Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42....

311
i International Competitive Bidding Document for Goods Procurement of: Supply, Installation and Commissioning of Desktop PCs and accessories for Food Stock and Market Monitoring System under Modern Food Storage Facilities Project (MFSP) and their maintenance support including basic computer operations training Package: MFSP GD – 26 Project : Modern Food Storage Facilities Project (MFSP) Purchaser : Directorate General of Food Country : Bangladesh Ref No : 13.01.0000.362.39.218.18.657 Issued on : 31 May 2018

Transcript of Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42....

Page 1: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

i

International Competitive Bidding Document for Goods

Procurement of: Supply, Installation and Commissioning of Desktop PCs and

accessories for Food Stock and Market Monitoring System under Modern Food Storage Facilities Project (MFSP) and their

maintenance support including basic computer operations training

Package: MFSP GD – 26

Project : Modern Food Storage Facilities Project (MFSP)Purchaser : Directorate General of FoodCountry : BangladeshRef No : 13.01.0000.362.39.218.18.657

Issued on : 31 May 2018Address : Probashi Kallayan Bhaban (Level – 17)

71-72 Eskaton Garden, Dhaka - 1000, Bangladesh

Modern Food Storage Facilities Project (MFSP)

Page 2: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

ii

Page 3: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

iii

Table of Contents

PART 1 – Bidding Procedures................................................................................................1Section I. Instructions to Bidders...............................................................................................3Section II. Bid Data Sheet (BDS)............................................................................................29Section III. Evaluation and Qualification Criteria...................................................................35Section IV. Bidding Forms......................................................................................................43Section V. Eligible Countries..................................................................................................85Section VI. Bank Policy - Corrupt and Fraudulent Practices..................................................87

PART 2 – Supply Requirements..........................................................................................89Section VII. Schedule of Requirements...................................................................................91

PART 3 - Contract...............................................................................................................169Section VIII. General Conditions of Contract.......................................................................171Section IX. Special Conditions of Contract...........................................................................195Section X. Contract Forms.....................................................................................................201

Page 4: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

1

PART 1 – Bidding Procedures

Page 5: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

3

Section I. Instructions to Bidders

Table of Clauses

A. General................................................................................................................................51. Scope of Bid.........................................................................................................................52. Source of Funds...................................................................................................................53. Corrupt and Fraudulent Practices.........................................................................................54. Eligible Bidders...................................................................................................................65. Eligible Goods and Related Services...................................................................................8

B. Contents of Bidding Document..........................................................................................96. Sections of Bidding Document............................................................................................97. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting......................................98. Amendment of Bidding Document....................................................................................10

C. Preparation of Bids...........................................................................................................109. Cost of Bidding..................................................................................................................1010. Language of Bid.................................................................................................................1011. Documents Comprising the Bid.........................................................................................1012. Letter of Bid and Price Schedules......................................................................................1113. Alternative Bids.................................................................................................................1114. Bid Prices and Discounts...................................................................................................1115. Currencies of Bid and Payment.........................................................................................1416. Documents Establishing the Eligibility and Conformity of the Goods and Related

Services..............................................................................................................................1417. Documents Establishing the Eligibility and Qualifications of the Bidder........................1518. Period of Validity of Bids..................................................................................................1519. Bid Security.......................................................................................................................1620. Format and Signing of Bid.................................................................................................18

D. Submission and Opening of Bids.....................................................................................1821. Sealing and Marking of Bids.............................................................................................1822. Deadline for Submission of Bids.......................................................................................1923. Late Bids............................................................................................................................1924. Withdrawal, Substitution, and Modification of Bids.........................................................1925. Bid Opening.......................................................................................................................20

E. Evaluation and Comparison of Bids................................................................................2126. Confidentiality...................................................................................................................2127. Clarification of Bids...........................................................................................................2128. Deviations, Reservations, and Omissions..........................................................................2229. Determination of Responsiveness......................................................................................22

Page 6: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

4

30. Nonconformities, Errors and Omissions..............................................................................2231. Correction of Arithmetical Errors......................................................................................2332. Conversion to Single Currency..........................................................................................2333. Margin of Preference........................................................................................................2334. Evaluation of Bids..............................................................................................................2335. Comparison of Bids...........................................................................................................2536. Qualification of the Bidder................................................................................................2537. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids..............................25

F. Award of Contract............................................................................................................2538. Award Criteria...................................................................................................................2539. Purchaser’s Right to Vary Quantities at Time of Award...................................................2640. Notification of Award........................................................................................................2641. Signing of Contract............................................................................................................2642. Performance Security.........................................................................................................27

Page 7: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

Section I. Instructions to BiddersA. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids, specified in the Bid Data Sheet (BDS), the Purchaser,as specified in the BDS, issues these Bidding Documents for the supply of Goods and Related Services incidental thereto as specified in Section VII, Schedule of Requirements. The name, identification and number of lots (contracts) of this International Competitive Bidding (ICB) procurement are specified in the BDS.

1.2 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, telex) with proof of receipt;

(b) if the context so requires, “singular” means “plural” and vice versa; and

(c) “day” means calendar day.

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 International Bank for Reconstruction and Development or the International Development Association (hereinafter called “the Bank”)in an amount specified in BDS,toward the project named in 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 Payment by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the Loan (or other financing)Agreement. The Loan (or other financing) Agreement prohibits a withdrawal from the Loan (or other financing) 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 Bank, is prohibited by decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. No party other than the Borrower shall derive any rights from the Loan (or other financing) Agreement or have any claim to the proceeds of the Loan (or other financing).

3. Corrupt and Fraudulent Practices

3.1 The Bank requires compliance with its policy in regard to corrupt and fraudulent practices as set forth in Section VI.

5

Page 8: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

3.2 In further pursuance of this policy, Bidders shall permit and shall cause its agents (where declared or not), sub-contractors, sub-consultants, service providers or suppliers and to permit the Bank to inspect all accounts, records and other documents relating to the submission of the application, bid submission (in case prequalified), and contract performance (in the case of award), and to have them audited by auditors appointed by the Bank.

4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a government-owned entity - subject to ITB 4.5 - or any combination of such entities in the form of a joint venture (JV) under an existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In the case of a joint venture, all members shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.Unless specifiedin the BDS, there is no limit on the number of members in a JV.

4.2 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest for the purpose of this bidding process, if the Bidder:

(a) directly or indirectly controls, is controlled by or is under common control with another Bidder; or

(b) receives or has received any direct or indirect subsidy from another Bidder; or

(c) has the same legal representative as another Bidder; or

(d) has a relationship with another Bidder, directly or through common third parties, that puts it in a position to influence the bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process; or

(e) participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which such Bidder is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the

6

Page 9: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

works that are the subject of the bid; or

(g) any of its affiliates has been hired (or is proposed to be hired) by the Purchaser or Borrower for the Contract implementation; or

(h) would be providing goods, works, or non-consulting services resulting from or directly related to consulting services for the preparation or implementation of the project specified in the BDS ITB 2.1 that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm; or

(i) has a close business or family relationship with a professional staff of the Borrower (or of the project implementing agency, or of a recipient of a part of the loan) who: (i) are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation or supervision of such contract unless the conflict stemming from such relationship has been resolved in a manner acceptable to the Bank throughout the procurement process and execution of the contract

4.3 A Bidder may have the nationality of any country, subject to the restrictions pursuant to ITB 4.7. ABidder shall be deemed to have the nationality of a country if the Bidder is constituted, incorporated or registered in and operates in conformity with the provisions of the laws of that country, as evidenced by its articles of incorporation (or equivalent documents of constitution or association) and its registration documents, as the case may be. This criterion also shall apply to the determination of the nationality of proposed sub-contractors or sub-consultants for any part of the Contract including related Services.

4.4 Bidder that has been sanctioned by the Bank in accordance with the above ITB 3.1, including in accordance with the Bank’s Guidelines on Preventing and Combating Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants (“Anti-Corruption Guidelines”), shall be ineligible to be prequalified for, bid for, or be awarded a Bank-financed contract or benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined. The list of debarred firms and individuals is available at the electronic address specified in the BDS.

7

Page 10: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

4.5 Bidders that are Government-owned enterprises or institutions in the Purchaser’s Country may participate only if they can establish that they (i) are legally and financially autonomous (ii) operate under commercial law, and (iii) are not dependent agencies of the Purchaser. To be eligible, a government-owned enterprise or institution shall establish to the Bank’s satisfaction, through all relevant documents, including its Charter and other information the Bank may request, that it: (i) is a legal entity separate from the government (ii) does not currently receive substantial subsidies or budget support; (iii) operates like any commercial enterprise, and, inter alia, is not obliged to pass on its surplus to the government, can acquire rights and liabilities, borrow funds and be liable for repayment of its debts, and can be declared bankrupt; and (iv) is not bidding for a contract to be awarded by the department or agency of the government which under their applicable laws or regulations is the reporting or supervisory authority of the enterprise or has the ability to exercise influence or control over the enterprise or institution.

4.6 Bidder shall not be under suspension from bidding by the Purchaser as the result of the operation of a Bid–Securing Declaration.

4.7 Firms and individuals may be ineligible if so indicated in Section V and (a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or the contracting of works or services required; or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country, or any payments to any country, person, or entity in that country.

4.8 A Bidder shall provide such evidence of eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.

5. Eligible Goods and Related Services

5.1 All the Goods and Related Services to be supplied under the Contract and financed by the Bank may have their origin in any country in accordance with Section V, Eligible Countries.

5.2 For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, installation, training, and initial maintenance.

5.3 The term “origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed;

8

Page 11: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

B. Contents of Bidding Document

6. Sections of Bidding Document

6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART 1 Bidding Procedures

SectionI. Instructions to Bidders (ITB)

Section II. Bidding Data Sheet (BDS)

Section III. Evaluation and Qualification Criteria

Section IV. Bidding Forms

Section V. Eligible Countries

Section VI. Bank Policy-Corrupt and Fraudulent Practices

PART 2 Supply Requirements

Section VII. Schedule of Requirements

PART 3 Contract

Section VIII. General Conditions of Contract (GCC)

Section IX. Special Conditions of Contract (SCC)

SectionX. Contract Forms

6.2 The Invitation for Bids issued by the Purchaser is not part of the Bidding Document.

6.3 Unless obtained directly from the Purchaser, the Purchaser is not responsible for the completeness of the document, responses to requests for clarification, the Minutes of the pre-Bid meeting (if any), or Addenda to the Bidding Document in accordance with ITB 8. In case of any contradiction, documents obtained directly from the Purchaser shall prevail.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents and to furnish with its Bid all information or documentation as is required by the Bidding Documents.

7. Clarification of Bidding

7.1 A Bidder requiring any clarification of the Bidding Document shall contact the Purchaser in writing at the Purchaser’s address

9

Page 12: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

Documents specified in theBDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received prior to the deadline for submission of bidswithin a period specified in the BDS. The Purchaser shall forward copies of its response to all Bidders who have acquired the Bidding Documents in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. If so specified in the BDS, the Purchaser shall also promptly publish its response at the web page identified in the BDS. Should the clarification result in changes to the essential elements of the Bidding Documents, the Purchaser shall amend the Bidding Documentsfollowing the procedure under ITB 8 and ITB 22.2.

8. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Purchaser may amend the Bidding Documents by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents from the Purchaser in accordance with ITB 6.3.The Purchaser shall also promptly publish the addendum on the Purchaser’s web page in accordance withITB 7.1.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2.

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid

10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the language specified in theBDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following:

(a) Letter of Bid in accordance with ITB 12;

10

Page 13: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

(b) Completed schedules, in accordance with ITB 12 and 14

(c) Bid Security or Bid-Securing Declaration, in accordance with ITB 19.1;

(d) Alternativebids, if permissible, in accordance with ITB 13;

(e) Written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

(f) Documentary evidence in accordance with ITB 17 establishing the Bidder’s qualifications to perform the contract if its bid is accepted;

(g) Documentary evidence in accordance with ITB 17 establishing the Bidder’s eligibility to bid;

(h) Documentary evidence in accordance with ITB 16, that the Goods and Related Services to be supplied by the Bidder are of eligible origin;

(i) Documentary evidence in accordance with ITB 16 and 30, that the Goods and Related Services conform to the Bidding Documents;

(j) Any other document required in the BDS.

11.2 In addition to the requirements under ITB 11.1, bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all members. Alternatively, a letter of intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all members and submitted with the bid, together with a copy of the proposed Agreement.

11.3 The Bidder shall furnish in the Letter of Bid information on commissions and gratuities, if any, paid or to be paid to agents or any other party relating to this Bid.

12. Letter of Bid and Price Schedules

12.1. The Letter of Bid and Price Schedules shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB 20.2. All blank spaces shall be filled in with the information requested.

13. Alternative Bids 13.1. Unless otherwise specified in theBDS, alternative bids shall not be considered.

14. Bid Prices and Discounts

14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Price Schedules shall conform to the requirements

11

Page 14: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

specified below.

14.2 All lots (contracts) and items must be listed and priced separately in the Price Schedules.

14.3 The price to be quoted in the Letter of Bidin accordance with ITB 12.1 shall be the total price of the bid, excluding any discounts offered.

14.4 The Bidder shall quote any discounts and indicate the methodology for their application in the Letter of Bid, in accordance with ITB 12.1.

14.5 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB 29. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.

14.6 If so specified in ITB 1.1, bids are being invited for individual lots (contracts) or for any combination of lots (packages). Unless otherwise specified in the BDS, prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer discounts for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Discounts shall be submitted in accordance with ITB 14.4 provided the bids for all lots (contracts) are opened at the same time.

14.7 The terms EXW, CIP, and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by The International Chamber of Commerce, as specified in theBDS.

14.8 Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through carriers registered in any eligible country, in accordance with Section V, Eligible Countries. Similarly, the Bidder may obtain insurance services from any eligible country

12

Page 15: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

in accordance with Section V, Eligible Countries. Prices shall be entered in the following manner:

(a) For Goods manufactured in the Purchaser’s Country:

(i) the price of the Goods quoted EXW (ex-works, ex-factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of the Goods;

(ii) any Purchaser’s Country sales tax and other taxes which will be payable on the Goods if the contract is awarded to the Bidder; and

(iii) the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination (Project Site) specified in theBDS.

(b) For Goods manufactured outside the Purchaser’s Country, to be imported:

(i) the price of the Goods, quoted CIP named place of destination, in the Purchaser’s Country, as specified in theBDS;

(ii) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination (Project Site) specified in theBDS;

(c) For Goods manufactured outside the Purchaser’s Country, already imported:

(i) the price of the Goods, including the original import value of the Goods; plus any mark-up (or rebate); plus any other related local cost, and custom duties and other import taxes already paid or to be paid on the Goods already imported.

(ii) the custom duties and other import taxes already paid (need to be supported with documentary evidence) or to be paid on the Goods already imported;

(iii) the price of the Goods, obtained as the difference between (i) and (ii) above;

(iv) any Purchaser’s Country sales and other taxes

13

Page 16: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

which will be payable on the Goods if the contract is awarded to the Bidder; and

(v) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination (Project Site) specified in theBDS.

(d) for Related Services, other than inland transportation and other services required to convey the Goods to their final destination, whenever such Related Services are specified in the Schedule of Requirements:

(i) the price of each item comprising the Related Services (inclusive of any applicable taxes).

15. Currencies of Bid and Payment

15.1 The currency(ies) of the bid and the currency(ies) of payments shall be as specified in the BDS.The Bidder shall quote in the currency of the Purchaser’s Country the portion of the bid price that corresponds to expenditures incurred in the currency of the Purchaser’s country, unless otherwise specified in the BDS.

15.2 The Bidder may express the bid price in any currency. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three foreign currencies in addition to the currency of the Purchaser’s Country.

16. Documents Establishing the Eligibility and Conformity of the Goods and Related Services

16.1 To establish the eligibility of the Goods and Related Services in accordance with ITB 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section IV, Bidding Forms.

16.2 To establish the conformity of the Goods and Related Services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section VII, Schedule of Requirements.

16.3 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Section VII, Schedule of Requirements.

16.4 The Bidder shall also furnish a list giving full particulars,

14

Page 17: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in theBDS following commencement of the use of the goods by the Purchaser.

16.5 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Section VII, Schedule of Requirements.

17. Documents Establishing the Eligibility and Qualifications of the Bidder

17.1 To establish Bidder’s their eligibility in accordance with ITB 4, Bidders shall complete the Letter of Bid, included in Section IV, Bidding Forms.

17.2 The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted shall establish to the Purchaser’s satisfaction:

(a) that, if required in theBDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser’s Country;

(b) that, if required in theBDS,in case of a Bidder not doing business within the Purchaser’s Country, the Bidder is or will be (if awarded the contract) represented by an Agent in the country equipped and able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and

(c) that the Bidder meets each of the qualification criterion specified in Section III, Evaluation and Qualification Criteria.

18. Period of Validity of Bids

18.1. Bids shall remain valid for the period specified in theBDS after the bid submission deadline date prescribed by the Purchaser in accordance with ITB22.1. A bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive.

18.2. In exceptional circumstances, prior to the expiration of the bid

15

Page 18: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

validity period, the Purchaser may request bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 19, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB 18.3.

18.3. If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial bid validity, the Contract price shall be determined as follows:

(a) In the case of fixed price contracts, the Contract price shall be the bid price adjusted by the factor specified in theBDS.

(b) In the case of adjustable price contracts, no adjustment shall be made.

(c) In any case, bid evaluation shall be based on the bid price without taking into consideration the applicable correction from those indicated above.

19. Bid Security 19.1. The Bidder shall furnish as part of its bid, either a Bid-Securing Declaration or a bid security, as specified in theBDS, in original form and, in the case of a bid security.In the amount and currency specified in the BDS.

19.2. A Bid Securing Declaration shall use the form included in Section IV, Bidding Forms.

19.3. If a bid security is specified pursuant to ITB 19.1, the bid security shall be a demand guarantee in any of the following forms at the Bidder’s option :

(a) an unconditional guarantee issued by a bank or financial institution (such as an insurance, bonding or surety company);

(b) an irrevocable letter of credit;

(c) a cashier’s or certified check; or

(d) another security specified in the BDS,

from a reputable source from an eligible country. If the unconditional guarantee is issued by a financial institution located outside the Purchaser’s Country, the issuing financial institution shall have a correspondent financial institution located in the

16

Page 19: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

Purchaser’s Country to make it enforceable. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms, or in another substantially similar format approved by the Purchaser prior to bid submission. The bid security shall be valid for twenty-eight (28) days beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

19.4. If a Bid Security is specified pursuant to ITB 19.1, any bid not accompanied by a substantially responsive Bid Security shall be rejected by the Purchaser as non-responsive.

19.5. If a Bid Security is specified pursuant to ITB 19.1, the Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s signing the contract and furnishing the Performance Security pursuant to ITB 42.

19.6. The Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the contract and furnished the required performance security.

19.7. The Bid Security may be forfeited or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid, or any extension thereto provided by the Bidder ; or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB41; or

(ii) furnish a performance security in accordance with ITB 42.

19.8. The bid security or Bid- Securing Declaration of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted into a legally enforceable JV at the time of bidding, the bid security or Bid-Securing Declaration shall be in the names of all future members as named in the letter of intent referred to in ITB 4.1 and ITB 11.2.

19.9. If a bid security is not required in the BDS, pursuant to ITB 19.1, and

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid, or

(b) if the successful Bidder fails to: sign the Contract in

17

Page 20: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

accordance with ITB41; or furnish a performance security in accordance with ITB 42;

the Borrower may, if provided for in the BDS, declare the Bidder ineligible to be awarded a contract by the Purchaser for a period of time as stated in the BDS.

20. Format and Signing of Bid

20.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 11 and clearly mark it “ORIGINAL.” Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

20.2 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.This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the bid where entries or amendments have been made shall be signed or initialed by the person signing the bid.

20.3 In case the Bidder is a JV, the Bid shall be signed by an authorized representative of the JV on behalf of the JV, and so as to be legally binding on all the members as evidenced by a power of attorney signed by their legally authorized representatives.

20.4 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and Marking of Bids

21.1. The Bidder shall enclose the original and all copies of the bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope.

21.2. 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 24.1;

(c) bear the specific identification of this bidding process indicated in ITB1.1; and

18

Page 21: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

(d) bear a warning not to open before the time and date for bid opening.

21.3. 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.

22. Deadline for Submission of Bids

22.1. Bids must be received by the Purchaser at the address and no later than the date and time specifiedin theBDS.When sospecified in the BDS, bidders shall have the option of submitting their bids electronically. Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

22.2. The Purchaser may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1. The Purchaser shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Purchaser after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification of Bids

24.1. A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization (the power of attorney) in accordance with ITB 20.2, (except that withdrawal notices do not require copies ). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and 21 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and

(b) received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

24.2. Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

24.3. No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on

19

Page 22: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

the Letter of Bid or any extension thereof.

25. Bid Opening 25.1. Except as in the cases specified in ITB 23 and 24, the Purchaser shall publicly open and read out in accordance with ITB25.3 all bids received by the deadline at the date, time and placespecified in theBDSin the presence of Bidders’designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 22.1, shall be as specified in theBDS.

25.2. First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. If the withdrawal envelope does not contain a copy of the “power of attorney” confirming the signature as a person duly authorized to sign on behalf of the Bidder, the corresponding bid will be opened. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening. Only bids that are opened and read out at Bid opening shall be considered further.

25.3. All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the total Bid Prices, per lot (contract) if applicable, including any discounts and alternative bids; the presence or absence of a Bid Security, if required; and any other details as the Purchaser may consider appropriate. Only discounts and alternative bids read out at Bid opening shall be considered for evaluation. The Letter of Bid and the Price Schedules are to be initialed by representatives of the Purchaser attending bid opening in the manner specified in theBDS.The Purchasershall neither discuss the merits of any bid nor reject any bid (except for late bids, in accordance with ITB 25.1).

25.4. The Purchaser shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there

20

Page 23: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

is a withdrawal, substitution, or modification; the Bid Price, per lot (contract) if applicable, including any discounts, and alternative bids; and the presence or 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.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the evaluation of bids andrecommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with the bidding process until information on Contract Award is communication to all Bidders in accordance with ITB 40.

26.2 Any effort by a Bidder to influence the Purchaser in the evaluation or contract award decisions may result in the rejection of its Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

27. Clarification of Bids

27.1 To assist in the examination, evaluation, comparison of the bids, and qualification of the Bidders, the Purchaser may, at its discretion, ask any Bidder for a clarificationof its Bid. Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change, including any voluntary increase or decrease, in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Purchaser’s request for clarification, its bid may be rejected.

28. Deviations, Reservations, and Omissions

28.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Documents;

21

Page 24: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Documents; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Documents

29. Determination of Responsiveness

29.1 The Purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB 11.

29.2 A substantially responsive Bid is one that meets the requirements of the Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:

(a) if accepted, would

(i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding Documents, the Purchaser’s rights or the Bidder’s obligations under the Contract; or

(b) if rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids.

29.3 The Purchaser shall examine the technical aspects of the bid submitted in accordance with ITB 16 and ITB 17, in particular, to confirm that all requirements of Section VII, Schedule of Requirements have been met without any material deviation or reservation, or omission.

29.4 If a bid is not substantially responsive to the requirements of Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

30.

Nonconformities, Errors and Omissions

30.1 Provided that a Bid is substantially responsive, the Purchaser may waive any nonconformities in the Bid.

30.2 Provided that a bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to

22

Page 25: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

comply with the request may result in the rejection of its Bid.

30.3 Provided that a bid is substantially responsive, the Purchaser shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component.

31. Correction of Arithmetical Errors

31.1 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

31.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the correction in accordance with ITB 31.1, shall result in the rejection of the Bid.

32. Conversion to Single Currency

32.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be converted in a single currency as specified in theBDS.

33. Margin of Preference

33.1 Unless otherwise specified in theBDS, a margin of preference shall not apply.

34. Evaluation of Bids

34.1 The Purchaser shall use the criteria and methodologies listedin this Clause. No other evaluation criteria or methodologies shall be permitted.

34.2 To evaluate a Bid, the Purchaser shall consider the following:

(a) evaluation will be done for Items or Lots (contracts), as specified in theBDS; and the Bid Price as quoted in accordance with clause 14;

23

Page 26: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

(b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1;

(c) price adjustment due to discounts offered in accordance with ITB 14.3;

(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 32;

(e) priceadjustment due to quantifiable non-material non-conformities in accordance with ITB 30.3;

(f) theadditional evaluation factors are specified in Section III, Evaluation and Qualification Criteria;

34.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

34.4 If these Bidding Documents allows Bidders to quote separate prices for different lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid Form, is specified in Section III, Evaluation and Qualification Criteria

34.5 The Purchaser’s evaluation of a bid will exclude and not take into account:

(a) in the case of Goods manufactured in the Purchaser’s Country, sales and other similar taxes, which will be payable on the goods if a contract is awarded to the Bidder;

(b) in the case of Goods manufactured outside the Purchaser’s Country, already imported or to be imported, customs duties and other import taxes levied on the imported Good, sales and other similar taxes, which will be payable on the Goods if the contract is awarded to the Bidder;

(c) any allowance for price adjustment during the period of execution of the contract, if provided in the bid.

34.6 The Purchaser’s evaluation of a bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB 14. These factors may be related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of bids, unless otherwise specified in the BDS from amongst those set out in Section III, Evaluation and

24

Page 27: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

Qualification Criteria. The criteria and methodologies to be used shall be as specified in ITB 34.2 (f).

35. Comparison of Bids

35.1 The Purchaser shall compare the evaluated prices of all substantially responsive bids established in accordance with ITB 34.2to determine the lowestevaluated bid.The comparison shall be on the basis of CIP (place of final destination) prices for imported goods and EXW prices, plus cost of inland transportation and insurance to place of destination, for goods manufactured within the Borrower’s country, together with prices for any required installation, training, commissioning and other services.The evaluation of prices shall not take into accountcustom duties and other taxes levied on imported goods quoted CIP and sales and similar taxes levied in connection with the sale or delivery of goods.

36. Qualification of the Bidder

36.1 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section III, Evaluation and Qualification Criteria.

36.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.

36.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily.

37. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids

37.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders.In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contract

38. Award Criteria 38.1 Subject to ITB 37.1, the Purchaser shall award the Contract to the Bidder whose bid has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

39. Purchaser’s Right to Vary Quantities at

39.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section VII, Schedule of

25

Page 28: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

Time of Award Requirements, provided this does not exceed the percentages specified in the BDS, and without any change in the unit prices or other terms and conditions of the bid and the Bidding Documents.

40. Notification of Award

40.1 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. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the “Letter of Acceptance”) shall specify the sum that the Purchaser will pay the Supplierin consideration of the supply of Goods (hereinafter and in the Conditions of Contract and Contract Forms called “the Contract Price”). At the same time, the Purchaser shall also notify all other Bidders of the results of the bidding and shall publish in UNDB online the results identifying the bid and lot (contract) numbers and the following information:

(i) name of each Bidder who submitted a Bid;

(ii) bid prices as read out at Bid Opening;

(iii) name and evaluated prices of each Bid that was evaluated;

(iv) name of bidders whose bids were rejected and the reasons for their rejection; and

(v) name of the successful Bidder, and the Price it offered, as well as the duration and summary scope of the contract awarded.

40.2 Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.

40.3 The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after notification of award in accordance with ITB 40.1, requests in writing the grounds on which its bid was not selected.

41. Signing of Contract

41.1 Promptly after notification, the Purchaser shall send the successful Bidder the Contract Agreement.

41.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Purchaser.

41.3 Notwithstanding ITB 41.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be supplied, where such export restrictions arise from trade regulations from a country

26

Page 29: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section I Instructions to Bidders

supplying those products/goods, systems or services, the Bidder shall not be bound by its bid, always provided however, that the Bidder can demonstrate to the satisfaction of the Purchaserand of the Bank that signing of the Contact Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities, including applying for permits, authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract.

