P.
concealed/ Surface Angle stop cock, etc. complete
approved and accepted by the Engineer.
a) Special concealed heavy type angle stop cock Each 18
22
Supplying, fitting and fixing best quality G.I. gate valve
with sealant, etc. complete approved and accepted by the
Engineer.
a) 12 mm brass gate valve Each 2
b) 20 mm brass gate valve Each 4
c) 25 mm brass gate valve Each 4
d) 32 mm brass gate valve Each 2
e) 40 mm brass gate valve Each 2
23
Supplying, fitting and fixing G.I. pipe with all special
fittings, such as bends, elbows, sockets, reducing
sockets, Tee, unions, jam-nuts, etc. including cutting
trenches where necessary and fitting the same with earth
duly rammed and fixing in walls with holder bats and
making hole in floors, walls and consequent mending
good the damages, etc. all complete in all respects
approved and accepted by the Engineer.
a) 12.5 mm dia G.I. pipe with wall thickness 3.25 mm,
outside diameter min 21.1 mm, weight 1.45 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 125
b) 20 mm dia G.I. Pipe with wall thickness 3.25 mm,
outside diameter min 26.6 mm, weight 1.90 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 75
c) 25 mm dia G.I. Pipe with wall thickness 4.05 mm,
outside diameter min 33.4 mm, weight 2.97 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 60
d) 32 mm dia G.I. Pipe with wall thickness 4.05 mm,
outside diameter min 42.1 mm, weight 3.84 kg/m, can RM 40
Page 331
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
withstand min 50 kg/cm2 hydraulic pressure.
e) 40 mm dia G.I. Pipe with wall thickness 4.05 mm,
outside diameter min 48.0 mm, weight 4.43 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 40
f) 50 mm dia G.I. Pipe with wall thickness 4.50 mm,
outside diameter min 59.8 mm, weight 6.17 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 35
24
Groove cutting in brick work, R.C.C floor, including cost
for concealing of G.I. pipe work (12 mm and 20 mm dia)
in brick wall by cutting groove in wall, lintel, beam, etc.
by any means carefully without damaging the structure
and filling the grooves with C.C (4:2:1) after laying of
pipe including cost of scaffolding, finishing, curing, etc.
all complete approved and accepted by the Engineer.
a) Groove Size 40 x 40 mm (For laying 12 mm to 20 mm
dia pipes) RM 125
25
Supplying 50 mm inside dia best quality uPVC soil,
waste and ventilation pipe having specific gravity 1.35 -
1.45, wall thickness 2.5 - 3.0 mm, and other physical,
chemical, thermal, fire resistivity properties, etc. as per
BSTI approved manufacturer standards or ASTM,
BS/ISO/IS standards fitted and fixed in position with
sockets, bends, of uPVC Pipe with all accessories such
as Round grating /domed roof grating bands, sockets,
etc. approved and accepted by the Engineer (length: 6000
mm each).
RM 15
26
Supplying 100 mm inside dia best quality uPVC soil,
waste and ventilation pipe having specific gravity 1.35-
1.45, wall thickness 3.4- 4.0 mm, and other physical,
chemical, thermal, fire resistivity properties, etc. as per
BSTI approved manufacturer standards or ASTM,
BS/ISO/IS standards fitted and fixed in position with
sockets, bends, with all accessories such as Round
grating/domed roof grating bands, sockets, etc. approved
and accepted by the Engineer (length: 6000 mm each).
RM 80
34 Goose neck vent pipe, 12mm dia and 1.5m long G.I. pipe Each 1
35
Supplying, fitting and fixing best quality G.I. Float
valve, threaded joint Pit valve, etc. complete approved
and accepted by the Engineer.
a) 40 mm brass Float valve Each 2
38
Supplying 100 mm dia uPVC pipe for waste including
fitting, fixing, etc. all complete approved & accepted by
the Engineer.
RM 10
Total for Sanitary and Water Supply Works
B. EXTERNAL WORKS:
26 Supplying 150 mm inside dia best quality uPVC soil,
waste pipe having specific gravity 1.35-1.45, wall RM 50
Page 332
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
Item
No. Description of Work Item Unit Q’ty
Unit Rate
(USD)
Amount
(USD)
thickness 3.4- 4.0 mm, and other physical, chemical,
thermal, fire resistivity properties, etc. as per BSTI
approved manufacturer standards or ASTM, BS/ISO/IS
standards fitted and fixed in position with sockets, bends,
with all accessories such as Round grating/domed roof
grating bands, sockets, etc. approved and accepted by the
Engineer (length: 6000 mm each).
27
Supplying 100 mm inside diameter best quality uPVC
rain water down pipe fitting, fixed in position with head
and shoes, bends, min.20 mm width F.I. Bar clamp and
nails, and including all accessories such as round
grating/domed roof grating bands, sockets approved and
accepted by the Engineer.
RM 50
28 Supplying, fitting and fixing of 50mm dia, 450mm long
uPVC rain spout including one elbow at one end. Each 1
29 Construction of Inspection chamber with R.C. cover slab
of clear 600 x 600mm and maximum 750mm depth Each 9
30 Construction of Septic tank for 100 users Each 1
31 Construction of Soak well for 100 users Each 1
32 Construction of outlet of soak well Each 1
37
Supplying 150 mm dia uPVC pipe for underground
laying including fitting, fixing, etc. all complete
approved and accepted by the Engineer.
RM 50
25 mm dia G.I. Pipe with wall thickness 4.05 mm,
outside diameter min 33.4 mm, weight 2.97 kg/m, can
withstand min 50 kg/cm2 hydraulic pressure.
RM 10
Over Head Water Tank (Plastic Tank) Gal. 4,281.20
Total for External Works
Total
Page 333
SECTION X. Bill of Quantities for the Construction Works (Separate Bound)
5. SALINE TREATMENT
Item Description of Work Item Unit Q’ty Unit Rate
(USD)
Amount
(USD)
SPECIAL
TREATMENT
Special considaretion for saline treatment. Acrylic
reinforced cementitious, flexible waterproof
coating upto grade beam {1mm coat in 3:1
(powder: liquid) ratio} asper direction of
Engineer-in-charge.
Sqm 750