Top Banner
Government of the Peoples 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
333
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION IV. General Conditions of Contract (GCC)

42

SECTION IV. GENERAL CONDITIONS OF CONTRACT (GCC)

Page 48: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION V. Special Conditions of Contract (SCC)

97

SECTION V. SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 103: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

113

SECTION VI. TECHNICAL REQUIREMENTS

Page 119: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

115

1. Local Training .................................................................................................................. 219 2. Foreign Training .............................................................................................................. 220 3. Expert Dispatch ................................................................................................................ 223

Page 121: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

193

[Figure E-9] Rack mount diagram of UITRCE Server Room

Page 199: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

201

[Figure F-1] Network diagram of the project

Page 207: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

211

[Figure G-1] EMIS System Concept

[Figure G-2] EMIS Functions

Page 217: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VI. Technical Requirements

218

[Figure G-5] GIS Functions

Page 224: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VII. Bidding Forms

224

SECTION VII. BIDDING FORMS

Page 230: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VII. Bidding Forms

227

1. BID SUBMISSION FORM

Page 233: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

Section VII. Bidding Forms

234

2. PRICE SCHEDULE FORMS

Page 240: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

246

2.4. Country of Origin Code Table

Country of Origin Country Code Country of Origin Country Code

Page 252: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

247

3. OTHER BID FORMS AND LISTS

Page 253: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

256

3.4. List of Custom Materials

Custom Materials

Page 262: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

272

5. SEPARATE BOND

Page 278: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

282

7. PERFORMANCE AND ADVANCE PAYMENT SECURITY

FORMS

Page 288: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION VII. Bidding Forms

285

8. INSTALLATION AND ACCEPTANCE CERTIFICATES

Page 291: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

SECTION X. Bill of Quantities for the Construction Works (Separate Bound)

SECTION X. BILL OF QUANTITIES FOR THE CONSTRUCTION

WORKS (SEPARATE BOUND)

Page 311: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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: 01 bidding document uitrce final draft

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