42. Performance Security

42.1 Within twenty eight (28) days of the receipt of notification of award from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC, subject to ITB 34.5, using for that purpose the Performance Security Form included in Section X, Contract Forms, or another Form acceptable to the Purchaser. If the Performance Security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Purchaser. A foreign institution providing a bond shall have a correspondent financial institution located in the Purchaser’s Country.

42.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose bid is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.

27

Page 30: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

29

Section II. Bid Data Sheet (BDS)The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

ITB Clause Reference

A. General

ITB 1.1 The reference number of the Invitation for Bids is:13.01.0000.362.39.218.18.657

ITB 1.1 The Purchaser is:Directorate General of FoodRepresented byProject Director, Modern Food Storage Facilities Project

ITB 1.1 The name of the ICB is:Supply, Installation and Commissioning of Desktop PCs and accessories for Food Stock and Market Monitoring System under Modern Food Storage Facilities Project (MFSP) and their maintenance support including basic computer operations trainingThe identification numberof the ICB is: GD-26The number and identification of lots (contracts)comprising this ICB is:01

ITB 2.1 The Borrower is: Government of The People’s Republic of Bangladesh

ITB 2.1 Loan or Financing Agreement amount: SDR 136 Million

ITB 2.1 The name of the Project is:Modern Food Storage Facilities Project (MFSP)

ITB 4.1 Maximum number of members in the JV shall be: Two

Bidder may engage local agent(s) or firm(s) for conducting training and rendering after sales services.

IITB 4.4 A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr and www.cptu.gov.bd .

B. Contents of Bidding Documents

ITB 7.1 For C larification of bid purposes only, the Purchaser’s address is:

Attention: Engr. Syed Rafiqul Alam, Senior Procurement Specialist

Address:

Page 31: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

30

Modern Food Storage Facilities ProjectProbashi Kallyan Bhaban, Level-1771-72 Eskaton Garden,Dhaka 1000, Bangladesh

Phone- +8802 5831 4339 (Extn. 113), Cell No. +8801819295124

Electronic mail address: [email protected]

Requests for clarification should be received by the Employer no later than: 15 days before submission deadline

A Pre-Bid Conference will be held at:

Modern Food Storage Facilities Project (MFSP)Probashi Kallyan Bhaban, Level – 1771–72, Eskaton Garden, Dhaka – 1000

Date and Time of Pre-Bid Conference: 27 June 2018 at 11:00 am

ITB 7.1 Web page:

http://www.mfsp.gov.bd/,http://www.dgfood.gov.bd,http://www.cptu.gov.bd/

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

All correspondence exchange shall be in English language.

Language for translation of supporting documents and printed literature is English.

ITB 11.1 (j) The Bidder shall submit the following additional documents in its bid:Not Applicabel

ITB 13.1 Alternative Bids shall not be considered.

ITB 14.5 The prices quoted by the Bidder shall not be subject to adjustment during the performance of the Contract.

ITB 14.6 Prices quoted for each lot (contract) shall correspond at least to 100 percent of the items specified for each lot (contract).

Prices quoted for each item of a lot shall correspond at least to 100 percent of the quantities specified for this item of a lot.

Bid will be rejected, if bidder failed to fulfil this condition.

ITB 14.7 The Incoterms edition is:2010

ITB 14.8 (b) (i) and (c) (v)

Place of Destination: CIP [As listed in Goods and Delivery Schedule]

Customs formalities including appointment and payment to

Page 32: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section II Bid Data Sheet

Clearing and Forwarding (C&F) agent shall be done by the Supplier including any charges payable on the foreign Goods for their transit through any country other than the Purchaser’s country. Entry Port dues/charges shall be borne by the Supplier. Goods shall be insured in Bangladesh by the supplier as per law of Bangladesh.Customs duties and taxes (CD, VAT etc) of the imported materials under the Contract incurred at the port of entry shall be paid by the Purchaser. All other costs will be borne by the bidder. For already imported goods, bidder shall submit necessary documents of payment of custom duties and taxes.

ITB 14.8 (a) (iii);(b)(ii) and (c)(v)

“Final destination (Project Site)”: Refer to the List of Goods and Deliv-ery Schedule under “Supply Requirements”

ITB 15.1 The prices shall be quoted by the bidder in any freely convertible currency (like USD, Euro, Sterling Pound, BDT etc).

The Biddershall quote in the currency of the Purchaser’s Country the portion of the bid price that corresponds to expenditures incurred in that currency.

ITB 16.4 Period of time the Goods are expected to be functioning (for the purpose of spare parts): At Least 3 Years

ITB 17.2 (a) Manufacturer’s authorization is: required

ITB 17.2 (b) After sales service is: required

ITB 18.1 The bid validity period shall be 120 days.

ITB 18.3 (a) The bid price shall be adjusted by the following factor(s):Not Applicable

ITB 19.1 A Bid Security shall berequired.The bidder shall furnish as part of its bid, a Bid Security in favour of Director General, DG Food, 16 Abdul Ghani Road, Dhaka - 1000, Bangladesh.A Bid-Securing Declaration shall not berequired.

The amount and currency of the bid security shall be USD 100,000 or BDT 8.0 million in the form of an unconditional Bank Guarantee as specified in Section – IV Bidding Forms.

The bid security shall be issued by an internationally reputed Bank or Financial Institution. If the unconditional guarantee is issued by a Financial

31

Page 33: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

32 Section II Bid Data Sheet

Institution located outside the Purchaser’s Country, the issuing Financial Institution shall have a corresponding financial institution located in the Purchaser’s Country to make the security enforceable.

ITB 19.3 (d) Other types of acceptable securities:None

ITB 19.9 Not Applicable

ITB 20.1 In addition to the original of the bid, the number of copies is: Two

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:

Power of Attorney or Letter of Authorization

Full set of Certificate of Incorporation showing shareholders name, position, and signature, issued by related government competent authority/ organization.The signatory must be authorized within the legal entitlement as mentioned in the Certificate of Incorporation.

D. Submission and Opening of Bids

ITB 22.1 For bid submission purposesonly, the Purchaser’s address is:

Attention:Md. Gazi Ur Rahman (Additional Secretary)

Modern Food Storage Facilities Project71-72 Eskaton Garden, Probashi Kallyan Bhaban, Level-17Dhaka 1000, Bangladesh

Telephone - +8802 5831 4339 (Extn. 113)

The deadline for bid submission is: Date: 30 July 2018Time: 14:00 hrs Local TimeBidders shall not have the option of submitting their bids electronically.

ITB 25.1 The bid opening shall take place at:

Office of the Project DirectorModern Food Storage Facilities Project (MFSP)71-72 Eskaton Garden, Probashi Kallyan Bhaban, Level-17City: Dhaka Zip/Postal Code - 1000,

Country: Bangladesh

Date:Same as ITB 22.1 (Deadline for Bid Submission)

Page 34: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section II Bid Data Sheet

Time: 14:15 hrs Local Time

ITB 25.3 The Letter of Bid and Price Schedule shall be initialed by three (3) members of Bid Opening Committee (BOC).

BOC will conduct the proceedings of bid opening as required.

E. Evaluation and Comparison of Bids

ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: BDTThe source of exchange rate shall be: Bangladesh BankThe date for the exchange rate shall be:The selling rate 21 days prior to the bid submission deadline will be considered for the exchange rate. In case of unavailability of exchange rate on the specified date, the rate published on immediate next available date will be considered.

ITB 33.1 A margin of domestic preference shall not beapplied.

TB 34.2(a) Evaluation will be done for Single Lot

Bidder shall quote unit price of all items.

ITB 34.6 The adjustments shall be determined using the following criteria, from amongst those set out in Section III, Evaluation and Qualification Criteria:

Not Applicable

F. Award of Contract

ITB 39.1 The maximum percentage by which quantities may be increased is: 20%

The maximum percentage by which quantities may be decreased is: 20%

33

Page 35: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

34

Section III. Evaluation and Qualification Criteria

This Section contains all the criteria that the Purchaser shall use to evaluate a bid and qualify the Bidders. in accordance with ITB 34 and ITB 36, no other factors, methods or criteria shall be used.

Contents1. Margin of Preference (ITB 33)............................................................................................36

2. Evaluation(ITB 34)..............................................................................................................37

3. Qualification(ITB 36)..........................................................................................................38

Page 36: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section II Bid Data Sheet

1. Margin of Preference (ITB 33):

If the Bidding Data Sheet so specifies, the Purchaser will grant a margin of preference to goods manufactured in the Purchaser’s country for the purpose of bid comparison, in accordance with the procedures outlined in subsequent paragraphs.

Bids will be classified in one of three groups, as follows:

(a) Group A: Bids offering goods manufactured in the Purchaser’s Country, for which (i) labor, raw materials, and components from within the Purchaser’s Country account for more than thirty (30) percent of the EXW price; and (ii) the production facility in which they will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least since the date of bid submission.

(b) Group B: All other bids offering Goods manufactured in the Purchaser’s Country.

(c) Group C: Bids offering Goods manufactured outside the Purchaser’s Country that have been already imported or that will be imported.

To facilitate this classification by the Purchaser, the Bidder shall complete whichever version of the Price Schedule furnished in the Bidding Documents is appropriate provided, however, that the completion of an incorrect version of the Price Schedule by the Bidder shall not result in rejection of its bid, but merely in the Purchaser’s reclassification of the bid into its appropriate bid group.

The Purchaser will first review the bids to confirm the appropriateness of, and to modify as necessary, the bid group classification to which bidders assigned their bids in preparing their Bid Forms and Price Schedules.

All evaluated bids in each group will then be compared to determine the lowest evaluated bid of each group. Such lowest evaluated bids shall be compared with each other and if as a result of this comparison a bid from Group A or Group B is the lowest, it shall be selected for the award.

If as a result of the preceding comparison, the lowest evaluated bid is a bid from Group C, all bids from Group C shall be further compared with the lowest evaluated bid from Group A after adding to the evaluated price of goods offered in each bid from Group C, for the purpose of this further comparison only, an amount equal to 15% (fifteen percent) of the respective CIP bid price for goods to be imported and already imported goods. Both prices shall include unconditional discounts and be corrected for arithmetical errors. If the bid from Group A is the lowest, it shall be selected for award. If not, the lowest evaluated bid from Group C shall be selected as paragraph above.”

35

Page 37: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

36 Section II Bid Data Sheet

2. Evaluation(ITB 34)

2.1. Evaluation Criteria (ITB 34.6) Not Applicable

The Purchaser’s evaluation of a bid may take into account, in addition to the Bid Price quoted in accordance with ITB Clause 14.8, one or more of the following factors as specified in ITB34.2(f) and in BDS referring to ITB34.6, usingthe following criteria and methodologies.

(a) Delivery schedule. (as per Incoterms specified in the BDS)

The Goods specified in the List of Goods are required to be delivered within the acceptable time range (after the earliest and before the final date, both dates inclusive) specified in Section VII, Schedule of Requirements. No credit will be given to deliveries before the earliest date, and bids offering delivery after the final date shall be treated as nonresponsive. Within this acceptable period, an adjustment, as specified in BDS 34.6, will be added, for evaluation purposes only, to the bid price of bids offering deliveries later than the “Earliest Delivery Date” specified in Section VII, Schedule of Requirements.

(b) Deviation in payment schedule. [insert one of the following ]

(i) Bidders shall state their bid price for the payment schedule outlined in the SCC. Bids shall be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule and the reduced bid price offered by the Bidder selected on the basis of the base price for the payment schedule outlined in the SCC.

(c) Cost of major replacement components, mandatory spare parts, and service. [insert one of the following]

(i) The list of items and quantities of major assemblies, components, and selected spare parts, likely to be required during the initial period of operation specified in the BDS16.4,is in the List of Goods. An adjustment equal to the total cost of these items, at the unit prices quoted in each bid, shall be added to the bid price, for evaluation purposes only.

(d) Availability in the Purchaser’s Country of spare parts and after sales services for equipment offered in the bid.

An adjustment equal to the cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined in BDS 34.6, if quoted separately, shall be added to the bid price, for evaluation purposes only.

(e) Projected operating and maintenance costs.

Operating and maintenance costs.An adjustment to take into account the operating and maintenance costs of the Goods will be added to the bid price, for evaluation

Page 38: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section II Bid Data Sheet

purposes only, if specified in BDS 34.6. The adjustment will be evaluated in accordance with the methodology specified in the BDS34.6.

(f) Performance and productivity of the equipment. [insert one of the following]

(i) Performance and productivity of the equipment.An adjustment representing the capitalized cost of additional operating costs over the life of the plant will be added to the bid price, for evaluation purposes if specified in the BDS34.6. The adjustment will be evaluated based on the drop in the guaranteed performance or efficiency offered in the bid below the norm of 100, using the methodology specified in BDS 34.6.

(g) Specific additional criteria

Other specific additional criteria to be considered in the evaluation, and the evaluation method shall be detailed in BDS 34.6]

3. Qualification(ITB 36)

3.1 Postqualification Requirements (ITB 36.1)

After determining the lowest-evaluated bid in accordance with ITB 35.1, the Purchaser shall carry out the postqualification of the Bidder in accordance with ITB 36, using only the requirements specified. Requirements not included below shall not be used in the evaluation of the Bidder’s qualifications.

37

Page 39: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

38

FactorBidder Qualification

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Bidder as Manufacturer

Bidder as Supplier

FINANCIAL CAPABILITY

Average Annual Turnover

Minimum average annual turnover of USD 3.00 million or equivalent amount, calculated as total certified payments received for contracts in progress or completed. The period to be considered is the best three (3) years in the last five (5) years, preceeding the date of publication of IFB.

Must meet requirement

Must meet requirement

Balance Sheet audited and certified by CA,P&L Statement certified by CA

Liquid Assets Minimum amount of liquid assets i.e working capital or credit line(s) shall be USD 1.00 Million

Must meet requirement

Must meet requirement

Documentary evidence to demonstrate that it has access to, or has available liquid assets, lines of credit and other financial means (independent of any contractual advance payment), sufficient to meet the cash flow requirements estimated as USD 1.00 Mn for the subject contract, net of other commitments.

EXPERIENCE AND TECHNICAL CAPACITY

General Experience under Information System Must meet Must meet Full set of Memorandum of

Page 40: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section II Bid Data Sheet

FactorBidder Qualification

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Bidder as Manufacturer

Bidder as Supplier

Experience contracts in the supply of ICT equipment and related services, including computer training as prime supplieror JV member for at least the last seven [7] years prior to the application submission deadline.

requirement requirement Association (MOA)Updated Clearance Certificate of TaxesValid Trade License

Specific IT Goods Supply and Commissioning Experience

The bidder shall have experience to supply computer and its peripherals of value USD 4 million in no more than three contracts within last five years.

Must meet requirement

Must meet requirement

Completion certificate from client and work order copy of each Project for supply of Goods and Services along with scope of work and value

Presence of Manufacturer’s Data Sheet

Manufacturer’s data sheet for desktop computer, printer, UPS and LTE router

Must meet requirement

Must meet requirement

Manufacturer’s Data Sheet

Manufacturer’s Authorisation to supply goods

Has to be duly authorized by the manufacturer of IT Good(s) to supply the Goods in the Purchaser’s country

N/A Must meet requirement

Signed MAF for each of the IT Goods as applicable and per schedule

Experience in computer training

Experience of successful completion of conducting computer training of at least 200 person under a single contract within last five years.

Must meet requirement

Must meet requirement

Completion certificate from client.

Availability of Must meet Must meet Detailed of support service

39

Page 41: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

40 Section II Bid Data Sheet

FactorBidder Qualification

Sub-Factor

Criteria

Documentation RequiredRequirement

Bidder

Bidder as Manufacturer

Bidder as Supplier

after sales service operations in Bangladesh

The Bidder shall confirm presence of adequate arrangement in place with required resources and service facilities and human power to provide after sales services at each of the eight divisions. This could be through a contracting arrangement of the Bidder with local firm. The Bidder will need to mention it in the bid.

requirement requirement arrangements in Bangladesh to be provided (either Bidder’s own or its local agenct/- sub-contractor) along with address, contact details, number of engineers/technicians and available tools, equipment and infrastructures. Contracting arrangement with local agenct/ sub-conttractor either inplace or to be in place need to be attached.

Page 42: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

41

Page 43: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

43

Section IV. Bidding Forms

Table of Forms

Letter of Bid.............................................................................................................................45

Bidder Information Form.........................................................................................................48

Bidder’s JV Members Information Form................................................................................49

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported.......69

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported*. 71

Price Schedule: Goods Manufactured in the Purchaser’s Country..........................................75

Price and Completion Schedule - Related Services.................................................................78

Form of Bid Security...............................................................................................................79

Form of Bid Security (Bid Bond)............................................................................................81

Form of Bid-Securing Declaration..........................................................................................83

Manufacturer’s Authorization.................................................................................................84

Page 44: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

44

Page 45: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Letter of BidThe Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and address.

Note: All italicized text is for use in preparing these form and shall be deleted from the final products.

Date: [insert date (as day, month and year) of Bid Submission]ICB No.: [ insert number of bidding process ] Invitation for Bid No.: [insert identification]Alternative No.:[insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB 8) ;

(b) We meet the eligibility requirements and have no conflict of interest in accordance with ITB 4;

(c) We havenot been suspended nor declared ineligible by the Purchaser based on execution of a Bid Securing Declaration in the Purchaser’s country in accordance with ITB 4.6

(d) We offer to supplyin conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods:[ insert a brief description of the Goods and Related Services ] ;

(e) The total price of our Bid, excluding any discounts offered in item (f) below is:

In case of only one lot, total price of the Bid [insert the total price of the bid in words and figures, indicating the various amounts and the respective currencies];

In case of multiple lots, total price of each lot [insert the total price of each lot in words and figures, indicating the various amounts and the respective currencies];

In case of multiple lots, total price of all lots (sum of all lots) [insert the total price of all lots in words and figures, indicating the various amounts and the respective currencies];

(f) The discounts offered and the methodology for their application are:

(i) The discounts offered are: [Specify in detail each discount offered. ]

45

Page 46: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

46 Section IV Bidding Forms

(ii) The exact method of calculations to determine the net price after application of discounts is shown below:[ Specify in detail the method that shall be used to apply the discounts ];

(g) Our bid shall be valid for a period of [specify the number of calendar days] days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(h) If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents;

(i) Weare not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.2(e), other than alternative bids submitted in accordance with ITB 13;

(j) We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by a member of the World Bank Group or a debarment imposed by the World Bank Group in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and other development banks. Further, we are not ineligible under the Employer’s country laws or official regulations or pursuant to a decision of the United Nations Security Council;

(k) We are not a government owned entity/ We are a government owned entity but meet the requirements of ITB 4.5;1

(l) We have paid, or will pay the following commissions, gratuities, or fees 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

(If none has been paid or is to be paid, indicate “none.”)

(m) 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

1 Bidder to use as appropriate

Page 47: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(o) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any type of fraud and corruption

Name of the Bidder* [insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [ insert signature of person whose name and capacity are shown above ]

Date signed _[insert date of signing] day of [insert month], [insert year]*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid Schedules.

47

Page 48: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

48 Section IV Bidding Forms

Bidder Information Form[The Bidder shall fill in this Form in accordance with the instructions indicated below. 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] ICB No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages

1. Bidder’s Name [insert Bidder’s legal name]

2. In case of JV, legal name of each member : [insert legal name of each member in JV]

3. Bidder’s actual or intended country of registration: [insert actual or intended country of registration]

4. Bidder’s year of registration: [insert Bidder’s year of registration]

5. Bidder’s Address in country of registration: [insert Bidder’s legal address in country of registration]

6. Bidder’s Authorized Representative Information

Name: [insert Authorized Representative’s name]

Address: [insert Authorized Representative’s Address]

Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]

Email Address: [insert Authorized Representative’s email address]

7. Attached are copies of original documents of[check the box(es) of the attached original documents]

Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration ofthe legal entity named above, in accordance with ITB 4.3.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

In case of Government-owned enterprise or institution, in accordance with ITB 4.5 documents establishing:

Legal and financial autonomy Operation under commercial law Establishing that the Bidder is not dependent agency of the Purchaser

2. Included are the organizational chart, a list of Board of Directors, and the beneficial

Page 49: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

ownership.

49

Page 50: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

50 Section IV Bidding Forms

Bidder’s JV MembersInformation Form

[The Bidder shall fill in this Form in accordance with the instructions indicated below.The following table shall be filled in for the Bidder and for each member of a Joint Venture]].

Date: [insert date (as day, month and year) of Bid Submission] ICB No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages

1. Bidder’s Name: [insert Bidder’s legal name]

2. Bidder’s JV Member’s name: [insert JV’s Member legal name]

3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of registration]

4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of registration]

5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s Member legal address in country of registration]

6. Bidder’s JV Member’s authorized representative information

Name: [insert name of JV’s Member authorized representative]

Address: [insert address of JV’s Member authorized representative]

Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized representative]

Email Address: [insert email address of JV’s Member authorized representative]

7. Attached are copies of original documents of[check the box(es) of the attached original documents]

Articles of Incorporation (or equivalent documents of constitution or association), and/orregistration documents of thelegal entity named above, in accordance with ITB 4.3.

In case of a Government-owned enterprise or institution, documents establishing legal and financial autonomy, operation in accordance with commercial law, and absence of dependent status, in accordance with ITB 4.5.

2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Page 51: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Technical Specification Compliance Forms[The Bidder shall fill in this Form in accordance with the instructions indicated. This is intended to check the compliance of bidder proposed specification of IT Goods against the technical specifications in this Bid Document, and identify any deviations.]

Desktop Computer Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1

Brand: The Desktop PC must be one of the international brands in Gartner Magic Quadrant for Global Enterprise Desktops and Notebooks

   

2

Certification: The Desktop PC must be TCO 05 Certified and EPEAT/Energy Star Certified; the OEM must be ISO 9001:2008 and RoHS Certified

   

3

Processor: Intel 8th Generation Core i5 or equivalent with 3.0 GHz or higher clock speed and integrated 9MB Smart Cache memory

 

4 OS: Licensed Windows 10 Pro (64-bit) pre-installed  

5 Form Factor: Small or Mini Tower    

6

Motherboard:Intel Chipset Q270 (or equivalent) with the original manufacturer certification embossed on motherboard(no sticker permitted)

 

7 Serial ATA Hard Drive: 1TB or higher, SATA-II or higher    

8 Memory: 8 GB or higher DDR4 RAM  

9 Optical Drive: Slim SATA 24X DVD Drive  

10 LAN: Integrated Ethernet Controller, 10/100/1000 Base T    

11 Wi-Fi: Standard Wi-Fi Adapter    

51

Page 52: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

52 Section IV Bidding Forms

Desktop Computer Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

12

Ports:• USB 3.0 Ports (2 front/2 rear)• 1 Microphone port• 1 Headphone port• 1 Stereo audio line out (rear)• 1 Power connector (rear)• 1 RJ-45 (rear)• 1 7-in-1 Media Card Reader• Integrated Display Port

   

13Display/Monitor: 18.5” or more LED Monitor with 5 ms or better response time and should be of same brand as Desktop

 

14 Power Supply: 240 to 250 Watt with 85% efficiency (auto-sensing)    

15

Keyboard: OEM Pack 104 Keys USB Keyboard with Bangla language compatibility; to be of the same brand as Desktop PC

   

16Mouse: OEM Pack USB Optical Scroll Mouse with Mouse Pad, to be of the same brand as Desktop PC

   

17Security: Self-Encrypting Drives to protect data on the hard disk drives in case of loss or theft

   

18

Preloaded Software:a. Licensed Windows 10 Pro or above

(OEM Pack)b. Adobe Acrobat Reader v10c. Licensed Microsoft Office 2016 Home

and Business Editiond. Nikosh and Avro Bangla Softwaree. Windows Media Playerf. Web Security Solutiong. Adobe Flash Player v11.2 Rescue and

Recoveryh. Password Manageri. Power Managerj. All necessary plug-ins/utilities and

drivers bundled in DVD Media

   

Page 53: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Online UPS Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1Should be an international reputed brand and the OEM must be ISO 9001:2008 certified

   

2 Certification: ENERGY STAR, FCC    

3 Should be RoHS and REACH compliant    

4

1 KVA Double-Conversion Online UPS system for computers suitable for Single Phase Input and Single Phase Output

   

5

Support input voltage range of 140V to 280V and input frequency range of 40-70 Hz with Power Factor of 0.9 and protection using Thermal Circuit Breaker

6Bypass shall be built-in with Relay type and bypass voltage range of 160-270 VAC

 

7

External Servo Type Automatic Voltage Regulator (AVR) - Shall preserve battery life and maximize runtime by correcting low or high voltages without discharging the battery

8Shall have extendable run time provision with battery pack of the same OEM

 

9Backup Period: On full load (900Watt),backup should be 1.5 hour or 90 minutes

   

10 Output wave form should be pure sine wave    

11 Total Output Voltage Distortion: Should be less than 3%    

12Output Voltage: Should be 230 VAC with output VA of 1 kVA and output watts of 900 Watts

   

13 Output Frequency: Should be 50/60 Hz +/- 0.05 Hz    

14Maintenance free sealed, built-in and leakproof Lead Acid or Lithium-ion batteries

 

53

Page 54: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

54 Section IV Bidding Forms

Online UPS Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

15

Inherent protection should be provided for overloading, low battery, overheating, over current, short circuits, over and under input voltage

   

16

LED and Audible indicators should be provided for least load indication, load on battery, Mains failure, overload, battery disconnected, wiring fault and replace battery

   

Line Interactive UPS Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1Should be an international reputed brand and the OEM must be ISO 9001:2008 certified

   

2 Certification: ENERGY STAR, FCC    

3 Should be RoHS and REACH compliant    

41 KVA Line Interactive UPS system for computers suitable for Single Phase Input and Single Phase Output

   

5

External Servo Type Automatic Voltage Regulator (AVR) - Shall preserve battery life and maximize runtime by correcting low or high voltages without discharging the battery

6 Charger Capacity: Must be minimum 15 Amps  

7Backup Period: On full load (700 watt) backup should be at least 30 minutes

   

8 Output Wave Form: Should be a simulated sine wave    

9 Total Harmonic Distortion: Should be less than 3%    

Page 55: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Line Interactive UPS Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

10Sealed Maintenance Free Built-in Type of Lead Acid or Lithium-ion batteries

 

11Switching to UPS mode: On power failure shall be maximum 8 milliseconds

 

12 Support input voltage range of 160V to 270V    

13 Output Voltage: Should be 230 V AC (+/- 1%)    

14 Output Frequency: Should be 50 Hz +/- 0.05 Hz (crystal controlled)    

15

Inherent protection should be provided for overloading, low battery, overheating, short circuits, over and under input voltage

   

16

LED and Audible indicators should be provided for least load indication, load on battery, Mains failure and overload

   

55

Page 56: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

56 Section IV Bidding Forms

Multi-FunctionLaser Printer Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1

Should be an international reputed brandand the OEM must be ISO 9001:2008 and ISO 14001:2005 certified

 

2 Certification - ISO/IEC 19752Standard for Consumable Yield    

3 Laser printer- Print, copy, scan    

4Should be able to print and copy A4 and Legal Paper size (8.5 in x 14 in) documents

   

5Should support a duty cycle of approximate 40,000 pages (A4) per month

   

6 Should support a print and copy speed of up to 20 ppm (mono) or higher    

7 Should support a print and copy resolution of up to 1200 x 1200 dpi    

8Printing technology should be laser beam printing with automatic Duplex Print

   

9 Should have a processor of 1200 MHz and Memory of 256 MB    

10 Supported Media Types are Paper, Envelopes, Labels and Transparencies    

11

Supported interfaces should be built-in 10/100/1000 Base-TX Gigabit Ethernet, USB 2.0 port 802.11 a/b/g wireless LAN

   

12

Should have Mobile Printing Capability with support for ePrint, Google Cloud Print 2.0, Mobile Apps etc.

   

13

Should support the following operating system - Microsoft® Windows® 7, 8, 10 (32-bit/64-bit), Windows® Server and other available OS

   

14 Should support power specification of 220 to 240 V AC (+/- 10%), 50/60 Hz    

Page 57: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

15 Scan Type / Technology: Flatbed

16Scan Resolution: Optical scan resolution up to 600 x 600 dpi

17 Scan Size Flatbed: 8.5 x 11.7 in

18Scan Speed:Up to 15 ppm (b&w), up to 10 ppm (color)

19Software Scan File Format JPG, RAW (BMP), PNG, TIFF, PDF

20Bit depth / Grayscale levels 24-bit / 256

21Digital Sending Standard Features Scan to email; Scan to network folder

22Copy Speed Black (letter): Up to 20 cpm

23Copy Resolution Black (text and graphics): 600 x 600 dpi; 600 x 600 dpi

24Maximum Number Of Copies: Up to 99 copies

25 Copier Resize: 25% to 400%

57

Page 58: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

58 Section IV Bidding Forms

LTE Sim-Based RouterDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1Should have multiple processor/CPU based architecture.    

2Must have two SIM slots/sockets for cellular redundancy for high-availability in case any Cellular network service failure.

   

3 Memory: 4 GB DRAM scalable up to 8 GB    

4Interface:2-Port GE (Gigabit Ethernet), 2-Port SFP (Gigabit Ethernet)  

5

Should support complete role based firewalling, stateful firewall, standard ACL, extended ACL, ACL that can match arbitrary bits of packet at an arbitrary depth in the packet header and payload (or equivalent of openflow protocol or flexible filter match conditions)

6Should support NAT, QoS, VRF, MPLS routing and firewalling, IPSec security features at the same time

7

Router Architecture:Should be modular with services-based software architecture, transformational approach to simplify branch office or remote sites networking and assure optimal application performance.

 

8

Should have redundant WAN connections during any WAN link failures and also for traffic load balancing mechanism for better link utilization

 

9Should support hardware assisted VPN acceleration for crypto performance in future without any hardware change

 

10

Security: Should support DES, 3DES, VPN compliant IPSec, AES-128 or AES-256 for encryption and RSA (748 /1024/2048 bit) and ECDSA (256/384 bit) as authentication protocol in future without any hardware change

 

Page 59: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

11

Should support PPPoE, Layer 2 Tunnelling Protocol Version 3, Layer 2 and Layer 3 VPN, Ethernet Virtual Connections as well as IKEv2 IPSec based VPN, Crypto VPN, GRE VPN, site-to-site, dynamic multisite hub-and-spoke, multisite spoke-and-spoke, remote access software based VPN over IPv4 and IPv6, multicast traffic over the VPN in future without any hardware change

12Network Services: IPv4, DNS, DHCP Client, DHCP Server, DHCP relay, NAT  

13QoS: Shaping, Policing, Per-flow queueing, Class-based queueing, Voice/Video/RTP QoS

14The router should support GSM backward compatibility of 3G/EDGE where LTE service is unavailable.

15

Remote Troubleshooting: Should support configuration rollback, central management, policy automation tool, entensive debugs on all protocols, pre-planned scheduled reboot facility, LTE/3G diagnostics and monitoring, alerts, events, real time performance monitoring, SLA monitoring for metrics like delay, latency, jitter, packet loss

16

Deployment Flexibility: Eliminate Pre-stage, No CLI, Group Policies, Consolidated management/ICOM and End customer dashboard, traffic flows for network planning and security purposes

17 Should support modular OS on open platform with programmable and automation feature to support software defined WAN (i.e. link optimisation, application visibility/detection, traffic load balancing, performance analysis for routing etc.)

18

Dynamic Multipath Optimization: Application and Network Condition aware, Jitter/Loss Correction, Fast Intelligent Routing, Intelligent Gateway Selection/VRRP, Link Aggregation, TCP Flow Optimization, Uni-Directional Link measurement/detection, Bandwidth Detection, traffic over multipath link

59

Page 60: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

60 Section IV Bidding Forms

19

Repair and Maintenance Warranty:

Comprehensive 3 (three) years unconditional OEM warranty from the date of installation and commissioning

Windows Server Standard Edition 64 bitDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1Should have licenses for Active Directory and System Centre Configuration Manager

   

2

Scope of work includes installation, configuration and integration of active directory servers, active directory equipment, system center and network access protection in order to administer and manage its enterprise level Data Communication Network.

   

3

Should provide a standard platform that are necessary for the DG Food staffs to efficiently and securely perform its role

   

4 Deployment should secure the domain controlled environment in order to achieve following – a. Permit authorized users to WAN/

SDWAN/Internet infrastructure and PC using.

b. Administrative control over user rights.

c. Centralized system logging and monitoring facilities.

d. Restrict uses of unauthorized network recourses and storage location.

e. Restrict users from accessing any removable device, like USB and CD/DVD.

f. Restrict users from installing/

 

Page 61: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Windows Server Standard Edition 64 bitDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

uninstalling any random software without administration approval.

g. Central OS update, Application management and remedial services

5

Active Directory should provide the following functions –a. Single sign-on platform to all

network resourcesb. One directory to manage users &

network resourcesc. Common identity store for other

productsd. Easily delegate administrative

taskse. Customizable administrative

interfaces ease usef. Distribute tasks by role, group or

individualg. Manage configuration of servers,

desktops & groups of usersh. Automate enforcement of IT

policiesi. Automate system updates &

application installationsj. Consistently implement security

settings across the enterprisek. Implement standard computing

environments for users

 

6 System Center should have the following features –a. Hardware and Software Inventoryb. Software Meteringc. Asset Intelligenced. Remote Managemente. Application Monitoringf. Software Update Management g. Content Management h. Compliance Settingsi. Power Management j. Role-Base Administration k. Network Device Monitoring

 

61

Page 62: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

62 Section IV Bidding Forms

Windows Server Standard Edition 64 bitDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

l. Reportingm. Server Monitoring n. Network Device Monitoringo. Application Monitoring

7

Network Access Protection should have the following featuresa. Validating user identity and

system healthb. Aggressively update out-of-

compliance systemsc. Continuously monitor compliance

state of the network

 

Page 63: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Computer Chair Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1 Certification: Manufacturer must be ISO certified    

2

The seat and back should be atleast made up of 1.2 to 1.4 ± 0.1 to 0.2 cm thick hot-pressed plywood with changeable fabric covers and molded Polyurethane foam, together with molded back-spine cover. The back foam is designed with contoured lumber support for extra comfort. The seat size should be 47.0 cm to 49 cm (W) X 50.0 cm to 52.0 cm (D) and back size should be 43.0 cm to 45 cm (W) X 46.0 cm to 48.0 cm (H).

   

3The seat/back assembly should be made of high resilience polyurethane foam

   

4

The armrests should be made of black integral skin Polyurethane and reinforced with M.S. insert. The P.U. armrests are then fixed to black powder-coated (DFT 40-60 microns) armrest brackets made of 0.5 to 0.6 ± 0.05 to 0.06 cm thick. HR (Hot Rolled) steel and fitted with claddings made of injection molded Polypropylene.

   

5

The back of chair should be based on the permanent contact mechanism with following feature:(i) 360 degree revolving type.(ii) 120 to 140 ± 10 to 20 maximum back tilt only.(iii) Upright position locking.(iv) Tilt tension adjustment.

   

6 The spine cover is injection molded in back copolymer Polypropylene    

7The pneumatic height adjustment has an adjustment stroke of 11 to 12 ± 0.2 to 0.3 cm

   

63

Page 64: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

64 Section IV Bidding Forms

Computer Chair Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

8The bellow is 3 piece telescopic type and injection molded in black Polypropylene

   

9

The pedestal should be fabricated from 0.2 to 0.25 ± 0.02 to 0.025 cm thick hot rolled sheet, powder coated (DFT 40-60 microns) and fitted with an injection molded black Polypropylene hub cap and 5 nos. twin wheel castors. The pedestal is 60.0 to 62 ± 0.3 to 0.5 cm. Pitch-center diameter 68.0 to 70.0 ± 0.8 to 1.0 cm with castors.

   

10 The twin wheel castors should be injection molded in Black Nylon    

Computer Table Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1 Certification: Manufacturer must be ISO certified    

2 Length: 1200 mm Width: 750 mm Height: 900 mm    

3 Keyboard Tray: 01 Nos    4 Mouse Tray: 01 Nos    

5

Raw Material: High density Super Sheesham veneer pressed with 5 mm solid Sheesham wood edge banding on edges with polished matt finish

   

6Metal Parts: BM Slide for Keyboard, Locking Bracket, Castor Mounting Plate, Angle Clit

   

7 Drawers: 03 Nos. with lock system    8 Box for CPU: 01 Nos    9 Box for UPS: 01 Nos    

Page 65: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Electrical Earthing for Computer and Peripherals Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1Shall have a multi-point reference grounding system with less than 1 ohm resistance for each location

NA

2

Shall ensure standard grounding quality to make the equipment safe from any unusual electric condition and behavior

NA

3Should have 2 Electrodes, each made of Naked Copper with nominal size of 50 sq-mm

NA

4

Should have the electrodes bored to at least 20 meter depth from the ground level and may need to be bored even deeper until the desired value of 1 ohm earth-resistance is obtained

NA

5

Electrodes shall be interconnected with each other using naked Copper Wire through boring or laying of naked Copper Wire using “Open-cut method” with nominal size of 50 sq-mm at a depth of 3 feet

NA

6

Shall have a solid Copper Bus Bar of size: 60 cm x 10 cm and thickness: 0.8 cm, and mounted in wall inside the work station room with insulators on either ends and with at least 1.5” clearance from wall

NA

7

Shall provide a bus bar with at least 6 sets of 10 mm diameter holes and respective SS hexagonal head nuts & bolts set with copper washer on both side

NA

8 Shall terminate all cables by Copper lugs NA

9Shall electroplate the Earth bus bar and connect to both the electrodes through welding

NA

65

Page 66: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

66 Section IV Bidding Forms

Electrical Earthing for Computer and Peripherals Date: ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

10

Shall electroplate the top of Electrodes and the Earth Plate, withthe length of the electroplated head being at least 66cm from the top cap of the Earth Electrode.

NA

11

Shall have Earth Pits for each electrode at each of the locations, where the minimum size of the Earth Pit will be 1 .5ft x 1.5 ft x 2.5 ft subject to availability of space in that site

NA

12

Shall construct the earth pit by brick works with wall thickness of 5 inch and a galvanized steel door on top of the pit

NA

13

Copper Wire/PVC pipe of 1 inch diametershall be installed along the building with necessary clamps, royal bolts & other fixings at every 2 (two) meters so that they are fixed firmly and properly insulated, and run until they reach the wall of the Earth Pit

NA

Page 67: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Service Center for Computer Support and MaintenanceDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

1

Sufficient toolkit for desktop maintenance considering that computer has lots of components that are sensitive to electrostatic discharge; at a minimum it should include non-magnetic screwdriver, zip ties, hex driver, tweezers, isopropyl alcohol, lint free cloth, canned air/vacuum, grounding strap, temperature probe etc

   NA

2

Hardware and software diagnostic toolkits to increase testing accuracy for resolved defects and troubleshoot issues more efficiently

   NA

3

Multimeters that provide accurate measurements of voltage and resistance, as well as a continuity checker for testing cables and switches

   NA

4Memory-testing machines (used to evaluate the operation of memory modules)

   NA

5 Serial and parallel loopback (or wrap) plugs to test serial and parallel ports  NA

6

Network cable testers or scanners (availability of many types with varying functionality, from simple loopback jacks to full-blown Time Domain Reflectometers)

   NA

7Adequate inventory or supply of consumables of the same brand as with the original client site equipment

   NA

8

10+ Service Engineers in each Service Center along with facilities for troubleshooting, repairing and testing of operational defects of the supplied PCs and peripherals

   NA

67

Page 68: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

68 Section IV Bidding Forms

Page 69: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms

Service Center for Computer Support and MaintenanceDate:

ICB No.

Sr No Bid Document Specification Bidder Specification

Manufacturer Data Sheet Evidence (Y/N)

9Dedicated two service engineersfor each of the divisions, to be stationed at the corresponding RCF office

   NA

69

Page 70: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

70 Section IV Bidding Forms

Price Schedule Forms[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]

Page 71: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms71

Page 72: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 72

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported

(Group C bids, goods to be imported)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________

Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9Line ItemN

Description of Goods Country of Origin

Delivery Date as

defined by Incoterms

Quantity and physical unit

Unit price CIP[insert place of

destination]in accordance with ITB

14.8(b)(i)

CIP Price per line item

(Col. 5x6)

Price per line item for inland transportation and other services required in the Purchaser’s country to convey the Goods to their final destination specified

in BDS (BDT)

Total Price per Line item (Col. 7+8)

01 Desktop PC [insert country of origin of the Good]

[insert quoted Delivery Date]

1674 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

02 Online UPS [insert country of origin of the Good]

[insert quoted Delivery Date]

700Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

03 Line Interactive UPS [insert country of origin of the Good]

[insert quoted Delivery Date]

975 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

04 Multi-FunctionLaser Printer

[insert country of origin of the Good]

[insert quoted Delivery Date]

1603 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

05 WindowsServer StandardEdition 64 bit

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 No. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

06 Windows Server CAL Licenses for the 1674 Desktop PCs

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 Lot [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

Page 73: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 73

(Group C bids, goods to be imported)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________

Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 907 System Center

Standard Core (Latest Edition)

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 No. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

08 System Center Configuration Manager Licenses for the 1674 Desktop PCs

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 Lot [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

09 LTE Sim-based Router (with Sim)

[insert country of origin of the Good]

[insert quoted Delivery Date]

700 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

10 Computer Chair [insert country of origin of the Good]

[insert quoted Delivery Date]

761 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

11 Computer Table [insert country of origin of the Good]

[insert quoted Delivery Date]

761 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

12 Spare Desktop PCs (5% of total requirement)

[insert country of origin of the Good]

[insert quoted Delivery Date]

84 Nos. [insert unit price CIP per unit]

[insert total CIP price per line item]

[insert the corresponding price per line item]

[insert total price of the line item]

Total Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]

73

Page 74: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

74 Section IV Bidding Forms

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported*

(Group C bids, Goods already imported)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 10 11 12Line Item

NDescription of Goods Country of

OriginDelivery Date as

defined by Incoterms

Quantity and

physical unit

Unit price including

Custom Duties and Import

Taxes paid, in accordance with ITB 14.8©(i)

Custom Duties and Import Taxes paid per unit in accordance with

ITB 14.8©(ii) , [to be supported by

documents]

Unit Price net of custom duties and

import taxes, in accordance

with ITB 148© (iii)

(Col. 6 minus Col.7)

Price per line item net of

Custom Duties and Import

Taxes paid, in accordance with

ITB 14.8©(i)(Col. 58)

Price per line item for inland

transportation and other services required in the

Purchaser’s country to convey the goods

to their final destination, as

specified in BDS in accordance with ITB 14.8©(v)

Sales and other taxes paid or

payable per item if Contract is awarded (in

accordance with ITB 14.8©(iv)

Total Price per line item

(Col. 9+10)

01 Desktop PC [insert country of origin of the Good]

[insert quoted Delivery Date]

1674 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

02 Online UPS [insert country of origin of the Good]

[insert quoted Delivery Date]

700Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

03 Line Interactive UPS

[insert country of origin of the Good]

[insert quoted Delivery Date]

975 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

Page 75: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 75

(Group C bids, Goods already imported)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 10 11 1204 Multi-

FunctionLaser Printer

[insert country of origin of the Good]

[insert quoted Delivery Date]

1603 Nos.

[insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

05 WindowsServer StandardEdition 64 bit

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 No. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

06 Windows Server CAL Licenses for1674 Desktop PCs

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 Lot [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

07 System Center Standard Core (Latest Edition)

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 No. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

08 System Center Configuration Manager Licenses for 1674 Desktop PCs

[insert country of origin of the Good]

[insert quoted Delivery Date]

1 Lot [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

09 LTE Sim-based Router (with Sim)

[insert country of origin of the Good]

[insert quoted Delivery Date]

700 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

75

Page 76: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

76 Section IV Bidding Forms

(Group C bids, Goods already imported)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 10 11 1210 Computer Chair [insert

country of origin of the Good]

[insert quoted Delivery Date]

761 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

11 Computer Table [insert country of origin of the Good]

[insert quoted Delivery Date]

761 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

12 Spare Desktop PCs (5% of total requirement)

[insert country of origin of the Good]

[insert quoted Delivery Date]

84 Nos. [insert unit price per unit]

[insert custom duties and taxes paid per unit]

[insert unit price net of custom duties and import taxes]

[ insert price per line item net of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Purchaser’s country]

[insert sales and other taxes payable per item if Contract is awarded]

[insert total price per line item]

Total Bid Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Purchaser. For clarity the bidders are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]

Page 77: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 77

Price Schedule: Goods Manufactured in the Purchaser’s Country

Purchaser’s Country (Group A and B bids)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 10Line ItemN

Description of Goods Delivery Date as defined by

Incoterms

Quantity and

physical unit

Unit price EXW (BDT)

Total EXWprice per

line item(Col. 45)

(BDT)

Price per line item for inland transportation and other services required in

the Purchaser’s Country to convey the Goods to their

final destination(BDT)

Cost of local labor, raw materials and components from with origin in the

Purchaser’s Country% of Col. 5

Sales and other taxes payable per line item if Contract is

awarded (in accordance with ITB 14.8(a)(ii)

(BDT)

Total Price per line item

(Col. 6+7)(BDT)

01 Desktop PC [insert quoted Delivery Date]

1674 Nos. [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

02 Online UPS [insert quoted Delivery Date]

700Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

03 Line Interactive UPS [insert quoted Delivery Date]

975 Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

04 Multi-FunctionLaser Printer

[insert quoted Delivery Date]

1603 Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

77

Page 78: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

78 Section IV Bidding Forms

Purchaser’s Country (Group A and B bids)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 1005 Windows Server

Standard Edition 64 bit[insert quoted Delivery Date]

1 No. [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

06 Windows Server CAL Licenses for 1674 Desktop PCs

[insert quoted Delivery Date]

1 Lot [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

07 System Center Standard Core (Latest Edition)

[insert quoted Delivery Date]

1 No. [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

08 System Center Configuration Manager Licenses for 1674 Desktop PCs

[insert quoted Delivery Date]

1 Lot [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

09 LTE Sim-based Router (with Sim)

[insert quoted Delivery Date]

700 Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

10 Computer Chair [insert quoted Delivery Date]

761 Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchaser’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

Page 79: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 79

Purchaser’s Country (Group A and B bids)

Currencies in accordance with ITB 15

Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9 1011 Computer Table [insert quoted

Delivery Date]

761 Nos.

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchase’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

12 Spare Desktop PCs (5% of total requirement)

[insert quoted Delivery Date]

84 Nos. [insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[Insert cost of local labor, raw material and components from within the Purchase’s country as a % of the EXW price per line item]

[insert sales and other taxes payable per line item if Contract is awarded]

[insert total price per item]

Total Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

79

Page 80: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

80 Section IV Bidding Forms

Price and Completion Schedule – Related Services

Currencies in accordance with ITB 15Date:_________________________ICB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7Service

NDescription of Services (excludes inland transportation and

other services required in the Purchaser’s country to convey the goods to their final destination)

Country of Origin Delivery Date at place of Final destination

Quantity and physical unit Unit price (BDT)

Total Price per Service (Col. 5*6 or estimate)

(BDT)

01 Site Preparation:Electrical and earthing work at all DG Food sites (depots/ silos and offices) to prepare for commissioning and using the Desktop PCs and other peripheral devices

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

1117 Sites

[Refer to Goods Distribution Details table under “List of

Goods and Delivery Schedule”]

[insert unit price per item]

[insert total price per item]

02 Computer Training: Planning, preparation, scheduling and delivery of Basic Computer Operations training to around 3500 resources of DG Food in a batch size of around 25 each, including all logistics, bag, notebook, pen, lunch, tea, snacks and venue arrangement for training as well as the training allowance of BDT 1000/- to each participant for attending each training

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

140 Batches [insert unit price per item]

[insert total price per item]

03 Hardware Support and Maintenance: Operational support and maintenance of Client Site hardware components (Desktop PCs, UPS, MFP Printer, LTE Sim-based Router)

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

3 Years [insert unit price per item]

[insert total price per item]

04 System Software Support:Operational support and maintenance of Windows Server StandardEdition and System Center Standard Core (Latest Edition) in Data Center and related Configuration Manager and CAL licenses for all the desktop PCs

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

3 Years [insert unit price per item]

[insert total price per item]

05 Sim-based Data Connectivity:Provision of 2 GB data per month including per month cost for 3 years at 2 mbps speed for the LTE Sim-based Router (700 Nos)

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

3 Years [insert unit price per item]

[insert total price per item]

06 Dedicated Manpower Support:Provision of 2 dedicated Service Engineers at each of the RCF Offices to support the corresponding Division

[insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

3 Years [insert unit price per item]

[insert total price per item]

Total Bid Price

Page 81: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 81

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

81

Page 82: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 82

Form of Bid Security(BankGuarantee)

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Purchaser to insert its name and address]

IFB No.: [Purchaser to insert reference number for the Invitation for Bids]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date:[Insert date of issue]

BID GUARANTEE No.:[Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ______ [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called "the Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of ________________ under Invitation for Bids No. ___________ (“the IFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported by a bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us of the Beneficiary’s complying demand,supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant:

(a) haswithdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) has failed to execute the contract agreement, or (ii) has failed to furnish the performance security, in

Page 83: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 83

accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of copies of the contract agreement signed by the Applicant and the performance security issued to the Beneficiary in relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process; or (ii)twenty-eight days after the end of theBid Validity Period.Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.

_____________________________[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final product.

83

Page 84: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

84

Form of Bid Security (Bid Bond) (N/A)

[The Surety shall fill in this Bid Bond Form in accordance with the instructions indicated.]

BOND NO. ______________________

BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety],authorized to transact business in [name of country of Purchaser], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Purchaser] as Obligee (hereinafter called “the Purchaser”) in the sum of [amount of Bond]1[amount in 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 or will submit a written Bid to the Purchaser dated the ___ day of ______, 20__, for the supply of [name of Contract] (hereinafter called the “Bid”).

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:

(a) has withdrawn its Bid during the period of bid validity set forth in the Principal’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Principal; or

(b) having been notified of the acceptance of its Bid by the Purchaser during the Bid Validity Period or any extension thereto provided by the Principal; (i) failed to execute the contract agreement; or (ii) has failed to furnish the Performance Security, in accordance with the Instructions to Bidders (“ITB”) of the Purchaser’s bidding document.

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 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 Validity Periodset forth in the Principal’s Letter of Bid or any extension thereto provided by the Principal.

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: _____________________________Corporate Seal (where appropriate)

1 The amount of the Bond shall be denominated in the currency of the Purchaser’s country or the equivalent amount in a freely convertible currency.

Page 85: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 85

_______________________________ ____________________________________(Signature) (Signature)(Printed name and title) (Printed name and title)

85

Page 86: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

86

Form of Bid-Securing Declaration (N/A)[The Bidder shall fill in this Form in accordance with the instructions indicated.]

Date: [date (as day, month and year)]Bid No.: [number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [complete name 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 will automatically be suspended from being eligible for bidding in any contract with the Purchaser for the period of time of [number of months or years] starting on [date], if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or

(b) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.

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 our Bid.

Name of the Bidder*

Name of the person duly authorized to sign the Bid on behalf of the Bidder** _______

Title of the person signing the Bid ______________________

Signature of the person named above ______________________

Date signed ________________________________ day of ___________________, _____

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder attached to the Bid

[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all members to the Joint Venture that submits the bid.]

Page 87: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section IV Bidding Forms 87

Manufacturer’s Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. Thisletter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]ICB No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of[insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]

87

Page 88: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

89

Section V. Eligible Countries

Eligibility for the Provision of Goods, Works and Non Consulting Services in Bank-Financed Procurement

In reference to ITB 4.7 and 5.1, for the information of the Bidders, at the present time firms, goods and services from the following countries are excluded from this bidding process:

Under ITB 4.7(a) and 5.1: ISRAEL

Under ITB 4.7(b) and 5.1: ISRAEL

Page 89: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

91

Section VI. Bank Policy - Corrupt and Fraudulent Practices

Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, dated January 2011.

“Fraud and Corruption:

1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), bidders, suppliers, contractors and their agents (whether declared or not), sub-contractors, sub-consultants, service providers or suppliers, and any personnel thereof, observe the highest standard of ethics during the procurement and execution of Bank-financed contracts.1 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” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;2;

(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;3

(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;4

(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;5

(v) "obstructive practice" is:

(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

1 In this context, any action to influence the procurement process or contract execution for undue advantage is improper.

2 For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.

3 For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

4 For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including public officials) attempting either themselves, or through another person or entity not participating in the procurement or selection process, to simulate competition or to establish bid prices at artificial, non-competitive levels, or are privy to each other’s bid prices or other conditions.

5 For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract execution.

Page 90: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

92

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 paragraph 1.16(e) below.

(b) will reject a proposal for award if it determines that the bidder recommended for award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;

(c) will declare misprocurement and cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement or the implementation of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;

(d) will sanction a firm or individual, at any time, in accordance with the prevailing Bank’s sanctions procedures,1 including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated2;

(e) will require that a clause be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers and contractors, and their sub-contractors, agents, personnel, consultants, service providers, or suppliers, to permit the Bank to inspect all accounts, records, and other documents relating to the submission of bids and contract performance, and to have them audited by auditors appointed by the Bank.”

1 A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion of the Bank’s sanctions proceedings as per its sanctions procedures, including, inter alia, cross-debarment as agreed with other International Financial Institutions, including Multilateral Development Banks, and through the application the World Bank Group corporate administrative procurement sanctions procedures for fraud and corruption; and (ii) as a result of temporary suspension or early temporary suspension in connection with an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these Guidelines.

2 A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which has either been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

Page 91: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

93

PART 2 – Supply Requirements

Page 92: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

94

Page 93: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

95

Section VII. Schedule of Requirements

Contents

1. List of Goods and Delivery Schedule.................................................................................93

2. List of Related Services and Completion Schedule .......................................................141

3. Technical Specifications..................................................................................................151

4. Drawings..........................................................................................................................167

5. Inspections and Tests.......................................................................................................168

Page 94: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

96

Scope of Work

The selected bidder shall be responsible for procurement, supply and commissioning of desktop computers and their accessories to all site locations of DG Food across country as well as the implementation of Domain Services and System Center for enterprise asset and endpoint management. The selected bidder shall also be responsible for client configuration and user migration for all the supplied Desktop PCs and providing maintenance and operational support of the supplied goods for three (3) years from the date of completion of installation and commissioning. The details of services are as follows:

The selected bidder is expected to prepare the client sites for setting up the necessary client site infrastructure.

The premises for offices will be provided by the Directorate General of Food at respective locations.

The following activities shall be carried out at the respective locations:

Supply of the hardware equipment and components including UPS and other accessories as per the requirement

Installation, Testing and Commissioning of UPS Physical installation of Desktop, MFP Printer, LTE Router etc. Operating System Installation and Configuration Implementation of Domain Services and System Center in the Virtual Machine of National

Data Center for enterprise asset and endpoint management Configuration of desktop security as well as client configuration and user migration of all the

desktops Implementation of centralized pin-based locking of LTE Router Sim and ensuring its physical

security inside the device Setting up required electrical connection with earthing and power connection Ensuring all required systems are supplied, installed, configured, tested and commissioned

and declaring the site to be operational

The successful bidder will be responsible for delivery of Basic Computer Operations training to around 3500 personnel of DG Food, for which following activities shall be carried out:

Preparation and submission of training delivery plan and schedule Coordination with MFSP PMU and DG Food to identify and arrange the logistics for training

delivery across the different delivery locations Preparation and submission of training slides and Computer Based Training (CBT) software

for the different modules to be trained, in accordance with the Tutorial prepared for the end users or trainees by the ICT Consulting Firm of MFSP

Delivery of training as per agreed schedule and submission of evaluation reports

Page 95: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

97

1. List of Goods and Delivery Schedule[The Purchaser shall fill in this table, with the exception of the column “Bidder’s offered Delivery date” to be filled by the Bidder]

Line Item

N

Description of Goods Quantity Physical unit

Final (Project Site) Destination as specified

in BDS

Delivery (as per Incoterms) Date

Earliest Delivery Date

Latest Delivery Date

Bidder’s offered Delivery date [to be

provided by the bidder]

1 2 3 4 5 6 7 8

1 Desktop PC 1674 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

2 Online UPS 700 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

3 Line Interactive UPS 975 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

4 Multi-FunctionLaser Printer

1603 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

Page 96: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

98

Line Item

N

Description of Goods Quantity Physical unit

Final (Project Site) Destination as specified

in BDS

Delivery (as per Incoterms) Date

Earliest Delivery Date

Latest Delivery Date

Bidder’s offered Delivery date [to be

provided by the bidder]

1 2 3 4 5 6 7 8

5 Windows Server Standard Edition 64 bit with License for Active Directory

1 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

6 System Center Standard Core (latest edition)

1 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

7 Windows Server CAL Licenses for the 1674 Desktop PCs

1 Lot Refer the Project Site wise delivery details table below

8 weeks 12 weeks

8 System Center Configuration Manager Licenses for the 1674 Desktop PCs

1 Lot Refer the Project Site wise delivery details table below

8 weeks 12 weeks

9 LTE Sim-based Router 700 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

Page 97: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

99

Line Item

N

Description of Goods Quantity Physical unit

Final (Project Site) Destination as specified

in BDS

Delivery (as per Incoterms) Date

Earliest Delivery Date

Latest Delivery Date

Bidder’s offered Delivery date [to be

provided by the bidder]

1 2 3 4 5 6 7 8

10 Computer Chair 761 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

11 Computer Table 761 Nos. Refer the Project Site wise delivery details table below

8 weeks 12 weeks

12 Spare Desktop PCs (5% of the total requirement)

84 Nos. Refer the Project Site wise delivery details table below

Page 98: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

100

Page 99: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

101

Goods Distribution Details

DHAKA DIVISION (Depot/Silo)

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Dhaka Savar 1 1 1 1 1 Y2 Dhaka Dhamrai 1 1 1 1 1 Y3 Dhaka Kolakopa 1 1 1 1 1 Y4 Dhaka Narisha 1 1 1 1 1 Y5 Dhaka Konakhola 1 1 1 1 1 Y6 Dhaka Dhaka Silo

(New)3 3 3 3 3 Y

7 Dhaka Kaltabazar (New)

1 1 1 1 1 Y

8 Dhaka Tejgaon CSD 3 3 3 3 3 Y9 Gazipur Joydebpur 1 1 1 1 1 Y10 Gazipur Kaliakoir 1 1 1 1 1 Y11 Gazipur Sreepur 1 1 1 1 1 Y12 Gazipur Kapashia 1 1 1 1 1 Y13 Gazipur Kaliganj 1 1 1 1 1 Y14 Narshingdi Narshingdi

Sadar2 2 1 2 2 Y

15 Narshingdi Raipur 1 1 1 1 1 Y16 Narshingdi Ghorashal 1 1 1 1 1 Y17 Narshingdi Polash 1 1 1 1 1 Y18 Narshingdi Shibpur 1 1 1 1 1 Y19 Narshingdi Monohordi 1 1 1 1 1 Y20 Narshingdi Belabo 1 1 1 1 1 Y21 Manikganj Manikganj

Sadar1 1 1 1 1 Y

22 Manikganj Balirtek 1 1 1 1 1 Y23 Manikganj Utholi 1 1 1 1 1 Y24 Manikganj Ghior 1 1 1 1 1 Y25 Manikganj Shaturiya 1 1 1 1 1 Y26 Manikganj Shingair 1 1 1 1 1 Y27 Manikganj Jhitka 1 1 1 1 1 Y28 Manikganj Daulatpur 1 1 1 1 1 Y29 Narayanganj Murapara 1 1 1 1 1 Y30 Narayanganj Sonargaon 1 1 1 1 1 Y31 Narayanganj Gopalordi 1 1 1 1 1 Y

32 Narayanganj Narayanganj 3 3 3 3 3 Y

Page 100: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

102

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

Silo33 Narayanganj Narayanganj

CSD3 3 3 3 3 Y

34 Narayanganj Narayanganj Silo (New)

4 4 4 4 4 Y

35 Munshiganj Mirkadam 2 2 2 2 2 Y36 Munshiganj Katakhali 1 1 1 1 1 Y37 Munshiganj Rasholpur 1 1 1 1 1 Y38 Munshiganj Abdullahpur 1 1 1 1 1 Y39 Munshiganj Syedpur 1 1 1 1 1 Y40 Munshiganj Sreenagar 1 1 1 1 1 Y41 Faridpur Ambikapur 1 1 1 1 1 Y42 Faridpur Bawalmari 1 1 1 1 1 Y43 Faridpur Bhanga 1 1 1 1 1 Y44 Faridpur Sadarpur 1 1 1 1 1 Y45 Faridpur Nagarkando 1 1 1 1 1 Y46 Faridpur Madhukhali 1 1 1 1 1 Y47 Faridpur Charbhadrasho

n1 1 1 1 1 Y

48 Faridpur Alfadanga 1 1 1 1 1 Y49 Madaripur Madaripur

Sadar1 1 1 1 1 Y

50 Madaripur Chormungaroya

1 1 1 1 1 Y

51 Madaripur Tekerhaat 1 1 1 1 1 Y52 Madaripur Rajoir 1 1 1 1 1 Y53 Madaripur Khasherhaat 1 1 1 1 1 Y54 Madaripur Kalkini 1 1 1 1 1 Y55 Madaripur Shibchor 1 1 1 1 1 Y56 Gopalganj Gopalganj

Sadar1 1 1 1 1 Y

57 Gopalganj Shindiaghat 1 1 1 1 1 Y58 Gopalganj Tongipara 1 1 1 1 1 Y59 Gopalganj Kotalipara 1 1 1 1 1 Y60 Gopalganj Bhatiyapara 1 1 1 1 1 Y61 Gopalganj Ramdiya 1 1 1 1 1 Y62 Rajbari Rajbari Sadar 1 1 1 1 1 Y63 Rajbari Pangsha 1 1 1 1 1 Y64 Rajbari Naloagram 1 1 1 1 1 Y65 Rajbari Goalando 1 1 1 1 1 Y66 Shariyatpur Angariya 1 1 1 1 1 Y

Page 101: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

103

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

67 Shariyatpur Damudde 1 1 1 1 1 Y68 Shariyatpur Goshairhaat 1 1 1 1 1 Y69 Shariyatpur Noriya 1 1 1 1 1 Y70 Shariyatpur Bhedorganj 1 1 1 1 1 Y71 Shariyatpur Jajira 1 1 1 1 1 Y72 Sherpur Sherpur Sadar 2 2 2 2 2 Y73 Sherpur Nolitabari 1 1 1 1 1 Y74 Sherpur Nakla 1 1 1 1 1 Y75 Sherpur Srobidi 1 1 1 1 1 Y76 Sherpur Jhinahgati 1 1 1 1 1 Y77 Jamalpur Shinghojan 1 1 1 1 1 Y78 Jamalpur Shorishabari 1 1 1 1 1 Y79 Jamalpur Dewanganj 1 1 1 1 1 Y80 Jamalpur Islampur 1 1 1 1 1 Y81 Jamalpur Melandoho 1 1 1 1 1 Y82 Jamalpur Balijura 1 1 1 1 1 Y83 Jamalpur Bakshiganj 1 1 1 1 1 Y84 Jamalpur Piyarpur 1 1 1 1 1 Y85 Mymensing

hMymensingh Sadar

1 1 1 1 1 Y

86 Mymensingh

Muktogachha 1 1 1 1 1 Y

87 Mymensingh

Fulbaria 1 1 1 1 1 Y

88 Mymensingh

Dhanikhola 1 1 1 1 1 Y

89 Mymensingh

Dhola 1 1 1 1 1 Y

90 Mymensingh

Goyeshpur 1 1 1 1 1 Y

91 Mymensingh

Bhaluka 1 1 1 1 1 Y

92 Mymensingh

Nandahol 1 1 1 1 1 Y

93 Mymensingh

Ishwarganj 1 1 1 1 1 Y

94 Mymensingh

Atharbari 1 1 1 1 1 Y

95 Mymensingh

Gouripur 1 1 1 1 1 Y

96 Mymensingh

Shamganj 1 1 1 1 1 Y

97 Mymensing Fulpur 1 1 1 1 1 Y

Page 102: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

104

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

h98 Mymensing

hTarakandi 1 1 1 1 1 Y

99 Mymensingh

Haluaghat 1 1 1 1 1 Y

100

Mymensingh

Nagila 1 1 1 1 1 Y

101

Mymensingh

Sakuyah 1 1 1 1 1 Y

102

Mymensingh

Porakanduliya 1 1 1 1 1 Y

103

Mymensingh

Munshirhaat 1 1 1 1 1 Y

104

Mymensingh

Kolshindoor 1 1 1 1 1 Y

105

Mymensingh

Mymensingh CSD

3 3 3 3 3 Y

106

Mymensingh

Mymensingh Silo (New)

4 4 4 4 4 Y

107

Kishorganj Kishorganj Sadar

1 1 1 1 1 Y

108

Kishorganj Bhairab 1 1 1 1 1 Y

109

Kishorganj Shororichor 1 1 1 1 1 Y

110

Kishorganj Bajitpur 1 1 1 1 1 Y

111

Kishorganj Kuliyarochor 1 1 1 1 1 Y

112

Kishorganj Pakundia 1 1 1 1 1 Y

113

Kishorganj Karimganj 1 1 1 1 1 Y

114

Kishorganj Hossainpur 1 1 1 1 1 Y

115

Kishorganj Katiyadi 1 1 1 1 1 Y

116

Kishorganj Tarail 1 1 1 1 1 Y

117

Kishorganj Nikli 1 1 1 1 1 Y

118

Kishorganj Bangalpara 1 1 1 1 1 Y

119

Kishorganj Itna 1 1 1 1 1 Y

12 Kishorganj Mithamoin 1 1 1 1 1 Y

Page 103: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

105

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

0121

Tangail Tangail Sadar 1 1 1 1 1 Y

122

Tangail Biswas Betoka 1 1 1 1 1 Y

123

Tangail Korotiya 1 1 1 1 1 Y

124

Tangail Shokhipur 1 1 1 1 1 Y

125

Tangail Mirzapur 1 1 1 1 1 Y

126

Tangail Basail 1 1 1 1 1 Y

127

Tangail Nagarpur 1 1 1 1 1 Y

128

Tangail Delduar 1 1 1 1 1 Y

129

Tangail Kalihaati 1 1 1 1 1 Y

130

Tangail Dhanbari 1 1 1 1 1 Y

131

Tangail Ghatail 1 1 1 1 1 Y

132

Tangail Madhupur 1 1 1 1 1 Y

133

Tangail Dhonbari 1 1 1 1 1 Y

134

Tangail Gopalpur 1 1 1 1 1 Y

135

Tangail Bhuwapur 1 1 1 1 1 Y

136

Tangail Madhupur Silo (New)

4 4 4 4 4 Y

137

Netrokona Netrokona Sadar

1 1 1 1 1 Y

138

Netrokona Thakurakona 1 1 1 1 1 Y

139

Netrokona Barhatta 1 1 1 1 1 Y

140

Netrokona Baushi 1 1 1 1 1 Y

141

Netrokona Jariya 1 1 1 1 1 Y

142

Netrokona Purbodhola 1 1 1 1 1 Y

14 Netrokona Mohonganj 1 1 1 1 1 Y

Page 104: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

106

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

3144

Netrokona Kendua 1 1 1 1 1 Y

145

Netrokona Birishiri 1 1 1 1 1 Y

146

Netrokona Modon 1 1 1 1 1 Y

147

Netrokona Atpara 1 1 1 1 1 Y

148

Netrokona Kolmakando 1 1 1 1 1 Y

149

Netrokona Khaliyajuri 1 1 1 1 1 Y

150

Netrokona Lepshiya 1 1 1 1 1 Y

Page 105: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

107

CHITTAGONG DIVISION (Depot/Silo)

Sr. No.

District Depot/Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Chittagong Chittagong Silo (New)

5 5 5 5 5 Y

2 Chittagong Halishohor 1 1 1 1 1 Y3 Chittagong Dewanhaat 1 1 1 1 1 Y4 Chittagong Chandpur 1 1 1 1 1 Y5 Chittagong Chrogram

Silo3 3 3 3 3 Y

6 Chittagong Dewanhaat CSD

5 5 5 5 5 Y

7 Chittagong Halishohor CSD

4 4 4 4 4 Y

8 Chittagong Swandip 1 1 1 1 1 Y9 Chittagong Mirshorai 1 1 1 1 1 Y10 Chittagong Habiladar

Basha1 1 1 1 1 Y

11 Chittagong Sitakunda 1 1 1 1 1 Y12 Chittagong Najirhaat 1 1 1 1 1 Y13 Chittagong Kaatirhaat 1 1 1 1 1 Y14 Chittagong Hathajari 1 1 1 1 1 Y15 Chittagong Raujan 1 1 1 1 1 Y16 Chittagong Rangunia 1 1 1 1 1 Y17 Chittagong Bowalkhali 1 1 1 1 1 Y18 Chittagong Potiya 1 1 1 1 1 Y19 Chittagong Dohajari 1 1 1 1 1 Y20 Chittagong Satkaniya 1 1 1 1 1 Y21 Chittagong Lohagora 1 1 1 1 1 Y22 Chittagong Chanpurhaat 1 1 1 1 1 Y23 Chittagong Anowara 1 1 1 1 1 Y24 Bandarban Bandarban

Sadar1 1 1 1 1 Y

25 Bandarban Lama 1 1 1 1 1 Y26 Bandarban Aziznagar 1 1 1 1 1 Y27 Bandarban Alikadom 1 1 1 1 1 Y28 Bandarban Thanchhi 1 1 1 1 1 Y29 Bandarban Ruma 1 1 1 1 1 Y30 Bandarban Rowangchhor

i1 1 1 1 1 Y

31 Coxs Bazar Coxs Bazar Sadar

1 1 1 1 1 Y

32 Coxs Bazar Jhilongja 1 1 1 1 1 Y

Page 106: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

108

Sr. No.

District Depot/Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

33 Coxs Bazar Chiringa 1 1 1 1 1 Y34 Coxs Bazar Boroghop 1 1 1 1 1 Y35 Coxs Bazar Gorokghata 1 1 1 1 1 Y36 Coxs Bazar Ukhiya 1 1 1 1 1 Y37 Coxs Bazar Teknaf 1 1 1 1 1 Y38 Coxs Bazar Ramu 1 1 1 1 1 Y39 Rangamati Rangamati

Sadar1 1 1 1 1 Y

40 Rangamati Kaukhali 1 1 1 1 1 Y41 Rangamati Borokol 1 1 1 1 1 Y42 Rangamati Baghaichhori 1 1 1 1 1 Y43 Rangamati Durchhori 1 1 1 1 1 Y44 Rangamati Naniyarchor 1 1 1 1 1 Y45 Rangamati Longgodu 1 1 1 1 1 Y46 Rangamati Kaptai 1 1 1 1 1 Y47 Rangamati Boroichhori 1 1 1 1 1 Y48 Rangamati Bilaichhori 1 1 1 1 1 Y49 Rangamati Juraichhori 1 1 1 1 1 Y50 Rangamati Rajostholi 1 1 1 1 1 Y51 Khagrachhor

iKhagrachhori Sadar

1 1 1 1 1 Y

52 Khagrachhori

Moholchhori 1 1 1 1 1 Y

53 Khagrachhori

Panchhori 1 1 1 1 1 Y

54 Khagrachhori

Dighinala 1 1 1 1 1 Y

55 Khagrachhori

Chotomerong 1 1 1 1 1 Y

56 Khagrachhori

Babuchhora 1 1 1 1 1 Y

57 Khagrachhori

Guimara 1 1 1 1 1 Y

58 Khagrachhori

Tobolchhori 1 1 1 1 1 Y

59 Khagrachhori

Taindong 1 1 1 1 1 Y

60 Khagrachhori

Ramgarh 1 1 1 1 1 Y

61 Khagrachhori

Manikchhori 1 1 1 1 1 Y

62 Feni Feni Sadar 1 1 1 1 1 Y

Page 107: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

109

Sr. No.

District Depot/Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

63 Feni Chhagolnaiyya

1 1 1 1 1 Y

64 Feni Dagonbhuiyan

1 1 1 1 1 Y

65 Feni Sonagazi 1 1 1 1 1 Y66 Feni Porshuram 1 1 1 1 1 Y67 Feni Fulgazi 1 1 1 1 1 Y68 Noakhali Shonapur

Sadar1 1 1 1 1 Y

69 Noakhali Chorbata 1 1 1 1 1 Y70 Noakhali Begumganj 1 1 1 1 1 Y71 Noakhali Choumohoni 1 1 1 1 1 Y72 Noakhali Sonaimuri 1 1 1 1 1 Y73 Noakhali Chatkhil 1 1 1 1 1 Y74 Noakhali Shenbagh 1 1 1 1 1 Y75 Noakhali Basurhaat 1 1 1 1 1 Y76 Noakhali Choumohoni

Bazar1 1 1 1 1 Y

77 Lokkhipur Lokkhipur Sadar

1 1 1 1 1 Y

78 Lokkhipur Raipur 1 1 1 1 1 Y79 Lokkhipur Ramganj 1 1 1 1 1 Y80 Lokkhipur Chor

Alexander1 1 1 1 1 Y

81 Lokkhipur Hajirhaat 1 1 1 1 1 Y82 Chandpur Chandpur

CSD3 3 3 3 3 Y

83 Chandpur Haziganj 1 1 1 1 1 Y84 Chandpur Faridganj 1 1 1 1 1 Y85 Chandpur Motlob

(South)1 1 1 1 1 Y

86 Chandpur Nayergaon 1 1 1 1 1 Y87 Chandpur Motlob

(North)1 1 1 1 1 Y

88 Chandpur Shahrasti 1 1 1 1 1 Y89 Chandpur Kochua 1 1 1 1 1 Y90 Comilla Dharmapur 1 1 1 1 1 Y91 Comilla Chakbazar 1 1 1 1 1 Y92 Comilla Burichong 1 1 1 1 1 Y93 Comilla Kangshonagar 1 1 1 1 1 Y94 Comilla Borura 1 1 1 1 1 Y95 Comilla Chandina 1 1 1 1 1 Y

Page 108: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

110

Sr. No.

District Depot/Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

96 Comilla Homna 1 1 1 1 1 Y97 Comilla Daudkandi 1 1 1 1 1 Y98 Comilla Muradnagar 1 1 1 1 1 Y99 Comilla Debidwar 1 1 1 1 1 Y100

Comilla Brahmanpara 1 1 1 1 1 Y

101

Comilla Chouddogram 1 1 1 1 1 Y

102

Comilla Doulatganj 1 1 1 1 1 Y

103

Comilla Nangalkot 1 1 1 1 1 Y

104

Brahmanbaria

Brahmanbaria Sadar

1 1 1 1 1 Y

105

Brahmanbaria

Ashuganj 1 1 1 1 1 Y

106

Brahmanbaria

Chandura 1 1 1 1 1 Y

107

Brahmanbaria

Ashuganj Silo 5 5 5 5 5 Y

108

Brahmanbaria

Ashuganj Silo (New)

4 4 4 4 4 Y

109

Brahmanbaria

Kasba 1 1 1 1 1 Y

110

Brahmanbaria

Kuti 1 1 1 1 1 Y

111

Brahmanbaria

Akhaura 1 1 1 1 1 Y

112

Brahmanbaria

Shorail 1 1 1 1 1 Y

113

Brahmanbaria

Ujanchor 1 1 1 1 1 Y

114

Brahmanbaria

Nabinagar 1 1 1 1 1 Y

115

Brahmanbaria

Nachhirnagar 1 1 1 1 1 Y

Page 109: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

111

RAJSHAHI DIVISION (Depot/Silo)

Sr. No

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Rajshahi Rajshahi Sadar 1 1 1 1 1 Y2 Rajshahi Naohata 1 1 1 1 1 Y3 Rajshahi Mohonpur 1 1 1 1 1 Y4 Rajshahi Bhabaniganj 1 1 1 1 1 Y5 Rajshahi Ghoramara

Boalia1 1 1 1 1 Y

6 Rajshahi Tanor 1 1 1 1 1 Y7 Rajshahi Kamarga 1 1 1 1 1 Y8 Rajshahi Godagari 1 1 1 1 1 Y9 Rajshahi Khetur Road 1 1 1 1 1 Y10 Rajshahi Puthiya 1 1 1 1 1 Y11 Rajshahi Durgapur 1 1 1 1 1 Y12 Rajshahi Bagha 1 1 1 1 1 Y13 Rajshahi Charghat 1 1 1 1 1 Y

14 Chapainawabganj

Chapainawabganj Sadar

1 1 1 1 1 Y

15 Chapainawabganj

Amnura 1 1 1 1 1 Y

16 Chapainawabganj

Nachol 1 1 1 1 1 Y

17 Chapainawabganj

Rohonpur 1 1 1 1 1 Y

18 Chapainawabganj

Bholahaat 1 1 1 1 1 Y

19 Chapainawabganj

Shibganj 1 1 1 1 1 Y

20 Nator Nator Sadar 1 1 1 1 1 Y21 Nator Shingra 1 1 1 1 1 Y22 Nator Bonpara 1 1 1 1 1 Y23 Nator Gopalpur 1 1 1 1 1 Y24 Nator Malonchi 1 1 1 1 1 Y25 Nator Gurudaspur 1 1 1 1 1 Y26 Naogaon Naogaon Sadar 1 1 1 1 1 Y27 Naogaon Atrai 1 1 1 1 1 Y28 Naogaon Raninagar 1 1 1 1 1 Y29 Naogaon Mohadebpur 1 1 1 1 1 Y30 Naogaon Matajihaat 1 1 1 1 1 Y31 Naogaon Mohishbatan 1 1 1 1 1 Y

Page 110: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

112

Sr. No

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

32 Naogaon Potnitola 1 1 1 1 1 Y33 Naogaon Nojipur 1 1 1 1 1 Y34 Naogaon Dhamuirhaat 1 1 1 1 1 Y35 Naogaon Rangamati 1 1 1 1 1 Y36 Naogaon Agradigun 1 1 1 1 1 Y37 Naogaon Shapahar 1 1 1 1 1 Y38 Naogaon Modhuhol 1 1 1 1 1 Y39 Naogaon Nitopur 1 1 1 1 1 Y40 Naogaon Shoraigachhi 1 1 1 1 1 Y41 Naogaon Prosadpur 1 1 1 1 1 Y42 Naogaon Bodolgachhi 1 1 1 1 1 Y43 Naogaon Niyamatpur 1 1 1 1 1 Y44 Naogaon Shibpur 1 1 1 1 1 Y45 Pabna Pabna Sadar 1 1 1 1 1 Y46 Pabna Nurpur 1 1 1 1 1 Y47 Pabna Ishwardi 1 1 1 1 1 Y48 Pabna Muladhuli CSD 3 3 3 3 3 Y49 Pabna Atghoria 1 1 1 1 1 Y50 Pabna Chatmohor 1 1 1 1 1 Y51 Pabna Bhangura 1 1 1 1 1 Y52 Pabna Faridpur 1 1 1 1 1 Y53 Pabna Bera 1 1 1 1 1 Y54 Pabna Sathiya 1 1 1 1 1 Y55 Pabna Sujanagar 1 1 1 1 1 Y56 Shirajganj Shirajganj Sadar 1 1 1 1 1 Y57 Shirajganj Ullapara 1 1 1 1 1 Y58 Shirajganj Shahjatpur 1 1 1 1 1 Y59 Shirajganj Baghabari 1 1 1 1 1 Y60 Shirajganj Chandaikona 1 1 1 1 1 Y61 Shirajganj Tarash 1 1 1 1 1 Y62 Shirajganj Belkuchi 1 1 1 1 1 Y63 Shirajganj Kazipur 1 1 1 1 1 Y64 Shirajganj Kamarkhondo 1 1 1 1 1 Y65 Shirajganj Chouhali 1 1 1 1 1 Y66 Bogura Bogura Sadar 1 1 1 1 1 Y67 Bogura Namuja 1 1 1 1 1 Y68 Bogura Betgara 1 1 1 1 1 Y69 Bogura Shibganj 1 1 1 1 1 Y70 Bogura Mokamotola 1 1 1 1 1 Y

Page 111: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

113

Sr. No

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

71 Bogura Shonatola 1 1 1 1 1 Y72 Bogura Harkhali 1 1 1 1 1 Y73 Bogura Gabtoli 1 1 1 1 1 Y74 Bogura Shabekpara 1 1 1 1 1 Y75 Bogura Shukhanpukur 1 1 1 1 1 Y76 Bogura Shoriyakandi 1 1 1 1 1 Y77 Bogura Dhunot 1 1 1 1 1 Y78 Bogura Goshabari 1 1 1 1 1 Y79 Bogura Sherpur 1 1 1 1 1 Y80 Bogura Mirzapur 1 1 1 1 1 Y81 Bogura Nandigram 1 1 1 1 1 Y82 Bogura Kahalu 1 1 1 1 1 Y83 Bogura Talora 1 1 1 1 1 Y84 Bogura Dhupchachiya 1 1 1 1 1 Y85 Bogura Alamdighi 1 1 1 1 1 Y86 Bogura Nasratpur 1 1 1 1 1 Y87 Bogura Shantahar 1 1 1 1 1 Y88 Bogura Shantahar CSD 4 4 4 4 4 Y89 Bogura Shantahar Silo 4 4 4 4 4 Y90 Jaipurhaat Jaipurhaat Sadar 1 1 1 1 1 Y91 Jaipurhaat Panchbibi 1 1 1 1 1 Y92 Jaipurhaat Akkelpur 1 1 1 1 1 Y93 Jaipurhaat Jamalganj 1 1 1 1 1 Y94 Jaipurhaat Kaalai 1 1 1 1 1 Y95 Jaipurhaat Molamgari 1 1 1 1 1 Y96 Jaipurhaat Khetlal 1 1 1 1 1 Y

Page 112: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

114

RANGPUR DIVISION (Depot/Silo)

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Dinajpur Dinajpur CSD

4 4 4 4 4 Y

2 Dinajpur Fulhaat 1 1 1 1 1 Y3 Dinajpur Birol 1 1 1 1 1 Y4 Dinajpur Mangalpur 1 1 1 1 1 Y5 Dinajpur Shetabganj 1 1 1 1 1 Y6 Dinajpur Chirirbandor 1 1 1 1 1 Y7 Dinajpur Ranirbandor 1 1 1 1 1 Y8 Dinajpur Birganj 1 1 1 1 1 Y9 Dinajpur Kabirajhaat 1 1 1 1 1 Y10 Dinajpur Kaharol 1 1 1 1 1 Y11 Dinajpur Khanshama 1 1 1 1 1 Y12 Dinajpur Pakerhaat 1 1 1 1 1 Y13 Dinajpur Parbotipur 1 1 1 1 1 Y14 Dinajpur Bhabanipur 1 1 1 1 1 Y15 Dinajpur Manmathpur 1 1 1 1 1 Y16 Dinajpur Ambari 1 1 1 1 1 Y17 Dinajpur Fulbari 1 1 1 1 1 Y18 Dinajpur Madilahaat 1 1 1 1 1 Y19 Dinajpur Dugdugi 1 1 1 1 1 Y20 Dinajpur Raniganj 1 1 1 1 1 Y21 Dinajpur Ghoraghat 1 1 1 1 1 Y22 Dinajpur Hariparahaat 1 1 1 1 1 Y23 Dinajpur Hili 1 1 1 1 1 Y24 Dinajpur Daudpur 1 1 1 1 1 Y25 Dinajpur Bhaduriya 1 1 1 1 1 Y26 Dinajpur Chorkai 1 1 1 1 1 Y27 Thakurgaon Thakurgaon

Sadar1 1 1 1 1 Y

28 Thakurgaon Shinganj 1 1 1 1 1 Y29 Thakurgaon Ruhiya 1 1 1 1 1 Y30 Thakurgaon Goreyahaat 1 1 1 1 1 Y31 Thakurgaon Bhulirhaat 1 1 1 1 1 Y32 Thakurgaon Pirganj 1 1 1 1 1 Y33 Thakurgaon Ranishongkoi

l1 1 1 1 1 Y

34 Thakurgaon Nekmorod 1 1 1 1 1 Y35 Thakurgaon Haripur 1 1 1 1 1 Y36 Thakurgaon Jadurani 1 1 1 1 1 Y

Page 113: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

115

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

37 Thakurgaon Baliyadangi 1 1 1 1 1 Y38 Thakurgaon Lahirihaat 1 1 1 1 1 Y39 Panchagarh Panchagarh

Sadar1 1 1 1 1 Y

40 Panchagarh Boda 1 1 1 1 1 Y41 Panchagarh Sakoya 1 1 1 1 1 Y42 Panchagarh Debiganj 1 1 1 1 1 Y43 Panchagarh Fakirganj 1 1 1 1 1 Y44 Panchagarh Mirzapur 1 1 1 1 1 Y45 Panchagarh Bhajanpur 1 1 1 1 1 Y46 Panchagarh Tetulia 1 1 1 1 1 Y47 Rangpur Rangpur

Sadar1 1 1 1 1 Y

48 Rangpur Badarganj 1 1 1 1 1 Y49 Rangpur Sathibari 1 1 1 1 1 Y50 Rangpur Pirganj 1 1 1 1 1 Y51 Rangpur Bhendabari 1 1 1 1 1 Y52 Rangpur Taraganj 1 1 1 1 1 Y53 Rangpur Gangachhora 1 1 1 1 1 Y54 Rangpur Kaunia 1 1 1 1 1 Y55 Rangpur Pirgachha 1 1 1 1 1 Y56 Kurigram Kurigram

Sadar1 1 1 1 1 Y

57 Kurigram Nageshwari 1 1 1 1 1 Y58 Kurigram Joymonirhaat 1 1 1 1 1 Y59 Kurigram Fulbari 1 1 1 1 1 Y60 Kurigram Rajarhat 1 1 1 1 1 Y61 Kurigram Ulipur 1 1 1 1 1 Y62 Kurigram Chilmari 1 1 1 1 1 Y63 Kurigram Roumari 1 1 1 1 1 Y64 Kurigram Rajibpur 1 1 1 1 1 Y65 Lalmonirhaa

tLalmonirhaat Sadar

1 1 1 1 1 Y

66 Lalmonirhaat

Tista 1 1 1 1 1 Y

67 Lalmonirhaat

Hatibandha 1 1 1 1 1 Y

68 Lalmonirhaat

Kakina 1 1 1 1 1 Y

69 Lalmonirhaat

Bhootmari 1 1 1 1 1 Y

Page 114: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

116

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

70 Lalmonirhaat

Aditmari 1 1 1 1 1 Y

71 Lalmonirhaat

Patgram 1 1 1 1 1 Y

72 Nilfamari Nilfamari Sadar

1 1 1 1 1 Y

73 Nilfamari Syedpur 1 1 1 1 1 Y74 Nilfamari Domar 1 1 1 1 1 Y75 Nilfamari Chilahati 1 1 1 1 1 Y76 Nilfamari Jaldhaka 1 1 1 1 1 Y77 Nilfamari Dimla 1 1 1 1 1 Y78 Nilfamari Kishorganj 1 1 1 1 1 Y79 Gaibandha Gaibandha

Sadar1 1 1 1 1 Y

80 Gaibandha Bonarpara 1 1 1 1 1 Y81 Gaibandha Sadullahpur 1 1 1 1 1 Y82 Gaibandha Noldanga 1 1 1 1 1 Y83 Gaibandha Sundarganj 1 1 1 1 1 Y84 Gaibandha Bamondanga 1 1 1 1 1 Y85 Gaibandha Golapbag 1 1 1 1 1 Y86 Gaibandha Mohimaganj 1 1 1 1 1 Y87 Gaibandha Kamdiya 1 1 1 1 1 Y88 Gaibandha Polashbari 1 1 1 1 1 Y89 Gaibandha Fulchhori 1 1 1 1 1 Y

Page 115: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

117

KHULNA DIVISION (Depot/Silo)

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Khulna Chalna 1 1 1 1 1 Y2 Khulna Dumuria 1 1 1 1 1 Y3 Khulna Paikgachha 1 1 1 1 1 Y4 Khulna Terkhada 1 1 1 1 1 Y5 Khulna Batiaghata 1 1 1 1 1 Y6 Khulna Fultola 1 1 1 1 1 Y7 Khulna Ghugrakathi 1 1 1 1 1 Y8 Khulna Alaipur 1 1 1 1 1 Y9 Khulna Moheswarpash

a CSD4 4 4 4 4 Y

10 Khulna Moheswarpasha Silo (New)

4 4 4 4 4 Y

11 Khulna Khulna Silo 4 4 4 4 4 Y12 Khulna Khulna CSD 4 4 4 4 4 Y13 Bagerhaat Bagerhaat

Sadar1 1 1 1 1 Y

14 Bagerhaat Morrolganj 1 1 1 1 1 Y15 Bagerhaat Rampal 1 1 1 1 1 Y16 Bagerhaat Gourosta 1 1 1 1 1 Y17 Bagerhaat Rayenda 1 1 1 1 1 Y18 Bagerhaat Mongla Silo 4 4 4 4 4 Y19 Bagerhaat Fakirhaat 1 1 1 1 1 Y20 Bagerhaat Garfabazar 1 1 1 1 1 Y21 Bagerhaat Kochua 1 1 1 1 1 Y22 Satkhira Satkhira Sadar 1 1 1 1 1 Y23 Satkhira Kolaroa 1 1 1 1 1 Y24 Satkhira Parulia 1 1 1 1 1 Y25 Satkhira Bashontopur 1 1 1 1 1 Y26 Satkhira Nakipur 1 1 1 1 1 Y27 Satkhira Nowabeki 1 1 1 1 1 Y28 Satkhira Bhetkhali 1 1 1 1 1 Y29 Satkhira Harinagar 1 1 1 1 1 Y30 Satkhira Ashashuni 1 1 1 1 1 Y31 Satkhira Borodol 1 1 1 1 1 Y32 Satkhira Patkelghata 1 1 1 1 1 Y33 Jessore Jessore Sadar 1 1 1 1 1 Y34 Jessore Rupdiya 1 1 1 1 1 Y35 Jessore Nabharon 1 1 1 1 1 Y

Page 116: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

118

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

36 Jessore Baghachra 1 1 1 1 1 Y37 Jessore Nowapara 1 1 1 1 1 Y38 Jessore Jhikargachha 1 1 1 1 1 Y39 Jessore Keshabpur 1 1 1 1 1 Y40 Jessore Khajura 1 1 1 1 1 Y41 Jessore Monirampur 1 1 1 1 1 Y42 Jessore Chougachha 1 1 1 1 1 Y43 Magura Magura Sadar 1 1 1 1 1 Y44 Magura Alokdiya 1 1 1 1 1 Y45 Magura Mohammadpur 1 1 1 1 1 Y46 Magura Binodpur 1 1 1 1 1 Y47 Magura Arpara 1 1 1 1 1 Y48 Magura Shreepur 1 1 1 1 1 Y49 Jhenaidah Jhenaidah

Sadar1 1 1 1 1 Y

50 Jhenaidah Hat Gopalpur 1 1 1 1 1 Y51 Jhenaidah Shoilkupa 1 1 1 1 1 Y52 Jhenaidah Horinakundu 1 1 1 1 1 Y53 Jhenaidah Kaliganj 1 1 1 1 1 Y54 Jhenaidah Barobazar 1 1 1 1 1 Y55 Jhenaidah Kotchadpur 1 1 1 1 1 Y56 Jhenaidah Maheshpur 1 1 1 1 1 Y57 Jhenaidah Dattanagar 1 1 1 1 1 Y58 Meherpur Meherpur

Sadar1 1 1 1 1 Y

59 Meherpur Amjhapi 1 1 1 1 1 Y60 Meherpur Gangni 1 1 1 1 1 Y61 Narail Narail Sadar 1 1 1 1 1 Y62 Narail Lohagora 1 1 1 1 1 Y63 Narail Noldi 1 1 1 1 1 Y64 Narail Kaliya 1 1 1 1 1 Y65 Narail Barodiya 1 1 1 1 1 Y66 Kushtia Kushtia Sadar 1 1 1 1 1 Y67 Kushtia Jagoti 1 1 1 1 1 Y

68 Kushtia Kumarkhali 1 1 1 1 1 Y69 Kushtia Khoksha 1 1 1 1 1 Y70 Kushtia Bheramara 1 1 1 1 1 Y71 Kushtia Mirpur 1 1 1 1 1 Y72 Kushtia Halsha 1 1 1 1 1 Y

Page 117: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

119

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

73 Kushtia Daulatpur 1 1 1 1 1 Y74 Chuadang

aChuadanga Sadar

1 1 1 1 1 Y

75 Chuadanga

Sarojganj 1 1 1 1 1 Y

76 Chuadanga

Dingedoho 1 1 1 1 1 Y

77 Chuadanga

Darshona 1 1 1 1 1 Y

78 Chuadanga

Jibonnagar 1 1 1 1 1 Y

79 Chuadanga

Alamdanga 1 1 1 1 1 Y

Page 118: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

120

BARISAL DIVISION (Depot/Silo)

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Barisal Barisal Sadar 1 1 1 1 1 Y2 Barisal Kaloshkathi 1 1 1 1 1 Y3 Barisal Babuganj 1 1 1 1 1 Y4 Barisal Shikarpur 1 1 1 1 1 Y5 Barisal Gouronodi 1 1 1 1 1 Y6 Barisal Agoilojhora 1 1 1 1 1 Y7 Barisal Muladi 1 1 1 1 1 Y8 Barisal Hijla 1 1 1 1 1 Y9 Barisal Mehendiganj 1 1 1 1 1 Y

10 Barisal Banoripara 1 1 1 1 1 Y11 Barisal Barisal Silo

(New)4 4 4 4 4 Y

12 Jhalokathi Jhalokathi Sadar

1 1 1 1 1 Y

13 Jhalokathi Nolchhiti 1 1 1 1 1 Y14 Jhalokathi Rajapur 1 1 1 1 1 Y15 Jhalokathi Amuwa 1 1 1 1 1 Y16 Pirojpur Pirojpur Sadar 1 1 1 1 1 Y17 Pirojpur Indurkani 1 1 1 1 1 Y18 Pirojpur Kaukhali 1 1 1 1 1 Y19 Pirojpur Mothbariya 1 1 1 1 1 Y20 Pirojpur Tushkhali 1 1 1 1 1 Y21 Pirojpur Bhandaria 1 1 1 1 1 Y22 Pirojpur Inderhaat 1 1 1 1 1 Y23 Pirojpur Sriramkathi 1 1 1 1 1 Y24 Bhola Bhola Sadar 1 1 1 1 1 Y25 Bhola Doulotkhan 1 1 1 1 1 Y26 Bhola Borhanuddin 1 1 1 1 1 Y27 Bhola Lalmohon 1 1 1 1 1 Y28 Bhola Chorfeshan 1 1 1 1 1 Y29 Bhola Shashibhusho

n1 1 1 1 1 Y

30 Bhola Monpura 1 1 1 1 1 Y31 Bhola Tajumuddin 1 1 1 1 1 Y32 Potuakhal

iPotuakhali Sadar

1 1 1 1 1 Y

33 Potuakhali

Boga 1 1 1 1 1 Y

34 Potuakhal Kalaiya 1 1 1 1 1 Y

Page 119: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

121

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

i35 Potuakhal

iSubidkhali 1 1 1 1 1 Y

36 Potuakhali

Doshmina 1 1 1 1 1 Y

37 Potuakhali

Golachipa 1 1 1 1 1 Y

38 Potuakhali

Khepupara 1 1 1 1 1 Y

39 Potuakhali

Rangabali 1 1 1 1 1 Y

40 Borguna Borguna Sadar

1 1 1 1 1 Y

41 Borguna Betagi 1 1 1 1 1 Y42 Borguna Amtoli 1 1 1 1 1 Y43 Borguna Taltoli 1 1 1 1 1 Y44 Borguna Pathorghata 1 1 1 1 1 Y45 Borguna Bamona 1 1 1 1 1 Y

Page 120: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

122

SYLHET DIVISION (Depot/Silo)

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

1 Sylhet Sylhet Sadar 1 1 1 1 1 Y2 Sylhet Khadimnagar 1 1 1 1 1 Y3 Sylhet Bishwanath 1 1 1 1 1 Y4 Sylhet Balaganj 1 1 1 1 1 Y5 Sylhet Tajpur 1 1 1 1 1 Y6 Sylhet Fenchuganj 1 1 1 1 1 Y7 Sylhet Gopalganj 1 1 1 1 1 Y8 Sylhet Sheola 1 1 1 1 1 Y9 Sylhet Kanaighat 1 1 1 1 1 Y

10 Sylhet Jokiganj 1 1 1 1 1 Y11 Sylhet Koliganj 1 1 1 1 1 Y12 Sylhet Joitnopur 1 1 1 1 1 Y13 Sylhet Dorbosto 1 1 1 1 1 Y14 Sylhet Gowainghat 1 1 1 1 1 Y15 Sylhet Companiganj 1 1 1 1 1 Y

16 Moulvibazar

Moulvibazar Sadar

1 1 1 1 1 Y

17 Moulvibazar

Sherpur 1 1 1 1 1 Y

18 Moulvibazar

Srimangal 1 1 1 1 1 Y

19 Moulvibazar

Kulaura 1 1 1 1 1 Y

20 Moulvibazar

Juri 1 1 1 1 1 Y

21 Moulvibazar

Borolekha 1 1 1 1 1 Y

22 Moulvibazar

Rajnagar 1 1 1 1 1 Y

23 Moulvibazar

Bhanugach 1 1 1 1 1 Y

24 Moulvibazar

Shamsernagar 1 1 1 1 1 Y

25 Moulvibazar

Munshirbazar 1 1 1 1 1 Y

26 Habiganj Habiganj Sadar

1 1 1 1 1 Y

27 Habiganj Shayestaganj 1 1 1 1 1 Y28 Habiganj Lakhai 1 1 1 1 1 Y29 Habiganj Madhabpur 1 1 1 1 1 Y30 Habiganj Noapara 1 1 1 1 1 Y

Page 121: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

123

Sr. No.

District Depot/ Silo Name

Desktop PC

Online UPS

Laser Printer, MFP

LTE Router

Chair-Table Set

Site Prep

31 Habiganj Chunarughat 1 1 1 1 1 Y32 Habiganj Amu Road 1 1 1 1 1 Y33 Habiganj Bahubol 1 1 1 1 1 Y

34 Habiganj Nabiganj 1 1 1 1 1 Y35 Habiganj Baniyachong 1 1 1 1 1 Y36 Habiganj Markuli 1 1 1 1 1 Y37 Habiganj Ajmiriganj 1 1 1 1 1 Y38 Habiganj Kakailsheo 1 1 1 1 1 Y39 Sunamganj Malikpur 1 1 1 1 1 Y40 Sunamganj Dowarabazar 1 1 1 1 1 Y41 Sunamganj Chhatok 1 1 1 1 1 Y42 Sunamganj Jagannathpur 1 1 1 1 1 Y43 Sunamganj Raniganj 1 1 1 1 1 Y44 Sunamganj Dirai 1 1 1 1 1 Y45 Sunamganj Gungiargaon 1 1 1 1 1 Y46 Sunamganj Dharmopasha 1 1 1 1 1 Y47 Sunamganj Joysree 1 1 1 1 1 Y48 Sunamganj Badshaganj 1 1 1 1 1 Y49 Sunamganj Modhyonagar 1 1 1 1 1 Y50 Sunamganj Sachona 1 1 1 1 1 Y51 Sunamganj Tahirpur 1 1 1 1 1 Y52 Sunamganj Bishombhorpu

r1 1 1 1 1 Y

Page 122: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

124

DHAKA DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Dhaka Dhaka DCF 5 5 5 0 N2 Dhaka Savar UCF 1 1 1 0 Y3 Dhaka Dhamrai UCF 1 1 1 0 Y4 Dhaka Nawabganj UCF 1 1 1 0 Y5 Dhaka Dohar UCF 1 1 1 0 Y6 Dhaka Keraniganj UCF 1 1 1 0 Y7 Dhaka Sutrapur UCF 1 1 1 0 Y8 Dhaka Tejgaon UCF 1 1 1 0 Y9 Gazipur Gazipur DCF 5 5 5 0 N

10 Gazipur Gazipur Sadar UCF

1 1 1 0 Y

11 Gazipur Kaliakoir UCF 1 1 1 0 Y12 Gazipur Sreepur UCF 1 1 1 0 Y13 Gazipur Kapashia UCF 1 1 1 0 Y14 Gazipur Kaliganj UCF 1 1 1 0 Y15 Narshingdi Narshingdi DCF 5 5 5 0 N16 Narshingdi Narshingdi Sadar

UCF1 1 1 0 Y

17 Narshingdi Raipur UCF 1 1 1 0 Y18 Narshingdi Polash UCF 1 1 1 0 Y19 Narshingdi Shibpur UCF 1 1 1 0 Y20 Narshingdi Monohordi UCF 1 1 1 0 Y21 Narshingdi Belabo UCF 1 1 1 0 Y22 Manikganj Manikganj DCF 5 5 5 0 N23 Manikganj Manikganj Sadar

UCF1 1 1 0 Y

24 Manikganj Shibaloy UCF 1 1 1 0 Y25 Manikganj Ghior UCF 1 1 1 0 Y26 Manikganj Shaturiya UCF 1 1 1 0 Y27 Manikganj Shingair UCF 1 1 1 0 Y28 Manikganj Harirampur UCF 1 1 1 0 Y29 Manikganj Daulatpur UCF 1 1 1 0 Y30 Narayanganj Narayanganj DCF 5 5 5 0 N31 Narayanganj Narayanganj Sadar

UCF1 1 1 0 Y

32 Narayanganj Sonargaon UCF 1 1 1 0 Y33 Narayanganj Araihazar UCF 1 1 1 0 Y34 Narayanganj Bondor UCF 1 1 1 0 Y

Page 123: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

125

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

35 Munshiganj Munshiganj DCF 5 5 5 0 N36 Munshiganj Munshiganj Sadar

UCF1 1 1 0 Y

37 Munshiganj Gojariya UCF 1 1 1 0 Y38 Munshiganj Tongibari UCF 1 1 1 0 Y39 Munshiganj Sirajdikhan UCF 1 1 1 0 Y40 Munshiganj Sreenagar UCF 1 1 1 0 Y41 Munshiganj Louhojang UCF 1 1 1 0 Y42 Faridpur Faridpur DCF 5 5 5 0 N43 Faridpur Faridpur Sadar

UCF1 1 1 0 Y

44 Faridpur Bawalmari UCF 1 1 1 0 Y45 Faridpur Bhanga UCF 1 1 1 0 Y46 Faridpur Sadarpur UCF 1 1 1 0 Y47 Faridpur Nagarkando UCF 1 1 1 0 Y48 Faridpur Madhukhali UCF 1 1 1 0 Y49 Faridpur Charbhadrashon

UCF1 1 1 0 Y

50 Faridpur Saltha UCF 1 1 1 0 Y51 Faridpur Alfadanga UCF 1 1 1 0 Y52 Madaripur Madaripur DCF 5 5 5 0 N53 Madaripur Madaripur Sadar

UCF1 1 1 0 Y

54 Madaripur Rajoir UCF 1 1 1 0 Y55 Madaripur Kalkini UCF 1 1 1 0 Y56 Madaripur Shibchor UCF 1 1 1 0 Y57 Gopalganj Gopalganj DCF 5 5 5 0 N58 Gopalganj Gopalganj Sadar

UCF1 1 1 0 Y

59 Gopalganj Mukshudpur UCF 1 1 1 0 Y60 Gopalganj Tongipara UCF 1 1 1 0 Y61 Gopalganj Kotalipara UCF 1 1 1 0 Y62 Gopalganj Kashiyani UCF 1 1 1 0 Y63 Rajbari Rajbari DCF 5 5 5 0 N64 Rajbari Rajbari Sadar UCF 1 1 1 0 Y65 Rajbari Pangsha UCF 1 1 1 0 Y66 Rajbari Baliyakandi UCF 1 1 1 0 Y67 Rajbari Kalukhali UCF 1 1 1 0 Y68 Rajbari Goalando UCF 1 1 1 0 Y69 Shariyatpur Shariyatpur DCF 5 5 5 0 N70 Shariyatpur Shariyatpur Sadar 1 1 1 0 Y

Page 124: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

126

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

UCF71 Shariyatpur Damudde UCF 1 1 1 0 Y72 Shariyatpur Goshairhaat UCF 1 1 1 0 Y73 Shariyatpur Noriya UCF 1 1 1 0 Y74 Shariyatpur Bhedorganj UCF 1 1 1 0 Y75 Shariyatpur Jajira UCF 1 1 1 0 Y76 Sherpur Sherpur DCF 5 5 5 0 N77 Sherpur Sherpur Sadar

UCF1 1 1 0 Y

78 Sherpur Nolitabari UCF 1 1 1 0 Y79 Sherpur Nakla UCF 1 1 1 0 Y80 Sherpur Srobidi UCF 1 1 1 0 Y81 Sherpur Jhinahgati UCF 1 1 1 0 Y82 Jamalpur Jamalpur DCF 5 5 5 0 N83 Jamalpur Jamalpur Sadar

UCF1 1 1 0 Y

84 Jamalpur Shorishabari UCF 1 1 1 0 Y85 Jamalpur Dewanganj UCF 1 1 1 0 Y86 Jamalpur Islampur UCF 1 1 1 0 Y87 Jamalpur Melandoho UCF 1 1 1 0 Y88 Jamalpur Madarganj UCF 1 1 1 0 Y89 Jamalpur Bakshiganj UCF 1 1 1 0 Y90 Mymensing

hMymensingh DCF 5 5 5 0 N

91 Mymensingh

Mymensingh Sadar UCF

1 1 1 0 Y

92 Mymensingh

Muktogachha UCF 1 1 1 0 Y

93 Mymensingh

Fulbaria UCF 1 1 1 0 Y

94 Mymensingh

Trishal UCF 1 1 1 0 Y

95 Mymensingh

Gafargaon UCF 1 1 1 0 Y

96 Mymensingh

Bhaluka UCF 1 1 1 0 Y

97 Mymensingh

Nandahol UCF 1 1 1 0 Y

98 Mymensingh

Ishwarganj UCF 1 1 1 0 Y

99 Mymensingh

Gouripur UCF 1 1 1 0 Y

10 Mymensing Fulpur UCF 1 1 1 0 Y

Page 125: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

127

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

0 h101

Mymensingh

Haluaghat UCF 1 1 1 0 Y

102

Mymensingh

Dhobaura UCF 1 1 1 0 Y

103

Kishorganj Kishorganj DCF 5 5 5 0 N

104

Kishorganj Kishorganj Sadar UCF

1 1 1 0 Y

105

Kishorganj Bhairab UCF 1 1 1 0 Y

106

Kishorganj Bajitpur UCF 1 1 1 0 Y

107

Kishorganj Kuliyarochor UCF 1 1 1 0 Y

108

Kishorganj Pakundia UCF 1 1 1 0 Y

109

Kishorganj Karimganj UCF 1 1 1 0 Y

110

Kishorganj Hossainpur UCF 1 1 1 0 Y

111

Kishorganj Katiyadi UCF 1 1 1 0 Y

112

Kishorganj Tarail UCF 1 1 1 0 Y

113

Kishorganj Nikli UCF 1 1 1 0 Y

114

Kishorganj Ashtogram UCF 1 1 1 0 Y

115

Kishorganj Itna UCF 1 1 1 0 Y

116

Kishorganj Mithamoin UCF 1 1 1 0 Y

117

Tangail Tangail DCF 5 5 5 0 N

118

Tangail Tangail Sadar UCF 1 1 1 0 Y

119

Tangail Shokhipur UCF 1 1 1 0 Y

120

Tangail Mirzapur UCF 1 1 1 0 Y

121

Tangail Basail UCF 1 1 1 0 Y

122

Tangail Nagarpur UCF 1 1 1 0 Y

12 Tangail Delduar UCF 1 1 1 0 Y

Page 126: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

128

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

3124

Tangail Kalihaati UCF 1 1 1 0 Y

125

Tangail Dhanbari UCF 1 1 1 0 Y

126

Tangail Ghatail UCF 1 1 1 0 Y

127

Tangail Madhupur UCF 1 1 1 0 Y

128

Tangail Gopalpur UCF 1 1 1 0 Y

129

Tangail Bhuwapur UCF 1 1 1 0 Y

130

Netrokona Netrokona DCF 5 5 5 0 N

131

Netrokona Netrokona Sadar UCF

1 1 1 0 Y

132

Netrokona Barhatta UCF 1 1 1 0 Y

133

Netrokona Purbodhola UCF 1 1 1 0 Y

134

Netrokona Mohonganj UCF 1 1 1 0 Y

135

Netrokona Kendua UCF 1 1 1 0 Y

136

Netrokona Dorgapur UCF 1 1 1 0 Y

137

Netrokona Modon UCF 1 1 1 0 Y

138

Netrokona Kolmakando UCF 1 1 1 0 Y

139

Netrokona Khaliyajuri UCF 1 1 1 0 Y

Page 127: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

129

CHITTAGONG DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Chittagong Chittagong DCF

5 5 5 0 N

2 Chittagong Bondor UCF 1 1 1 0 Y3 Chittagong Pahartoli UCF 1 1 1 0 Y4 Chittagong Dobolmuring

UCF1 1 1 0 Y

5 Chittagong Chandpur UCF 1 1 1 0 Y6 Chittagong Patenga UCF 1 1 1 0 Y7 Chittagong Halishohor

UCF1 1 1 0 Y

8 Chittagong Swandip UCF 1 1 1 0 Y9 Chittagong Mirshorai UCF 1 1 1 0 Y10 Chittagong Sitakunda UCF 1 1 1 0 Y11 Chittagong Fatikchhori

UCF1 1 1 0 Y

12 Chittagong Hathajari UCF 1 1 1 0 Y13 Chittagong Raujan UCF 1 1 1 0 Y14 Chittagong Rangunia UCF 1 1 1 0 Y15 Chittagong Bowalkhali

UCF1 1 1 0 Y

16 Chittagong Potiya UCF 1 1 1 0 Y17 Chittagong Chandonaish

UCF1 1 1 0 Y

18 Chittagong Satkaniya UCF 1 1 1 0 Y19 Chittagong Lohagora UCF 1 1 1 0 Y20 Chittagong Banshkhali

UCF1 1 1 0 Y

21 Chittagong Anowara UCF 1 1 1 0 Y22 Bandarban Bandarban

DCF5 5 5 0 N

23 Bandarban Bandarban Sadar UCF

1 1 1 0 Y

24 Bandarban Lama UCF 1 1 1 0 Y25 Bandarban Alikadom UCF 1 1 1 0 Y26 Bandarban Thanchhi UCF 1 1 1 0 Y27 Bandarban Ruma UCF 1 1 1 0 Y28 Bandarban Rowangchhori

UCF1 1 1 0 Y

29 Bandarban Naikhangchhori UCF

1 1 1 0 Y

30 Coxs Bazar Coxs Bazar DCF

5 5 5 0 N

Page 128: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

130

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

31 Coxs Bazar Coxs Bazar Sadar UCF

1 1 1 0 Y

32 Coxs Bazar Chokoriya UCF 1 1 1 0 Y33 Coxs Bazar Pakuwa UCF 1 1 1 0 Y34 Coxs Bazar Kutubdiya UCF 1 1 1 0 Y35 Coxs Bazar Maheshkhali

UCF1 1 1 0 Y

36 Coxs Bazar Ukhiya UCF 1 1 1 0 Y37 Coxs Bazar Teknaf UCF 1 1 1 0 Y38 Coxs Bazar Ramu UCF 1 1 1 0 Y39 Rangamati Rangamati

DCF5 5 5 0 N

40 Rangamati Rangamati Sadar UCF

1 1 1 0 Y

41 Rangamati Kaukhali UCF 1 1 1 0 Y42 Rangamati Borokol UCF 1 1 1 0 Y43 Rangamati Baghaichhori

UCF1 1 1 0 Y

44 Rangamati Naniyarchor UCF

1 1 1 0 Y

45 Rangamati Longgodu UCF 1 1 1 0 Y46 Rangamati Kaptai UCF 1 1 1 0 Y47 Rangamati Bilaichhori

UCF1 1 1 0 Y

48 Rangamati Juraichhori UCF

1 1 1 0 Y

49 Rangamati Rajostholi UCF 1 1 1 0 Y50 Khagrachhori Khagrachhori

DCF5 5 5 0 N

51 Khagrachhori Khagrachhori Sadar UCF

1 1 1 0 Y

52 Khagrachhori Moholchhori UCF

1 1 1 0 Y

53 Khagrachhori Panchhori UCF 1 1 1 0 Y54 Khagrachhori Dighinala UCF 1 1 1 0 Y55 Khagrachhori Guimara UCF 1 1 1 0 Y56 Khagrachhori Ramgarh UCF 1 1 1 0 Y57 Khagrachhori Manikchhori

UCF1 1 1 0 Y

58 Khagrachhori Lakshmichhori UCF

1 1 1 0 Y

59 Feni Feni DCF 5 5 5 0 N60 Feni Feni Sadar 1 1 1 0 Y

Page 129: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

131

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

UCF61 Feni Chhagolnaiyya

UCF1 1 1 0 Y

62 Feni Dagonbhuiyan UCF

1 1 1 0 Y

63 Feni Sonagazi UCF 1 1 1 0 Y64 Feni Porshuram

UCF1 1 1 0 Y

65 Feni Fulgazi UCF 1 1 1 0 Y66 Noakhali Noakhali DCF 5 5 5 0 N67 Noakhali Noakhali Sadar

UCF1 1 1 0 Y

68 Noakhali Shubarnochor UCF

1 1 1 0 Y

69 Noakhali Begumganj UCF

1 1 1 0 Y

70 Noakhali Sonaimuri UCF 1 1 1 0 Y71 Noakhali Chatkhil UCF 1 1 1 0 Y72 Noakhali Shenbagh UCF 1 1 1 0 Y73 Noakhali Companiganj

UCF1 1 1 0 Y

74 Noakhali Hatia UCF 1 1 1 0 Y75 Noakhali Kabirhaat UCF 1 1 1 0 Y76 Lokkhipur Lokkhipur DCF 5 5 5 0 N77 Lokkhipur Lokkhipur

Sadar UCF1 1 1 0 Y

78 Lokkhipur Raipur UCF 1 1 1 0 Y79 Lokkhipur Ramganj UCF 1 1 1 0 Y80 Lokkhipur Ramgati UCF 1 1 1 0 Y81 Lokkhipur Komolnagar

UCF1 1 1 0 Y

82 Chandpur Chandpur DCF 5 5 5 0 N83 Chandpur Chandpur

Sadar UCF1 1 1 0 Y

84 Chandpur Haziganj UCF 1 1 1 0 Y85 Chandpur Faridganj UCF 1 1 1 0 Y86 Chandpur Motlob (S)

UCF1 1 1 0 Y

87 Chandpur Motlob (N) UCF

1 1 1 0 Y

88 Chandpur Shahrasti UCF 1 1 1 0 Y89 Chandpur Kochua UCF 1 1 1 0 Y90 Chandpur Haimochor

UCF1 1 1 0 Y

Page 130: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

132

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

91 Comilla Comilla DCF 5 5 5 0 N92 Comilla Adorsho Sadar

UCF1 1 1 0 Y

93 Comilla Sadar (S) UCF 1 1 1 0 Y94 Comilla Burichong UCF 1 1 1 0 Y95 Comilla Borura UCF 1 1 1 0 Y96 Comilla Chandina UCF 1 1 1 0 Y97 Comilla Homna UCF 1 1 1 0 Y98 Comilla Meghna UCF 1 1 1 0 Y99 Comilla Daudkandi

UCF1 1 1 0 Y

100 Comilla Titas UCF 1 1 1 0 Y101 Comilla Muradnagar

UCF1 1 1 0 Y

102 Comilla Debidwar UCF 1 1 1 0 Y103 Comilla Brahmanpara

UCF1 1 1 0 Y

104 Comilla Chouddogram UCF

1 1 1 0 Y

105 Comilla Laksam UCF 1 1 1 0 Y106 Comilla Manoharganj

UCF1 1 1 0 Y

107 Comilla Nangalkot UCF 1 1 1 0 Y108 Brahmanbaria Brahmanbaria

DCF5 5 5 0 N

109 Brahmanbaria Brahmanbaria Sadar UCF

1 1 1 0 Y

110 Brahmanbaria Ashuganj UCF 1 1 1 0 Y111 Brahmanbaria Bijoynagar

UCF1 1 1 0 Y

112 Brahmanbaria Kasba UCF 1 1 1 0 Y113 Brahmanbaria Akhaura UCF 1 1 1 0 Y114 Brahmanbaria Shorail UCF 1 1 1 0 Y115 Brahmanbaria Banchharampur

UCF1 1 1 0 Y

116 Brahmanbaria Nabinagar UCF 1 1 1 0 Y117 Brahmanbaria Nachhirnagar

UCF1 1 1 0 Y

Page 131: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

133

RAJSHAHI DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Rajshahi Rajshahi DCF 5 5 5 0 N2 Rajshahi Boalia UCF 1 1 1 0 Y3 Rajshahi Poba UCF 1 1 1 0 Y4 Rajshahi Mohonpur UCF 1 1 1 0 Y5 Rajshahi Bagamara UCF 1 1 1 0 Y6 Rajshahi Tanor UCF 1 1 1 0 Y7 Rajshahi Godagari UCF 1 1 1 0 Y8 Rajshahi Puthiya UCF 1 1 1 0 Y9 Rajshahi Durgapur UCF 1 1 1 0 Y

10 Rajshahi Bagha UCF 1 1 1 0 Y11 Rajshahi Charghat UCF 1 1 1 0 Y12 Chapainawabgan

jChapainawabganj DCF

4 4 4 0 N

13 Chapainawabganj

Chapainawabganj Sadar UCF

1 1 1 0 Y

14 Chapainawabganj

Nachol UCF 1 1 1 0 Y

15 Chapainawabganj

Gomoshpur UCF 1 1 1 0 Y

16 Chapainawabganj

Bholahaat UCF 1 1 1 0 Y

17 Chapainawabganj

Shibganj UCF 1 1 1 0 Y

18 Nator Nator DCF 4 4 4 0 N19 Nator Nator Sadar UCF 1 1 1 0 Y20 Nator Shingra UCF 1 1 1 0 Y21 Nator Boraigram UCF 1 1 1 0 Y22 Nator Lalpur UCF 1 1 1 0 Y23 Nator Bagatipara UCF 1 1 1 0 Y24 Nator Gurudaspur UCF 1 1 1 0 Y25 Naogaon Naogaon DCF 5 5 5 0 N26 Naogaon Naogaon Sadar

UCF1 1 1 0 Y

27 Naogaon Atrai UCF 1 1 1 0 Y28 Naogaon Raninagar UCF 1 1 1 0 Y29 Naogaon Mohadebpur

UCF1 1 1 0 Y

30 Naogaon Potnitola UCF 1 1 1 0 Y31 Naogaon Dhamuirhaat

UCF1 1 1 0 Y

Page 132: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

134

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

32 Naogaon Shapahar UCF 1 1 1 0 Y33 Naogaon Porsha UCF 1 1 1 0 Y34 Naogaon Manda UCF 1 1 1 0 Y35 Naogaon Bodolgachhi

UCF1 1 1 0 Y

36 Naogaon Niyamatpur UCF 1 1 1 0 Y37 Pabna Pabna DCF 5 5 5 0 N38 Pabna Pabna Sadar

UCF1 1 1 0 Y

39 Pabna Ishwardi UCF 1 1 1 0 Y40 Pabna Atghoria UCF 1 1 1 0 Y41 Pabna Chatmohor UCF 1 1 1 0 Y42 Pabna Bhangura UCF 1 1 1 0 Y43 Pabna Faridpur UCF 1 1 1 0 Y44 Pabna Bera UCF 1 1 1 0 Y45 Pabna Sathiya UCF 1 1 1 0 Y46 Pabna Sujanagar UCF 1 1 1 0 Y47 Shirajganj Shirajganj DCF 5 5 5 0 N48 Shirajganj Shirajganj Sadar

UCF1 1 1 0 Y

49 Shirajganj Ullapara UCF 1 1 1 0 Y50 Shirajganj Shahjatpur UCF 1 1 1 0 Y51 Shirajganj Raiganj UCF 1 1 1 0 Y52 Shirajganj Tarash UCF 1 1 1 0 Y53 Shirajganj Belkuchi UCF 1 1 1 0 Y54 Shirajganj Kazipur UCF 1 1 1 0 Y55 Shirajganj Kamarkhondo

UCF1 1 1 0 Y

56 Shirajganj Chouhali UCF 1 1 1 0 Y57 Bogura Bogura DCF 5 5 5 0 N58 Bogura Bogura Sadar

UCF1 1 1 0 Y

59 Bogura Shahjahanpur UCF

1 1 1 0 Y

60 Bogura Shibganj UCF 1 1 1 0 Y61 Bogura Shonatola UCF 1 1 1 0 Y62 Bogura Gabtoli UCF 1 1 1 0 Y63 Bogura Shoriyakandi

UCF1 1 1 0 Y

64 Bogura Dhunot UCF 1 1 1 0 Y65 Bogura Sherpur UCF 1 1 1 0 Y66 Bogura Nandigram UCF 1 1 1 0 Y

Page 133: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

135

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

67 Bogura Kahalu UCF 1 1 1 0 Y68 Bogura Dhupchachiya

UCF1 1 1 0 Y

69 Bogura Alamdighi UCF 1 1 1 0 Y70 Jaipurhaat Jaipurhaat DCF 4 4 4 0 N71 Jaipurhaat Jaipurhaat Sadar

UCF1 1 1 0 Y

72 Jaipurhaat Panchbibi UCF 1 1 1 0 Y73 Jaipurhaat Akkelpur UCF 1 1 1 0 Y74 Jaipurhaat Kaalai UCF 1 1 1 0 Y75 Jaipurhaat Khetlal UCF 1 1 1 0 Y

Page 134: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

136

RANGPUR DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Dinajpur Dinajpur DCF 4 4 4 0 N2 Dinajpur Dinajpur Sadar

UCF1 1 1 0 Y

3 Dinajpur Birol UCF 1 1 1 0 Y4 Dinajpur Bochaganj UCF 1 1 1 0 Y5 Dinajpur Chirirbandor

UCF1 1 1 0 Y

6 Dinajpur Birganj UCF 1 1 1 0 Y7 Dinajpur Kaharol UCF 1 1 1 0 Y8 Dinajpur Khanshama

UCF1 1 1 0 Y

9 Dinajpur Parbotipur UCF 1 1 1 0 Y10 Dinajpur Fulbari UCF 1 1 1 0 Y11 Dinajpur Ghoraghat UCF 1 1 1 0 Y12 Dinajpur Hakimpur UCF 1 1 1 0 Y13 Dinajpur Nawabganj

UCF1 1 1 0 Y

14 Dinajpur Birampur UCF 1 1 1 0 Y15 Thakurgaon Thakurgaon

DCF4 4 4 0 N

16 Thakurgaon Thakurgaon Sadar UCF

1 1 1 0 Y

17 Thakurgaon Pirganj UCF 1 1 1 0 Y18 Thakurgaon Ranishongkoil

UCF1 1 1 0 Y

19 Thakurgaon Haripur UCF 1 1 1 0 Y20 Thakurgaon Baliyadangi

UCF1 1 1 0 Y

21 Panchagarh Panchagarh DCF

4 4 4 0 N

22 Panchagarh Panchagarh Sadar UCF

1 1 1 0 Y

23 Panchagarh Boda UCF 1 1 1 0 Y24 Panchagarh Debiganj UCF 1 1 1 0 Y25 Panchagarh Atoarhi UCF 1 1 1 0 Y26 Panchagarh Tetulia UCF 1 1 1 0 Y27 Rangpur Rangpur DCF 4 4 4 0 N28 Rangpur Rangpur Sadar

UCF1 1 1 0 Y

29 Rangpur Badarganj UCF 1 1 1 0 Y30 Rangpur Mitapukur UCF 1 1 1 0 Y

Page 135: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

137

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

31 Rangpur Pirganj UCF 1 1 1 0 Y32 Rangpur Taraganj UCF 1 1 1 0 Y33 Rangpur Gangachhora

UCF1 1 1 0 Y

34 Rangpur Kaunia UCF 1 1 1 0 Y35 Rangpur Pirgachha UCF 1 1 1 0 Y36 Kurigram Kurigram DCF 4 4 4 0 N37 Kurigram Kurigram Sadar

UCF1 1 1 0 Y

38 Kurigram Nageshwari UCF

1 1 1 0 Y

39 Kurigram Bhurungamari UCF

1 1 1 0 Y

40 Kurigram Fulbari UCF 1 1 1 0 Y41 Kurigram Rajarhat UCF 1 1 1 0 Y42 Kurigram Ulipur UCF 1 1 1 0 Y43 Kurigram Chilmari UCF 1 1 1 0 Y44 Kurigram Roumari UCF 1 1 1 0 Y45 Kurigram Rajibpur UCF 1 1 1 0 Y46 Lalmonirhaa

tLalmonirhaat DCF

4 4 4 0 N

47 Lalmonirhaat

Lalmonirhaat Sadar UCF

1 1 1 0 Y

48 Lalmonirhaat

Hatibandha UCF

1 1 1 0 Y

49 Lalmonirhaat

Kaliganj UCF 1 1 1 0 Y

50 Lalmonirhaat

Aditmari UCF 1 1 1 0 Y

51 Lalmonirhaat

Patgram UCF 1 1 1 0 Y

52 Nilfamari Nilfamari DCF 4 4 4 0 N53 Nilfamari Nilfamari Sadar

UCF1 1 1 0 Y

54 Nilfamari Syedpur UCF 1 1 1 0 Y55 Nilfamari Domar UCF 1 1 1 0 Y56 Nilfamari Jaldhaka UCF 1 1 1 0 Y57 Nilfamari Dimla UCF 1 1 1 0 Y58 Nilfamari Kishorganj

UCF1 1 1 0 Y

59 Gaibandha Gaibandha DCF 4 4 4 0 N60 Gaibandha Gaibandha

Sadar UCF1 1 1 0 Y

Page 136: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

138

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

61 Gaibandha Shaghata UCF 1 1 1 0 Y62 Gaibandha Sadullahpur

UCF1 1 1 0 Y

63 Gaibandha Sundarganj UCF

1 1 1 0 Y

64 Gaibandha Gobindoganj UCF

1 1 1 0 Y

65 Gaibandha Polashbari UCF 1 1 1 0 Y66 Gaibandha Fulchhori UCF 1 1 1 0 Y

Page 137: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

139

KHULNA DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Khulna Khulna DCF 4 4 4 0 N2 Khulna Dacope UCF 1 1 1 0 Y3 Khulna Dumuria UCF 1 1 1 0 Y4 Khulna Paikgachha UCF 1 1 1 0 Y5 Khulna Terkhada UCF 1 1 1 0 Y6 Khulna Batiaghata UCF 1 1 1 0 Y7 Khulna Fultola UCF 1 1 1 0 Y8 Khulna Koyra UCF 1 1 1 0 Y9 Khulna Rupsha UCF 1 1 1 0 Y10 Khulna Khulna UCF 1 1 1 0 Y

11 Khulna Dighlia UCF 1 1 1 0 Y12 Bagerhaat Bagerhaat DCF 4 4 4 0 N13 Bagerhaat Bagerhaat Sadar

UCF1 1 1 0 Y

14 Bagerhaat Morrolganj UCF 1 1 1 0 Y15 Bagerhaat Rampal UCF 1 1 1 0 Y16 Bagerhaat Shoronkhola

UCF1 1 1 0 Y

17 Bagerhaat Mongla UCF 1 1 1 0 Y18 Bagerhaat Fakirhaat UCF 1 1 1 0 Y19 Bagerhaat Moirihaat UCF 1 1 1 0 Y20 Bagerhaat Kochua UCF 1 1 1 0 Y21 Bagerhaat Chitolmari UCF 1 1 1 0 Y22 Satkhira Satkhira DCF 4 4 4 0 N23 Satkhira Satkhira Sadar

UCF1 1 1 0 Y

24 Satkhira Kolaroa UCF 1 1 1 0 Y25 Satkhira Debhata UCF 1 1 1 0 Y26 Satkhira Kaliganj UCF 1 1 1 0 Y27 Satkhira Shyamnagar

UCF1 1 1 0 Y

28 Satkhira Ashashuni UCF 1 1 1 0 Y29 Satkhira Tala UCF 1 1 1 0 Y30 Jessore Jessore DCF 4 4 4 0 N31 Jessore Jessore Sadar

UCF1 1 1 0 Y

32 Jessore Sharsha UCF 1 1 1 0 Y33 Jessore Abhaynagar

UCF1 1 1 0 Y

Page 138: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

140

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

34 Jessore Jhikargachha UCF

1 1 1 0 Y

35 Jessore Keshabpur UCF 1 1 1 0 Y36 Jessore Bagharpara UCF 1 1 1 0 Y37 Jessore Monirampur

UCF1 1 1 0 Y

38 Jessore Chougachha UCF

1 1 1 0 Y

39 Magura Magura DCF 4 4 4 0 N40 Magura Magura Sadar

UCF1 1 1 0 Y

41 Magura Mohammadpur UCF

1 1 1 0 Y

42 Magura Shalikha UCF 1 1 1 0 Y43 Magura Shreepur UCF 1 1 1 0 Y44 Jhenaidah Jhenaidah DCF 4 4 4 0 N45 Jhenaidah Jhenaidah Sadar

UCF1 1 1 0 Y

46 Jhenaidah Shoilkupa UCF 1 1 1 0 Y47 Jhenaidah Horinakundu

UCF1 1 1 0 Y

48 Jhenaidah Kaliganj UCF 1 1 1 0 Y49 Jhenaidah Kotchadpur UCF 1 1 1 0 Y0 Jhenaidah Maheshpur UCF 1 1 1 0 Y51 Meherpur Meherpur DCF 4 4 4 0 N52 Meherpur Meherpur Sadar

UCF1 1 1 0 Y

53 Meherpur Gangni UCF 1 1 1 0 Y54 Meherpur Mujibnagar UCF 1 1 1 0 Y55 Narail Narail DCF 4 4 4 0 N56 Narail Narail Sadar

UCF1 1 1 0 Y

57 Narail Lohagora UCF 1 1 1 0 Y58 Narail Kaliya UCF 1 1 1 0 Y59 Kushtia Kushtia DCF 4 4 4 0 N60 Kushtia Kushtia Sadar

UCF1 1 1 0 Y

61 Kushtia Kumarkhali UCF

1 1 1 0 Y

62 Kushtia Khoksha UCF 1 1 1 0 Y63 Kushtia Bheramara UCF 1 1 1 0 Y64 Kushtia Mirpur UCF 1 1 1 0 Y65 Kushtia Daulatpur UCF 1 1 1 0 Y

Page 139: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

141

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

66 Chuadanga

Chuadanga DCF 4 4 4 0 N

67 Chuadanga

Chuadanga Sadar UCF

1 1 1 0 Y

68 Chuadanga

Damurhuda UCF 1 1 1 0 Y

69 Chuadanga

Jibonnagar UCF 1 1 1 0 Y

70 Chuadanga

Alamdanga UCF 1 1 1 0 Y

Page 140: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

142

BARISAL DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Barisal Barisal DCF 5 5 5 0 N2 Barisal Barisal Sadar UCF 1 1 1 0 Y3 Barisal Bakerganj UCF 1 1 1 0 Y4 Barisal Babuganj UCF 1 1 1 0 Y5 Barisal Ujirpur UCF 1 1 1 0 Y6 Barisal Gouronodi UCF 1 1 1 0 Y7 Barisal Agoilojhora UCF 1 1 1 0 Y8 Barisal Muladi UCF 1 1 1 0 Y9 Barisal Hijla UCF 1 1 1 0 Y

10 Barisal Mehendiganj UCF 1 1 1 0 Y11 Barisal Banoripara UCF 1 1 1 0 Y12 Jhalokathi Jhalokathi DCF 5 5 5 0 N13 Jhalokathi Jhalokathi Sadar

UCF1 1 1 0 Y

14 Jhalokathi Nolchhiti UCF 1 1 1 0 Y15 Jhalokathi Rajapur UCF 1 1 1 0 Y16 Jhalokathi Kathalia UCF 1 1 1 0 Y17 Pirojpur Pirojpur DCF 5 5 5 0 N18 Pirojpur Pirojpur Sadar

UCF1 1 1 0 Y

19 Pirojpur Jianagar UCF 1 1 1 0 Y20 Pirojpur Kaukhali UCF 1 1 1 0 Y21 Pirojpur Mothbariya UCF 1 1 1 0 Y22 Pirojpur Bhandaria UCF 1 1 1 0 Y23 Pirojpur Nechharabad UCF 1 1 1 0 Y24 Pirojpur Nazirpur UCF 1 1 1 0 Y25 Bhola Bhola DCF 5 5 5 0 N26 Bhola Bhola Sadar UCF 1 1 1 0 Y27 Bhola Doulotkhan UCF 1 1 1 0 Y28 Bhola Borhanuddin UCF 1 1 1 0 Y29 Bhola Lalmohon UCF 1 1 1 0 Y30 Bhola Chorfeshan UCF 1 1 1 0 Y31 Bhola Tajumuddin UCF 1 1 1 0 Y32 Bhola Monpura UCF 1 1 1 0 Y33 Potuakhal

iPotuakhali DCF 5 5 5 0 N

34 Potuakhali

Potuakhali Sadar UCF

1 1 1 0 Y

35 Potuakhali

Baufal UCF 1 1 1 0 Y

Page 141: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

143

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

36 Potuakhali

Mirzapur UCF 1 1 1 0 Y

37 Potuakhali

Doshmina UCF 1 1 1 0 Y

38 Potuakhali

Golachipa UCF 1 1 1 0 Y

39 Potuakhali

Kolapara UCF 1 1 1 0 Y

40 Potuakhali

Rangabali UCF 1 1 1 0 Y

41 Borguna Borguna DCF 5 5 5 0 N42 Borguna Borguna Sadar

UCF1 1 1 0 Y

43 Borguna Betagi UCF 1 1 1 0 Y44 Borguna Amtoli UCF 1 1 1 0 Y45 Borguna Taltoli UCF 1 1 1 0 Y46 Borguna Pathorghata UCF 1 1 1 0 Y47 Borguna Bamona UCF 1 1 1 0 Y

Page 142: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

144

SYLHET DIVISION (Upazilla/District Offices)

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

1 Sylhet Sylhet DCF 5 5 5 0 N2 Sylhet Sylhet Sadar UCF 1 1 1 0 Y3 Sylhet Dokkhin Surma

UCF1 1 1 0 Y

4 Sylhet Bishwanath UCF 1 1 1 0 Y5 Sylhet Balaganj UCF 1 1 1 0 Y6 Sylhet Fenchuganj UCF 1 1 1 0 Y7 Sylhet Gopalganj UCF 1 1 1 0 Y8 Sylhet Biyanibazar UCF 1 1 1 0 Y9 Sylhet Kanaighat UCF 1 1 1 0 Y

10 Sylhet Jokiganj UCF 1 1 1 0 Y11 Sylhet Joitnopur UCF 1 1 1 0 Y12 Sylhet Gowainghat UCF 1 1 1 0 Y13 Sylhet Companiganj

UCF1 1 1 0 Y

14 Moulvibazar

Moulvibazar DCF 5 5 5 0 N

15 Moulvibazar

Moulvibazar Sadar UCF

1 1 1 0 Y

16 Moulvibazar

Srimangal UCF 1 1 1 0 Y

17 Moulvibazar

Kulaura UCF 1 1 1 0 Y

18 Moulvibazar

Juri UCF 1 1 1 0 Y

19 Moulvibazar

Borolekha UCF 1 1 1 0 Y

20 Moulvibazar

Rajnagar UCF 1 1 1 0 Y

21 Moulvibazar

Komolganj UCF 1 1 1 0 Y

22 Habiganj Habiganj DCF 5 5 5 0 N23 Habiganj Habiganj Sadar

UCF1 1 1 0 Y

24 Habiganj Lakhai UCF 1 1 1 0 Y25 Habiganj Madhabpur UCF 1 1 1 0 Y6 Habiganj Chunarughat UCF 1 1 1 0 Y

27 Habiganj Bahubol UCF 1 1 1 0 Y28 Habiganj Nabiganj UCF 1 1 1 0 Y29 Habiganj Baniyachong UCF 1 1 1 0 Y30 Habiganj Ajmiriganj UCF 1 1 1 0 Y

Page 143: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

145

Sr. No.

District District/ Upazilla Office

Desktop PC

Line Interactive UPS

Laser Printer, MFP

Chair-Table Set

Site Prep

31 Sunamganj Sunamganj DCF 5 5 5 0 N32 Sunamganj Sunamganj Sadar

UCF1 1 1 0 Y

33 Sunamganj Dokkhin Sunamganj UCF

1 1 1 0 Y

34 Sunamganj Dowarabazar UCF 1 1 1 0 Y35 Sunamganj Chhatok UCF 1 1 1 0 Y36 Sunamganj Jagannathpur UCF 1 1 1 0 Y37 Sunamganj Dirai UCF 1 1 1 0 Y38 Sunamganj Shalla UCF 1 1 1 0 Y39 Sunamganj Dharmopasha

UCF1 1 1 0 Y

40 Sunamganj Jamalganj UCF 1 1 1 0 Y41 Sunamganj Tahirpur UCF 1 1 1 0 Y42 Sunamganj Bishombhorpur

UCF1 1 1 0 Y

Page 144: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

146

OTHER OFFICES OF DG FOOD

Sr. No.

Office Name Desktop PC

Line Interactive UPS

Laser Printer, MPF

Chair-Table Set

Site Prep

01 DG Food, Head Office 130 130 60 50 N

02 RCF, Dhaka 6 6 6 0 N

03 RCF, Chittagong 6 6 6 0 N

04 RCF, Rajshahi 6 6 6 0 N

05 RCF, Rangpur 6 6 6 0 N

06 RCF, Khulna 6 6 6 0 N

07 RCF, Barisal 6 6 6 0 N

08 RCF, Sylhet 6 6 6 0 N

09 CCDR, Dhaka 6 6 6 6 N

10 Advanced Flour Mill, Dhaka 2 2 2 0 N

11 CMS, Chittagong 2 2 2 2 N

12 CMS, Khulna 2 2 2 2 N

Other

Sr. No.

Office Name Online UPS

LTE Router

01 MFSP PMU Office 1 1

Windows Server Standard Edition and System Center Software License Distribution

Sr. No. Office Name Active Directory System Center Network Access Protection

01 National Data Centre 1 1 1

Spares Distribution in the DG Food Offices

Sr. No.

Equipment Name

Dhaka HO

Dhaka RCF

Chittagong RCF

Rajshahi RCF

Rangpur RCF

Khulna RCF

Barisal RCF

Sylhet RCF

01 Desktop PCs 6 20 16 11 9 10 6 6

Page 145: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

147

Page 146: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

148

2. List of Related Services and Completion Schedule [This table shall be filled in by the Purchaser. The Required Completion Dates should be realistic, and consistent with the required Goods Delivery Dates (as per Incoterms)]

Service Description of Service Quantity Physical Unit

Place where Services shall be performed

Final Completion Date(s) of Services

1 Site Preparation:Electrical and earthing work at all DG Food sites (depots/ silos and offices) to prepare for commissioning and using the Desktop PCs and other peripheral devices

1117 No. of Sites Refer the Goods Distribution Details table in the “List of Goods and Delivery Schedule”

Refer to “Delivery and Completion Schedule” table in this section

2 Computer Training: Planning, preparation, scheduling and delivery of Basic Computer Operations training to around 3500 resources of DG Food with a batch size of 25 each, including all logistics and venue arrangement for training

140 No. of Batches To be determined by the successful bidder in consultation with DG Food and PMU

Refer to “Delivery and Completion Schedule” table in this section

3 Hardware Support and Maintenance: Operational support and maintenance of ClientSite hardware components (Desktop PCs, UPS, LTE Router, MFP Printer) for 3 years

3 No. of Years Refer the Project Sites in the “List of Goods and Delivery Schedule”

3 Years from the date of completion of equipment commissioning

Page 147: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

149

Service Description of Service Quantity Physical Unit

Place where Services shall be performed

Final Completion Date(s) of Services

4 System Software Support and Maintenance: Operational support and maintenance of Windows Server Standard Edition and System Center Standard Core (Latest Edition) in Data Center and related Configuration Manager and CAL licenses for all the desktop PCs

3 No. of Years Refer the Project Sites in the “List of Goods and Delivery Schedule”

3 Years from the date of completion of equipment commissioning

5 Data Connectivity for LTE Routers: Provision of 2 GB data per month including per month cost for 3 years at 2 mbps speed for the LTE Sim-based Router (700 Nos)

3 No. of Years Refer the Project Sites in the “List of Goods and Delivery Schedule”

3 Years from the date of completion of equipment commissioning

6 Dedicated Manpower Support:Provision of 2 dedicated Service Engineers at each of the RCF Offices to support the corresponding Division

3 No. of Years Refer the Project Sites in the “List of Goods and Delivery Schedule”

3 Years from the date of completion of equipment commissioning

Page 148: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

150

Details of Training Course and Curriculum

Basic computer knowledge training such as Computer awareness, basics of hardware, and basics of networking, basics of troubleshooting, internet, e-mail, Avro software and Office applications would be provided. The details are provided below:

Type of Training: Basic Computer Operations & Benefits of IT

Tentative Areas / Modules to Cover

1. Should focus on the awareness of the general benefits of IT systems such as automation of routine tasks or moving from the paper-based records management to a computer based electronic records system

2. Fundamentals of computer usage should focus on the basics of using the computer, keyboard, and mouse in order to make the users feel comfortable with the computer.

3. Email and Office (only relevant) suite training

4. Avro software training

5. Search and Refining Search Results (on Internet)

6. Training on analytical functions of the computer

7. Bangla and English Typing Training

Minimum Expected Duration: 40 hours (5 days) of Class Room Training spending sufficient time on practical sessions and Typing lessons/practice

Course Content Development: The successful bidder will be provided the tutorial developed for the users/attendees of this training by the MFSP IT Consulting Firm, as reviewed and approved by DG Food. The bidder will develop training slides to be used for training delivery as well as Computer Based Training (CBT) software.

The selected bidder shall handover one printed copy of training material and the necessary stationaries (writing pad, pen, folder etc.) to each participant at each of the trainings.

Training Plan: To be created by the successful bidder in coordination with MFSP Project Office and DG Food. The scheduling should take into account a total of 3500 resources to be trained, suggested batch size of 25 trainees and duration of 8 months to complete the entire training delivery and evaluation.

Page 149: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

151

Training Evaluation: The Firm will conduct evaluation of the trainees. Representative of the ICT Consulting Firm and DG Food or MFSP may be involved.

Training Logistics:The entire training of 3500 resources of DG Food shall be done in batches, with a batch size of 25 and each batch having one (1) trainer and two (2) demonstrators. Hence planning shall be done to conduct training for 140 batches.

A 25-seater multimedia training room shall be arranged for each batch, having a desktop computer for each participant, internet connectivity for each desktop (wired or wireless), multimedia projector with a screen, microphone(s) and a whiteboard.

Training allowance of BDT 1000/- per participant per 5-day training shall be applicable and to be borne by the selected bidder. Additionally the selected bidder shall make arrangements for lunch and two (2) refreshments for each participant on a daily basis at the training venue through the entire duration of the training.

Page 150: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

152

The curriculum for the training is provided below.

Sl. No

Training Name

Course Topics Training Curriculum Mode of Training

1 Basic computer operations and benefits of IT

Introduction to the Computer

1. What is computer?2. What a Computer can do?3. Basic terminologies of

computer4. Different types of computers5. Why computers are required

in our daily life6. How to turn on and off the

computer

Classroom Training

Computer based Training (CBT)

2 Know your computer

1. Major physical components of desktop computer

2. What is desktop3. What are the major

components of a windows4. Working with Mouse5. Working with Keyboard6. Introduction to login and

Password

Classroom Training

Computer based Training (CBT)

3 Basic File and Folder management

1. Create and delete a new directory

2. Open, Close, Minimize a directory and file

3. Create various files into a directory

4. Cut, copy and paste any file from one directory to another directory or one location to another location

Classroom Training

Computer based Training (CBT)

4 Work with Microsoft Office Word

1. Understanding Word Processinga. Word Processing Basicb. Opening & Closing of

Documentsc. Text Creation and

Manipulation2. Formatting MS Word

Documentsa. Super/Sub Scriptingb. Alignmentc. Colour & Background

Classroom Training

Computer based Training (CBT)

Page 151: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

153

Sl. No

Training Name

Course Topics Training Curriculum Mode of Training

d. Character Space Settinge. Tabs Settingf. Bullets and Indentingg. Spell check, language

setting and thesaurush. Document Printing

3. Use of Tables in MS Worda. Table Handlingb. Borders and Shading

4. Other Frequently Used Featuresa. Cut Copy Paste and

Special Pasteb. Inserting Objectsc. Page Setup/Breakd. Working in Track

Change Mode

5 Work with Microsoft Office Excel

1. Basics of Spreadsheet2. Formatting Cells3. Formulas and Functions4. Creation of Charts5. Data Sort, Group and

Validate6. Editing and Printing

Classroom Training

Computer based Training (CBT)

6 Work with Microsoft Office Power Point

1. Basics of Power Point2. Creating Presentations3. Working with Table4. Preparation and Presentation

of Slides5. Slide Transition and

Animation6. Slide Layout and

Background7. Presentation/Handout

Printing

Classroom Training

Computer based Training (CBT)

7 Work with Avro software

1. Features of Avro Software2. Auto Correct Function3. Preview Window Viewing

Facility4. Special Rules

Classroom Training

Computer based Training

Page 152: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

154

Sl. No

Training Name

Course Topics Training Curriculum Mode of Training

(CBT)

7 Work on Internet Navigating a webpage ISP URL Web site Home page Bookmark Search engine Web browsing (IE,

Chrome, Mozilla) o Navigation o Toolbars o Menu options o Scrolling o Minimize, maximize

and close o Favourites

Classroom Training

Computer based Training (CBT)

8 Communication and Collaboration

1. Basic of Computer Networks

2. LAN, WAN3. Concept of Internet4. Connecting to Internet5. Internet Connectivity related

troubleshooting6. Basics of Electronic Mail7. Getting an Email Account8. Sending and receiving

emails9. Accessing Sent Emails10. Using Emails11. Document Collaboration12. Instant Messaging

Classroom Training

Computer based Training (CBT)

9 How to Use the Tablet

1. Switch on/off the tablet2. Open/close the applications3. Basic operations of Tablet4. How to access internet on

Tablet5. Basic troubleshooting

Computer based Training (CBT)

Page 153: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

155

Page 154: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

156

Delivery and Completion Schedule

The procurement, supply and commissioning of ICT equipment along with planning, preparation and delivery of training for Basic Computer Operations must be completed as per the following schedule:

Sl. No Activity Completion timeline1 Submission of procurement plan and delivery schedule T+1 Week2 Procurement, supply and commissioning of equipment and

submission of equipment inspection reportT+6 months

3 Submission of site commissioning report T+7 months4 Submission of training slides, computer based training

(CBT) software and delivery scheduleT+4 months

5 Delivery and submission of training quality and effectiveness evaluation report

T+12 months

6 Submission of ICT equipment SLA report Quarterly (from date of completion of equipment commissioning)

7 Submission of Training SLA report Weekly (from date of commencing the training delivery)

Where, T= the Contract signing date

Page 155: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

157

SERVICE LEVEL AGREEMENTS (SLA)

Sr. No.

SLA Description Target Performance Non-Compliance to SLA

01 Delay in replacement of any device or other peripheral which was found to be defective by MFSP/DG Food

Within 2 weeks from the time of reporting /delivery of H/W

No Deductions

Between 2 weeks and 4 weeks

5% of the value of the defective hardware will be deducted

Beyond 4 weeks Additional 1% of the value of the defective hardware for each week of delay

02 Delay in resolution of any hardware issue during warranty and maintenance period through helpdesk support

Within 1 business day from the reporting of issue

No Deductions

Between 1 day and 2 days

No deductions if technician visits the site to rectify the issue. If the technician does not visit and issue is not resolved by helpdesk also, deduction of 1% of the value of device for which the complaint is registered will be invoked.

Between 2 days to 4 days

2% of the value of device for which the complaint is registered will be deducted. In case the issue is not resolved within 4 days it is mandated that an onsite visit should be arranged by the vendor.

Beyond 4 days Additional 0.5% of the value of device for each day of delay in resolution

03 Delay in resolution of any hardware issue related to the device(s) during maintenance period (for the cases where physical verification / on site visit/ replacement of device, if required)

Within 2 days(after maximum 4 days of helpdesk support)

No Deductions

Between 2 days and 4 days

3% of the value of device will be deducted

Between 4 days and 7 days

5% of the value of device will be deducted

Page 156: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

158

Sr. No.

SLA Description Target Performance Non-Compliance to SLA

Beyond 7 days Additional 0.5% of the value of device will be deducted for each day of delay in resolution

04 Submission of training plan and adherence to delivery schedule

Delay within 2 weeks for each

No deductions or actions to be taken

Delay between 2 to 4 weeks

1% of value of delayed training delivery will be deducted.After 4 weeks, 2% of the value of delayed training delivery will be deducted per week for every subsequent week till the 12th week.

Delay more than 12 weeks

The specific training delivery may be dropped out from the list along with deduction of corresponding amount.If this delay occurs for more than 50% of scheduled training, then the training contract may be terminated.

05 Evaluation rating of the training delivery and effectiveness

Average 80% or above rating by the trainees

No deductions or actions to be taken

Less than 80% rating (average) by the trainees

Plan and deliver a refresher/repeat training for the specific locations/batches till 80% average rating is achieved.

06 Test evaluation score of the trainees post attendance of training

> 70% score by 90% of the trainees

No deductions or actions to be taken

60%-70% score by 90% of the trainees

3% of the value of training delivery will be deducted

< 60% score by 90% of the trainees

5% of the value of training delivery will be deducted

Page 157: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

159

3. Technical Specifications

The Goods and Related Services shall comply with following Technical Specifications and Standards:

Item No

Name of Goods or Related Service

Technical Specifications and Standards

1 Desktop Computer 1. Brand:The Desktop PC must be one of the international brands in Gartner Magic Quadrant for Global Enterprise Desktops and Notebooks.

2. Certification: The Desktop PC must be TCO 05 Certified and EPEAT/Energy Star Certified; the OEM must be ISO 9001:2008 and RoHS Certified

3. Processor: Intel 8th Generation Core i5 or equivalent with 3.0 GHz or higher clock speed and integrated 9MB Smart Cache memory

4. OS: Licensed Windows 10 Pro (64-bit) pre-installed5. Form Factor:Small or Mini Tower6. Motherboard: Intel Chipset Q270 or equivalent with the

original manufacturer certification embossed on motherboard (no sticker permitted)

7. Serial ATA Hard Drive:1TB or higher, SATA-II or higher8. Memory: 8 GB or higher DDR4 RAM9. Optical Drive:Slim SATA 24X DVD Drive10. LAN: Integrated Ethernet Controller, 10/100/1000 Base T11. Wi-Fi: Standard Wi-Fi Adapter12. Ports:

USB 3.0 Ports (2 front/2 rear) 1 Microphone port 1 Headphone port 1 Stereo audio line out (rear) 1 Power connector (rear) 1 RJ-45 (rear) 1 7- in-1 Media Card Reader Integrated Display Port

13. Display/Monitor:18.5” or more LED Monitor with 5 ms or better response time and should be of the same brand as the Desktop PC

14. Power Supply:240 to 250 Watt with 85% efficiency (auto-

Page 158: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

160

Item No

Name of Goods or Related Service

Technical Specifications and Standards

sensing)15. Keyboard: OEM Pack 104 Keys USB Keyboard with

Bangla language compatibility; to be of the same brand as Desktop PC

16. Mouse: OEM Pack USB Optical Scroll Mouse with Mouse Pad, to be of the same brand as Desktop PC

17. Security: Self-encrypting drives to protect data on the hard disk drives in case of loss or theft

18. Preloaded Software:a. Licensed Windows 10 Pro or above (OEM Pack)b. Adobe Acrobat Reader v10c. Licensed Microsoft Office 2016Home and Business

Editiond. Nikosh and Avro Bangla Softwaree. Windows Media Playerf. Web Security Solutiong. Adobe Flash Player v11.2 Rescue and Recoveryh. Password Manageri. Power Managerj. All necessary plug-ins/utilities and drivers bundled

in DVD Media

Repair and Maintenance Warranty:Comprehensive 3 (three) years unconditional OEM warranty, including all system software, from the date of installation and commissioning

2 Online UPS 1. Should be an international reputed brand and the OEM must be ISO 9001:2008 certified

2. Certification - ENERGY STAR, FCC3. Should be RoHS and REACH compliant4. 1 KVA Double-Conversion Online UPS system for

computers suitable for Single Phase Input and Single Phase Output

5. Support input voltage range of 140V to 280V and input frequency range of 40-70 Hz with Power Factor of 0.9 and protection using Thermal Circuit Breaker

6. Bypass shall be built-in with Relay type and bypass voltage range of 160-270 VAC

Page 159: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

161

Item No

Name of Goods or Related Service

Technical Specifications and Standards

7. External Servo Type Automatic Voltage Regulator (AVR) - Shall preserve battery life and maximize runtime by correcting low or high voltages without discharging the battery

8. Shall have extendable run time provision with external battery packs of the same OEM

9. Backup period on full load (900W) should be 1.5 hour or 90 minutes

10. Output wave form shall be pure sine wave11. Total Output Voltage Distortion should be less than 3%12. Output voltage should be 230 VAC with output VA of 1

kVA and output watts of 900 Watts13. Output frequency should be 50/60 Hz +/- 0.05 Hz14. Maintenance free sealed, built-in and leakproof Lead Acid

or Lithium-ion battery15. Inherent protection should be provided for overloading, low

battery, overheating, over current, short circuits, over and under input voltage

16. LED and Audible indicators should be provided for least load indication, load on battery, Mains failure, overload, battery disconnected, wiring fault and replace battery

Repair and Maintenance Warranty:Comprehensive 3 (three) years unconditional OEM warranty from the date of installation and commissioning

3 Line Interactive UPS 1. Should be an international reputed brand and the OEM must be ISO 9001:2008 certified

2. Certification - ENERGY STAR, FCC3. Should be RoHS and REACH compliant4. 1 KVA Line Interactive UPS system for computers suitable

for Single Phase Input and Single Phase Output5. External Servo Type Automatic Voltage Regulation (AVR)

- Shall preserve battery life and maximize runtime by correcting low voltages without discharging the battery

6. Charger capacity must be minimum 15 Amps7. Backup period on full load (700 watt) should be at least 30

minutes.

Page 160: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

162

Item No

Name of Goods or Related Service

Technical Specifications and Standards

8. Output wave form should be simulated sine wave9. Total Harmonic Distortion should be less than 3%10. Sealed Maintenance Free Built-in Type of Lead Acid or

Lithium-ion batteries11. Switching to UPS mode on power failure shall be maximum

8 milliseconds12. Support input voltage range of 160V to 270V13. Output voltage should be 230 V AC (+/- 1%)14. Output frequency should be 50 Hz +/- 0.05 Hz (crystal

controlled)15. Inherent protection should be provided for overloading, low

battery, overheating, short circuits, over and under input voltage

16. LED and Audible indicators should be provided for least load indication, load on battery, Mains failure and overload

Repair and Maintenance Warranty:Comprehensive 3 (three) years unconditional OEM warranty from the date of installation and commissioning

4 Multi-Function Laser Printer

1. Should be an international reputed brand and the OEM must be ISO 9001:2008 and ISO 14001:2005 certified

2. Certification - ISO/IEC 19752Standard for Consumable Yield

3. Laser printer- Print, copy, scan4. Should be able to print & copy A4 and Legal Paper size (8.5

in x 14 in) documents5. Should support a duty cycle of approximate 40,000 pages

(A4) per month6. Should support a print speed of up to 20 ppm black or

higher7. Should support a print and copy resolution of up to 1200 x

1200 dpi8. Printing technology should be laser beam printing with

automatic Duplex Print9. Should have a processor of 1200 MHz and Memory of 256

MB10. Supported Media Types are Paper, Envelopes, Labels and

Transparencies

Page 161: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

163

Item No

Name of Goods or Related Service

Technical Specifications and Standards

11. Supported interfaces should be built-in 10/100/1000 Base-TX Gigabit Ethernet, USB 2.0 port 802.11 a/b/g wireless LAN

12. Should have Mobile Printing Capability with support for ePrint, Google Cloud Print 2.0, Mobile Apps etc.

13. Should support the following operating system - Microsoft® Windows® 7, 8, 10 (32-bit/64-bit), Windows® Server and other available OS

14. Should support power specification of 220 to 240 V AC (+/- 10%), 50/60 Hz

15. Scan Type / Technology: Flatbed16. Scan Resolution: Optical scan resolution up to 600 x 600 dpi17. Scan Size Flatbed: 8.5 x 11.7 in18. Scan Speed:Up to 15 ppm (b&w), up to 10 ppm (color)19. Software Scan File Format JPG, RAW (BMP), PNG, TIFF,

PDF20. Bit depth / Grayscale levels 24-bit / 25621. Digital Sending Standard Features Scan to email; Scan to

network folder22. Copy Speed Black (letter): Up to 20 cpm;23. Copy Resolution Black (text and graphics): 600 x 600 dpi;

600 x 600 dpi24. Maximum Number Of Copies: Up to 99 copies25. Copier Resize: 25% to 400%

Repair and Maintenance Warranty:Comprehensive 3 (three) years unconditional OEM warranty from the date of installation and commissioning

5 LTE Sim-based Router 1. Should have multiple processor/CPU based architecture.2. Must have two SIM slots/sockets for cellular redundancy for

high-availability in case any Cellular network service failure.

3. Memory: 4 GB DRAM scalable up to 8 GB4. Interface: 2-Port GE (Gigabit Ethernet), 2-Port SFP (Gigabit

Ethernet)5. Should support complete role based firewalling, stateful

firewall, standard ACL, extended ACL, ACL that can match arbitrary bits of packet at an arbitrary depth in the packet header and payload (or equivalent of openflow protocol or flexible filter match conditions)

Page 162: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

164

Item No

Name of Goods or Related Service

Technical Specifications and Standards

6. Should support NAT, QoS, VRF, MPLS routing and firewalling, IPSec security features at the same time

7. Router Architecture: Should be modular with services-based software architecture, transformational approach to simplify branch office or remote sites networking and assure optimal application performance.

8. Should have redundant WAN connections during any WAN link failures and also for traffic load balancing mechanism for better link utilization

9. Should support hardware assisted VPN acceleration for crypto performance in future without any hardware change

10. Security: Should support DES, 3DES, VPN compliant IPSec, AES-128 or AES-256 for encryption and RSA (748 /1024/2048 bit) and ECDSA (256/384 bit) as authentication protocol in future without any hardware change

11. Should support PPPoE, Layer 2 Tunnelling Protocol Version 3, Layer 2 and Layer 3 VPN, Ethernet Virtual Connections as well as IKEv2 IPSec based VPN, Crypto VPN, GRE VPN, site-to-site, dynamic multisite hub-and-spoke, multisite spoke-and-spoke, remote access software based VPN over IPv4 and IPv6, multicast traffic over the VPN in future without any hardware change

12. Network Services: IPv4, DNS, DHCP Client, DHCP Server, DHCP relay, NAT

13. QoS: Shaping, Policing, Per-flow queueing, Class-based queueing, Voice/Video/RTP QoS

14. The router should support GSM backward compatibility of 3G/EDGE where LTE service is unavailable.

15. Remote Troubleshooting: Should support configuration rollback, central management, policy automation tool, entensive debugs on all protocols, pre-planned scheduled reboot facility, LTE/3G diagnostics and monitoring, alerts, events, real time performance monitoring, SLA monitoring for metrics like delay, latency, jitter, packet loss

16. Deployment Flexibility: Eliminate Pre-stage, No CLI, Group Policies, Consolidated management/ICOM and End customer dashboard, traffic flows for network planning and security purposes

Page 163: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

165

Item No

Name of Goods or Related Service

Technical Specifications and Standards

17. Should support modular OS on open platform with programmable and automation feature to support software defined WAN (i.e. link optimisation, application visibility/detection, traffic load balancing, performance analysis for routing etc.)

18. Dynamic Multipath Optimization: Application and Network Condition aware, Jitter/Loss Correction, Fast Intelligent Routing, Intelligent Gateway Selection/VRRP, Link Aggregation, TCP Flow Optimization, Uni-Directional Link measurements/detection, Bandwidth Detection, traffic over multipath link

Repair and Maintenance Warranty:

Comprehensive 3 (three) years unconditional OEM warranty from the date of installation and commissioning

6 Windows Server Standard Edition 64 bit

1. Should have licenses for Active Directory and System Centre Configuration Manager

2. Scope of work includes installation, configuration and integration of active directory servers, active directory equipment, system center and network access protection in order to administer and manage its enterprise level Data Communication Network.

3. Should provide a standard platform that are necessary for the DG Food staffs to efficiently and securely perform its role

4. Deployment should secure the domain controlled environment in order to achieve following –

a. Permit authorized users to WAN/SDWAN/Internet infrastructure and PC using.

b. Administrative control over user rights.c. Centralized system logging and monitoring facilities.d. Restrict uses of unauthorized network recourses and

storage location.e. Restrict users from accessing any removable device,

like USB and CD/DVD.f. Restrict users from installing/uninstalling any

random software without administration approval.g. Central OS update, Application management and

remedial services5. Active Directory should provide the following functions

Page 164: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

166

Item No

Name of Goods or Related Service

Technical Specifications and Standards

a. Single sign-on platform to all network resourcesb. One directory to manage users & network resourcesc. Common identity store for other productsd. Easily delegate administrative taskse. Customizable administrative interfaces ease usef. Distribute tasks by role, group or individualg. Manage configuration of servers, desktops & groups

of usersh. Automate enforcement of IT policiesi. Automate system updates & application installationsj. Consistently implement security settings across the

enterprisek. Implement standard computing environments for

users6. System Center should have the following features -

a. Hardware and Software Inventoryb. Software Meteringc. Asset Intelligenced. Remote Managemente. Application Monitoringf. Software Update Management g. Content Management h. Compliance Settingsi. Power Management j. Role-Base Administration k. Network Device Monitoringl. Reportingm. Server Monitoring n. Network Device Monitoringo. Application Monitoringp. Validating user identity and system healthq. Aggressively update out-of-compliance systemsr. Continuously monitor compliance state of the

network

Note: After initial assessment and design finalization, DG Food intends to start with in short time with the BCC server. Meanwhile all the measures will be taken care of to start the deployment service and integration with the BCC Data Center and adjacent locations.

Page 165: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

167

Item No

Name of Goods or Related Service

Technical Specifications and Standards

Support and Maintenance Warranty:Comprehensive 3 (three) years unconditional warranty from the date of installation and commissioning

7 Computer Table 1. Certification:Manufacturer must be ISO certified2. Length: 1200 mm Width: 750 mm Height: 900 mm3. Keyboard Tray: 01 Nos.4. Mouse Tray: 01 Nos.5. Raw Material: High density Super Sheesham veneer

pressed with 5 mm solid Sheesham wood edge banding on edges (best quality) with polished matt finish

6. Metal Parts: BM Slide for Keyboard, Locking Bracket, Castor Mounting Plate, Angle Clit

7. Drawers: 03 Nos. with lock system8. Box for CPU: 01 Nos.9. Box for UPS: 01 Nos.

Repair and Maintenance Warranty:One year from the date of supply

8 Computer Chair 1. Certification:Manufacturer must be ISO certified2. The seat and back should be atleast made up of 1.2 to 1.4 ±

0.1 to 0.2 cm thick hot-pressed plywood with changeable fabric covers and molded Polyurethane foam, together with molded back-spine cover. The back foam is designed with contoured lumber support for extra comfort. The seat size should be 47.0 cm to 49 cm (W) X 50.0 cm to 52.0 cm (D) and back size should be 43.0 cm to 45 cm (W) X 46.0 cm to 48.0 cm (H).

3. The seat/back assembly should be made of high resilience (HR) polyurethane foam as per IS: 7888.

4. The armrests should be made of black integral skin Polyurethane and reinforced with M.S. insert. The P.U. armrests are then fixed to black powder-coated (DFT 40-60 microns) armrest brackets made of 0.5 to 0.6 ± 0.05 to 0.06 cm thick. HR steel and fitted with claddings made of injection molded Polypropylene.

5. The back of chair should be based on the permanent contact

Page 166: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

168

Item No

Name of Goods or Related Service

Technical Specifications and Standards

mechanism with following feature :(i) 360 degree revolving type.(ii) 120 to 140 ± 10 to 20 maximum back tilt only.(iii) Upright position locking.(iv) Tilt tension adjustment.

6. The spine cover is injection molded in back co-polymer Polypropylene.

7. The pneumatic height adjustment has an adjustment stroke of 11 to 12 ± 0.2 to 0.3 cm.

8. The bellow is 3 piece telescopic type and injection molded in black Polypropylene.

9. The pedestal should be fabricated from 0.2 to 0.25 ± 0.02 to 0.025 cm thick HR sheet (IS: DD 1079 / HR), powder coated (DFT 40-60 microns) and fitted with an injection molded black Polypropylene hub cap and 5 nos. twin wheel castors. The pedestal is 60.0 to 62 ± 0.3 to 0.5 cm. Pitch-center diameter 68.0 to 70.0 ± 0.8 to 1.0 cm with castors.

10. The twin wheel castors should be injection molded in Black Nylon.

Repair and Maintenance Warranty:One year from the date of supply

9 Electrical Earthing for Computer and Peripherals

1. Shall have a multi-point reference grounding system with less than 1 ohm resistance for each location

2. Shall ensure standard grounding quality to make the equipment safe from any unusual electric condition and behavior

3. Should have 2 Electrodes, each made of Naked Copper with nominal size of 50 sq-mm

4. Should have the electrodes bored to at least 20 meter depth from the ground level and may need to be bored even deeper until the desired value of 1 ohm earth-resistance is obtained

5. Electrodes shall be interconnected with each other using naked Copper Wire through boring or laying of naked Copper Wire using “Open-cut method” with nominal size of 50 sq-mm at a depth of 3 feet

6. Shall have a solid Copper Bus Bar of size: 60 cm x 10 cm and thickness: 0.8 cm, and mounted in wall inside the work station room with insulators on either ends and with at least

Page 167: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

169

Item No

Name of Goods or Related Service

Technical Specifications and Standards

1.5” clearance from wall

7. Shall provide a bus bar with at least 6 sets of 10 mm diameter holes and respective SS hexagonal head nuts & bolts set with copper washer on both side

8. Shall terminate all cables by Copper lugs

9. Shall electroplate the Earth bus bar and connect to both the electrodes through welding

10. Shall electroplate the top of Electrodes and the Earth Plate, withthe length of the electroplated head being at least 66cm from the top cap of the Earth Electrode.

11. Shall have Earth Pits for each electrode at each of the locations, where the minimum size of the Earth Pit will be 1.5ft x 1.5 ft x 2.5 ft subject to availability of space in that site

12. Shall construct the earth pit by brick works with wall thickness of 5 inch and a galvanized steel door on top of the pit

13. Copper Wire/PVC pipe of 1 inch diametershall be installed along the building with necessary clamps, royal bolts & other fixings at every 2 (two) meters so that they are fixed firmly and properly insulated, and run until they reach the wall of the Earth Pit

Indicative Diagram

Page 168: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

170

Item No

Name of Goods or Related Service

Technical Specifications and Standards

10 Service Center for Desktop PCs and other Peripherals

The Service Center shall have the following capabilities, at a minimum, in terms of tools and equipment, in order to perform the support services for desktop PCs and its peripherals -

a) Sufficient toolkit for desktop maintenance considering that the computer has lots of components that are sensitive to electrostatic discharge; at a minimum it should include non-magnetic screwdriver, zip ties, hex driver, tweezers, isopropyl alcohol, lint free cloth, canned air/vacuum, grounding strap, temperature probe etc.

b) Hardware and software diagnostic toolkits to increase testing accuracy for resolved defects and troubleshoot issues more efficiently

c) Multimeters that provide accurate measurements of voltage and resistance, as well as a continuity checker for testing cables and switches

d) Memory-testing machines (used to evaluate the operation of memory modules)

e) Serial and parallel loopback (or wrap) plugs to test serial and parallel ports

f) Network cable testers or scanners (availability of many types with varying functionality, from simple loopback jacks to full-blown Time Domain Reflectometers)

g) Adequate inventory or supply of consumables of the same

Page 169: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

171

Item No

Name of Goods or Related Service

Technical Specifications and Standards

brand as with the original client site equipment

h) 10+ Service Engineers in each Service Center along with facilities for troubleshooting, repairing and testing of operational defects of the supplied PCs and peripherals

The Training and After-Sales Service Resources of the Supplier shall comply with following Minimum Qualifications and Experience:

Item No

Name of Position Minimum Qualifications and Experience

1 National Training Team Leader

Minimum Qualificatons: Post-Graduate in any discipline Certified Professional in Training Management OR

successful completion of Microsoft Certified Educator (MCE) program

Experience: 10+ years of experience in providing training

(coordination/management/planning/execution) to large audience and Government staff across multiple geographic locationsfor more than 500 participants

5+ years of experience in leading large scale training programs for corporate or government clients, out of which 3 years should be in computer operations training

At least two (2) experiences in coaching and facilitating activities for Train-the-Trainer Program

At least two (2) experiences in planning and coordination of multi-locational training programs for large Government or Corporate client over the last 3 years

2 Trainer for Basic Computer Operations

Minimum Qualification: B.Sc. in Computer Science or IT Certified as Microsoft Office Specialist (MOS) Successful completion of “Train the Trainer” workshop

or program from any leading training institute One of the following professional trainer certification

a) Corporate Trainer Certified (CTC) from MSIb) Certified Professional Trainer (CPT)

Page 170: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

172

Item No

Name of Position Minimum Qualifications and Experience

Experience: 5+ years of experience in conducting multimedia

classroom training to audience of size 25-50 trainees, out of which 3 years should be in training of computer operations

At least one (1) experience in preparation of training material and CBT (Computer-Based-Training) modules for a Government client

At least two (2) experiences in conducting multi-locational training programs for large Government or Corporate client, involving more than 200 participnats, over the last 3 years

3 Training Demonstrator Minimum Qualification: Graduate in any discipline or Diploma in Computer

Science/IT Completon Certificate of Vocational Training Course

for Computer Based Training and MS Office Applications

Experience: 3+ years of experience as demonstrator and facilitatorfor

multimedia classroom training ofsoftware products to audience of size 25-50 trainees

At least one (1) experience in demonstrating and facilitating the use of basic and intermediate operations of MS-Office applications to 25 participants in a single training program

At least one (1) experience in CBT (Computer-Based-Training) modules demonstration for a Government client

Demonstrated experience to facilitate multi-locational training programs for large Government or Corporate client over the last 3 years

4 Service Engineer Minimum Qualification: B.Sc. or Diploma in Computer Science/IT Certified in CompTIA IT Fundamentals and CompTIA

A+ Certified as Associate Electronics Technician from ETA

Page 171: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

173

Item No

Name of Position Minimum Qualifications and Experience

(Optional) Completion Certificate for any other vocational courses

related to servicing of desktop PCs, MFP printer

Experience: 3 years or above experience in providing technical on-

site and remote services for Desktop Computers and its peripherals, out of which 2 years should be for professional clients (both Corporate and Government)

At least one (1) experience in preparation of servicedocumentation in order to enable other service staff to provide ongoing support

At least one (1) experience in conducting multi-locational technical services for large Government or Corporate client, with responsibility of handling more than 50 professional users

Experience of logging and prioritizing faults and queries and generation of service reports

Demonstrated experience of excellent customer service skills and explaining technical problems and solutions in both English and Bangla language

Demonstrated experience to handle challenges related to corrupted files, hard drive crashes, outdated hardware, failed operating systems, computer viruses etc.

Page 172: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

174

4. Drawings

These Bidding Documents includes “no” drawings.

[If documents shall be included, insert the following List of Drawings]

List of Drawings

Drawing Nr. Drawing Name Purpose

Page 173: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

175

5. Inspections and TestsThe following inspections and tests shall be performed:

Goods: All IT and non-IT equipment supplied by supplier as mentioned in schedule of requirements.

Type of test:

a) Crosscheck with the specifications mentioned in the schedule of requirements will be done by the ICT Consulting Firm. The equipment provided by the supplier shall have to be same or above the specifications mentioned in schedule of requirements

b) Randomly selected three (3) UPS and its batteries would be tested by testing agency/laboratory /institutes identified by DG Food at supplier’s cost and the test result will be tallied and certified by ICT Consulting Firm based on the lab test report provided by Manufacturer. Bidder will replace any item damaged during the test at free of cost.

c) Verification of the inspection and commissioning report on delivery of goods by the supplier will be done by ICT Consulting Firm of MFSP.

Page 174: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

177

PART 3 - Contract

Page 175: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

178

Page 176: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

179

Section VIII. General Conditions of Contract

Table of Clauses

1. Definitions.......................................................................................................................1732. Contract Documents........................................................................................................1743. Fraud and Corruption.......................................................................................................1744. Interpretation....................................................................................................................1745. Language..........................................................................................................................1756. Joint Venture, Consortium or Association.......................................................................1767. Eligibility.........................................................................................................................1768. Notices.............................................................................................................................1769. Governing Law................................................................................................................17610. Settlement of Disputes.....................................................................................................17611. Inspections and Audit by the Bank..................................................................................17712. Scope of Supply...............................................................................................................17813. Delivery and Documents.................................................................................................17814. Supplier’s Responsibilities..............................................................................................17815. Contract Price..................................................................................................................17816. Terms of Payment............................................................................................................17817. Taxes and Duties..............................................................................................................17818. Performance Security.......................................................................................................17919. Copyright.........................................................................................................................17920. Confidential Information.................................................................................................17921. Subcontracting.................................................................................................................18022. Specifications and Standards...........................................................................................18123. Packing and Documents..................................................................................................18124. Insurance..........................................................................................................................18125. Transportation and Incidental Services...........................................................................18226. Inspections and Tests.......................................................................................................18227. Liquidated Damages........................................................................................................18328. Warranty..........................................................................................................................18429. Patent Indemnity..............................................................................................................18430. Limitation of Liability.....................................................................................................18631. Change in Laws and Regulations....................................................................................18632. Force Majeure..................................................................................................................186

Page 177: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

180

33. Change Orders and Contract Amendments.....................................................................18734. Extensions of Time..........................................................................................................18735. Termination......................................................................................................................18836. Assignment......................................................................................................................18937. Export Restriction............................................................................................................189

Page 178: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 181

Section VIII. General Conditions of Contract1. Definitions 1.1 The following words and expressions shall have the meanings

hereby assigned to them:

(a) “Bank” means the World Bank and refers to the International Bank for Reconstruction and Development (IBRD) or the International Development Association (IDA).

(b) “Contract” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

(c) “Contract Documents” means the documents listed in the Contract Agreement, including any amendments thereto.

(d) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.

(e) “Day” means calendar day.

(f) “Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.

(g) “GCC” means the General Conditions of Contract.

(h) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.

(i) “Purchaser’s Country” is the country specified in the Special Conditions of Contract (SCC).

(j) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.

(k) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other such obligations of the Supplier under the Contract.

(l) “SCC” means the Special Conditions of Contract.

Page 179: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

182 Section VIII. General Conditions of Contract

(m) “Subcontractor” means any person, private or government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

(n) “Supplier” means the person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.

(o) “The Project Site,” where applicable, means the place named in the SCC.

2. Contract Documents

2.1 Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.

3. Corrupt and Fraudulent Practices

3.1 The Bank requires compliance with its policy in regard to corrupt and fraudulent practices as set forth in Appendix to the GCC.

3.2 The Purchaser requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) 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 Incoterms.

(b) The terms EXW, CIP, FCA, CFR and other similar terms, when used, shall be governed by the rules prescribed in the current edition of Incoterms specified in the SCC and published by the International Chamber of Commerce in Paris, France.

4.3 Entire Agreement

Page 180: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 183

The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of Contract.

4.4 Amendment

No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

4.5 Nonwaiver

(a) Subject to GCC Sub-Clause 4.5(b) 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, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, 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.

4.6 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.

5. Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified, in which case, for purposes of interpretation of the Contract, this translation shall govern.

5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation, for documents provided by the Supplier.

Page 181: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

184 Section VIII. General Conditions of Contract

6. Joint Venture, Consortium or Association

6.1 If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

7.2 All Goods and Related Services to be supplied under the Contract and financed by the Bank shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

8.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

9. Governing Law 9.1 The Contract shall be governed by and interpreted in accordance with the laws of the Purchaser’s Country, unless otherwise specified in the SCC.

9.2 Throughout the execution of the Contract, the Contractor shall comply with the import of goods and services prohibitions in the Purchaser’s country when

(a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country; or

9.2 (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that country or any payments to any country, person, or entity in that country.

10 Settlement of 10.1 The Purchaser and the Supplier shall make every effort to

Page 182: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 185

Disputes resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

10.2 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

10.3 Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and

(b) the Purchaser shall pay the Supplier any monies due the Supplier.

11. Inspections and Audit by the Bank

11.1 The Supplier shall keep, and shall make all reasonable efforts to cause its Subcontractors to keep, accurate and systematic accounts and records in respect of the Goods in such form and details as will clearly identify relevant time changes and costs.

11.2 The Supplier shall permit, and shall cause its Subcontractorsto permit, the Bank and/or persons appointed by the Bank to inspect the Supplier’s offices and all accounts and records relating to the performance of the Contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the Bank if requested by the Bank. The Supplier’s and its Subcontractors and consultants’ attention is drawn to Clause 3 [Fraud and Corruption], which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under this Sub-Clause 11.1 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility pursuant to the Bank’s prevailing sanctions procedures)

12. Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as

Page 183: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

186 Section VIII. General Conditions of Contract

specified in the Schedule of Requirements.

13. Delivery and Documents

13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.

14. Supplier’s Responsibilities

14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.

15 Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.

16. Terms of Payment

16.1 The Contract Price, including any Advance Payments, if applicable, shall be paid as specified in the SCC.

16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 13 and upon fulfillment of all other obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later than sixty (60) days after submission of an invoice or request for payment by the Supplier, and after the Purchaser has accepted it.

16.4 The currencies in which payments shall be made to the Supplier under this Contract shall be those in which the bid price is expressed.

16.5 In the event that the Purchaser fails to pay the Supplier any payment by its due date or within the period set forth in the SCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC, for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.

17. Taxes and Duties

17.1 For goods manufactured outside the Purchaser’s Country, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s Country.

Page 184: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 187

17.2 For goods Manufactured within the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in the Purchaser’s Country, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

18. Performance Security

18.1 If required as specified in the SCC, the Supplier shall, within twenty-eight (28) days of the notification of contract award, provide a performance security for the performance of the Contract in the amount specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

18.3 As specified in the SCC, the Performance Security, if required, shall be denominated in the currency(ies) of the Contract, or in a freely convertible currency acceptable to the Purchaser; and shall be in one of the format stipulated by the Purchaser in the SCC, or in another format acceptable to the Purchaser.

18.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.

19. Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party

20. Confidential Information

20.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding

Page 185: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

188 Section VIII. General Conditions of Contract

the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the performance of the Contract.

20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that:

(a) the Purchaser or Supplier need to share with the Bank or other institutions participating in the financing of the Contract;

(b) now or hereafter enters the public domain through no fault of that party;

(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.

20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the bid. Such notification, in the original bid or later shall not relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.

22. Specifications and Standards

22.1 Technical Specifications and Drawings

Page 186: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 189

(a) The Goods and Related Services supplied under this Contract shall conform to the technical specifications and standards mentioned in Section VI, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the Goods’ country of origin.

(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

(c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.

23. Packing and Documents

23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured—in a freely convertible currency from an eligible country—against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.

25. Transportation and Incidental

25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in accordance

Page 187: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

190 Section VIII. General Conditions of Contract

Services with the specified Incoterms.

25.2 The Supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance of the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and

(e) training of the Purchaser’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

25.3 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services

26. Inspections and Tests

26.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in the SCC.

26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the Goods’ final destination, or in another place in the Purchaser’s Country as specified in the SCC. Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

Page 188: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 191

26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

26.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

26.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

26.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.

26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.

27. Liquidated Damages

27.1 Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the

Page 189: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

192 Section VIII. General Conditions of Contract

maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes earlier.

28.4 The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

29. Patent Indemnity

29.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right

Page 190: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 193

registered or otherwise existing at the date of the Contract by reason of:

(a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located; and

(b) the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier 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.

29.3 If the Supplier 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.

29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

29.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

30 Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,

Page 191: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

194 Section VIII. General Conditions of Contract

Liability

(a) the Supplier 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 to pay liquidated damages to the Purchaser and

(b) the aggregate liability of the Supplier 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 the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement

31. Change in Laws and Regulations

31.1 Unless otherwise specified in the Contract, if after the date of 28 days prior to date of Bid submission, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in the place of the Purchaser’s country where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.

32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

Page 192: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 195

32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

33. Change Orders and Contract Amendments

33.1 The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8, to make changes within the general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.

33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

33.4 Subject to the above, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

34. Extensions of Time

34.1 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s

Page 193: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

196 Section VIII. General Conditions of Contract

notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.

35. Termination 35.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34;

(ii) if the Supplier fails to perform any other obligation under the Contract; or

(iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 3, in competing for or in executing the Contract.

(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

35.2 Termination for Insolvency.

(a) The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect

Page 194: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII. General Conditions of Contract 197

any right of action or remedy that has accrued or will accrue thereafter to the Purchaser

35.3 Termination for Convenience.

(a) The Purchaser, by notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(i) to have any portion completed and delivered at the Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

37. Export Restriction

37.1 Notwithstanding any obligation under the Contract to complete all export formalities, any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be supplied, which arise from trade regulations from a country supplying those products/goods, systems or services, and whichsubstantially impede the Supplier from meeting its obligations under the Contract, shall release the Supplier from the obligation to provide deliveries or services, always provided, however, that the Supplier can demonstrate to the satisfaction of the Purchaser and of the Bank that it has completed all formalities in a timely manner, including applying for permits, authorizations and licenses necessary for the exportof the products/goods, systems or services under the terms of the Contract. Termination of the Contract on this basis shall be for the Purchaser’s convenience pursuant to Sub-Clause 35.3.

Page 195: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

199

APPENDIX TO GENERAL CONDITIONS

Bank’s Policy- Corrupt and Fraudulent Practices(text in this Appendix shall not be modified)

Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, dated January 2011:

“Fraud and Corruption:

1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), bidders, suppliers, contractors and their agents (whether declared or not), sub-contractors, sub-consultants, service providers or suppliers, and any personnel thereof, observe the highest standard of ethics during the procurement and execution of Bank-financed contracts.1 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” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;2;

(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;3

(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;4

(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;5

1 In this context, any action to influence the procurement process or contract execution for undue advantage is improper.

2 For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.

3 For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

4 For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including public officials) attempting either themselves, or through another person or entity not participating in the procurement or selection process, to simulate competition or to establish bid prices at artificial, non-competitive levels, or are privy to each other’s bid prices or other conditions.

Page 196: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

200

(v) "obstructive practice" is:

(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 paragraph 1.16(e) below.

(b) will reject a proposal for award if it determines that the bidder recommended for award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;

(c) will declare misprocurement and cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement or the implementation of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;

(d) will sanction a firm or individual, at any time, in accordance with the prevailing Bank’s sanctions procedures,1 including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated2;

(e) will require that a clause be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers and contractors, and their

5 For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract execution.

1 A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion of the Bank’s sanctions proceedings as per its sanctions procedures, including, inter alia, cross-debarment as agreed with other International Financial Institutions, including Multilateral Development Banks, and through the application the World Bank Group corporate administrative procurement sanctions procedures for fraud and corruption; and (ii) as a result of temporary suspension or early temporary suspension in connection with an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these Guidelines.

2 A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which has either been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

Page 197: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-201

sub-contractors, agents, personnel, consultants, service providers, or suppliers, to permit the Bank to inspect all accounts, records, and other documents relating to the submission of bids and contract performance, and to have them audited by auditors appointed by the Bank.”

.

Page 198: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

203

Section IX. Special Conditions of ContractThe following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

[The Purchaser shall select insert the appropriate wording using the samples below or other acceptable wording, and delete the text in italics]

GCC 1.1(i) The Purchaser’s country is: Bangladesh

GCC 1.1(j) The Purchaser is:

Directorate General of Food

Represented by Project Director, Modern Food Storage Facilities Project

GCC 1.1 (o) The Project Site(s)/Final Destination(s) is/are: Please refer to “List of Goods and Delivery Schedule” under Part 2 - Supply Requirements

GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms. If the meaning of any trade term and the rights and obligations of the parties thereunder shall not be as prescribed by Incoterms, they shall be as prescribed by: Incoterms

GCC 4.2 (b) The version edition of Incoterms shall be 2010

GCC 5.1 The language shall be: English

GCC 8.1 For notices, the Purchaser’s address shall be:

Attention:Md. Gazi Ur Rahman (Additional Secretary)

Modern Food Storage Facilities Project71-72 Eskaton Garden, Expatriate Building , 17th floorDhaka 1000, BangladeshTelephone - +880-258314321 (Extn - 113)Electronic mail address:xxxxxxxxxxxx

GCC 9.1 The governing law shall be the law of:Bangladesh

GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows:

(a) Contract with foreign Supplier:

If the Purchaser chooses the Rules of ICC, the following sample clause should be inserted:

Page 199: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

204

GCC 10.2 (a)—All disputes arising in connection with the present Contract shall be finally settled under the Rules of Conciliation and Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with said Rules.

(b) Contracts with Supplier national of the Purchaser’s country:

In the case of a dispute between the Purchaser and a Supplier who is a national of the Purchaser’s country, the dispute shall be referred to adjudication or arbitration in accordance with the laws of the Purchaser’s country.

GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplier are:

Invoices and packing lists essential to clear through customs and to tally the supplies received;

Forwarder’s receipt to process suppliers’ invoices for payment; Certificate of origin; Legalized invoices in the country of destination showing goods

description, quantity, unit price and total amount; Declaration on dangerous or restricted cargo, required by carriers

before they will accept such items for transportation; Original and five (5) copies of the on-board and landing bill Insurance certificates; Manufacturer’s/Supplier’s warranty certificate; Inspection certificate issued by the nominated inspection agency (or

Procuring Entity) and/or the Supplier’s factory inspection report (if any);

Delivery Note and Transportation Receipt; and Other relevant document as per the rules

GCC 15.1 The prices charged for the Goods supplied and the related Services performed shall not be adjustable.

GCC 16.1 GCC 16.1 - The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

Payment of foreign currency portion shall be made in [currency of the Contract Price] in the following manner:

(i) Advance Payment: Twenty (20) percent of the respective portion of the Contract Price shall be paid within thirty (30) days of signing of the Contract, and upon submission of claim and a bank guarantee for equivalent amount valid until the Goods are delivered and in the form provided in the bidding

Page 200: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-205

documents or another form acceptable to the Purchaser.

(ii) On Shipment: Fifty (50) percent of the Contract Price of the Goods shipped shall be paid through irrevocable confirmed letter of credit opened in favor of the Supplier in a bank in its country, upon submission of documents specified in GCC Clause 13.

(iii) On Acceptance: Twenty (20) percent of the Contract Price of Goods received shall be paid within thirty (30) days of receipt of the Goods upon submission of claim supported by the acceptance certificate issued by the Purchaser.

(iv) On After Sales Service: Ten (10) percent of the Contract Price of Goods accepted shall be paid in equal half-yearly installments over a period of 3 years after acceptance

Payment of the local currency portion shall be made in BDT in the following manner:

(i) Advance Payment: Twenty (20) percent of the respective portion of the Contract Price shall be paid within thirty (30) days of signing of the Contract, and upon submission of claim and a bank guarantee for equivalent amount valid until the Goods are delivered and in the form provided in the bidding documents or another form acceptable to the Purchaser.

(ii) On Delivery: Upon delivery of local goods and services, sixty (60) percent of the respective portion of the Contract Price shall be paid upon submission of a Certificate from the Purchaser.

(iii) On Acceptance: Twenty (20) percent of the Contract Price of the related services shall be paid within thirty (30) days of submission of claim supported by the operational acceptance certificate issued by the Purchaser.

(iv) On After Sales Service: Ten (10) percent of the Contract Price of Goods accepted shall be paid in equal half-yearly installments over a period of 3 years after acceptance

(v) On Support and Maintenance Service:Hundred (100) percent of the Contract Price for Support and Maintenance Servicefor goods and data connectivity shall be paid in equal quarterly installments over a period of 3 years after acceptance of the goods upon submission of claim

Page 201: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

206 Invitation for Bids

supported by the acceptance certificate issued by the Purchaser.

GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to the supplier shall be 120days.

The interest rate that shall be applied is 1 - year LIBOR

GCC 18.1 A Performance Security shall be required and the amount of the Performance Security shall be: 10% of the total contract value

After completion and acceptance of goods, and after successful completion of training, the performace security will be released against another Bank Gaurantee of 10% of remaining bill for warranty and maintenance.

GCC 18.3 If required, the Performance Security shall be in the form of:Bank Guarantee

If required, the Performance security shall be denominated in the currencies of payment of the Contract, in accordance with their portions of the Contract Price

GCC 18.4 Discharge of the Performance Security shall take place: twenty-eight (28) days following the date of Completion of the VENDOR‘s performance obligations

GCC 23.2 The packing, marking and documentation within and outside the packages shall be:

The VENDOR shall be responsible for proper and safe packaging of all the goods specified in this bid document. This should comply strictly with such special requirements as shall be expressly provided for in the Contract.

If transported by sea, all lose elements need to be lashed seaworthy and all spare parts are inventorized, categorized, marked and boxed properly in a separate room, which is locked throughout the passage

GCC 24.1 The insurance coverage shall be as specified in the Incoterms.

Goods shall be insured at Sadharan Bima Corporation Bangladesh by the supplier as per law of Bangladesh.

GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the Incoterms.

Page 202: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-207

GCC 25.2 Not Applicable

GCC 26.1 The inspections and tests shall be:

Goods: All IT and non-IT equipment supplied by supplier as mentioned in schedule of requirements

Type of test:

a. Crosscheck with the specifications mentioned in the schedule of requirements will be done by the ICT Consulting Firm. The equipment provided by the supplier shall have to be same or above the specifications mentioned in schedule of requirements

b. Randomly selected three (3) UPS and its batteries would be tested by testing agency/laboratory/institutes identified by DG Food at supplier’s cost and the test result will be tallied and certified by ICT Consulting Firm based on the lab test report provided by Manufacturer. Bidder will replace any item damaged during the test at free of cost.

c. Verification of the inspection and commissioning report on delivery of goods by the supplier will be done by ICT Consulting Firm of MFSP.

GCC 26.2 The Inspections and tests shall be conducted at:

Project Sites per the List of Goods and Delivery Schedule

GCC 27.1 The liquidated damage shall be:

The amount of Liquidated Damages is 0.1 percent of ONE (1) percent of the contract value of the undelivered Goods or any part thereof delivered after expiry of the Delivery and Completion Schedule or extended Delivery and Completion Schedule, as applicable, per day of delay.

GCC 27.1 The maximum amount of liquidated damages shall be: 10 %

GCC 28.3 The period of validity of the Warranty shall be: 36 months from the last date of completion of commissioning of all the equipment

For purposes of the Warranty, the place(s) of final destination(s) shall be:

All the respective Project Sites

Page 203: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

208 Invitation for Bids

GCC 28.5 The period for repair or replacement:

The Supplier shall correct any defects covered by the warranty within the days, as mentioned in the List of Goods and Delivery Schedule, after being notified by the Procuring Entity of the occurrence of such defects.

Email address of Supplier for this purpose should be specified.

Page 204: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-209

Section X. Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

Table of Forms

Letter of Acceptance..............................................................................................................202

1. Contract Agreement...........................................................................................................203

2. Performance Security.........................................................................................................205

3. Advance Payment Security................................................................................................209

Page 205: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

210 Invitation for Bids

Letter of Acceptance[letterhead paper of the Purchaser]

[date]To: [name and address of the Supplier]

Subject: Notification of Award Contract No. . . . . . . . . . .

This is to notify you that your Bid dated . . . . [insert date] . . . . for execution of the . . . . . . . . . .[insert name of the contract and identification number, as given in the SCC]. . . . . . . . . . for the Accepted Contract Amount of . . . . . . . . .[insertamount in numbers and words and name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the of the Performance Security Form included in Section X, Contract Forms, of the Bidding Document.

Authorized Signature: Name and Title of Signatory: Name of Agency:

Attachment: Contract Agreement

Page 206: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-211

Contract Agreement[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS AGREEMENT made

the [ insert: number ] day of [ insert: month ], [ insert: year ].

BETWEEN

(1) [ insert complete name of Purchaser ], a [ insert description of type of legal entity, for example, an agency of the Ministry of .... of the Government of { insert name of Country of Purchaser }, or corporation incorporated under the laws of { insert name of Country of Purchaser } ] and having its principal place of business at [ insert address of Purchaser ] (hereinafter called “the Purchaser”), of the one part, and

(2) [ insert name of Supplier], a corporation incorporated under the laws of [ insert: country of Supplier] and having its principal place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”), of the other part :

WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods and Services

The Purchaser and the Supplier agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other contract documents.

(a) the Letter of Acceptance

(b) the Letter of Bid

(c) the Addenda Nos._____ (if any)

(d) Special Conditions of Contract

(e) General Conditions of Contract

(f) the Specification (including Schedule of Requirements and Technical Specifications)

Page 207: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

212 Invitation for Bids

(g) the completed Schedules (including Price Schedules)

(h) any other document listed in GCC as forming part of the Contract

3. In consideration of the payments to be made by the Purchaser to the Supplier as specified in this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of [insert the name of the Contract governing law country] on the day, month and year indicated above.

For and on behalf of the Purchaser

Signed: [insert signature] in the capacity of [ insert title or other appropriate designation ]in the presence of [insert identification of official witness]

For and on behalf of the Supplier

Signed: [insert signature of authorized representative(s) of the Supplier]in the capacity of [ insert title or other appropriate designation ]in the presence of [ insert identification of official witness]

Page 208: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-213

Performance SecurityOption 1: (Bank Guarantee)

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert name and Address of Purchaser ]

Date: _ [Insert date of issue]

PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that _ [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No. [insert reference number of the contract] dated [insert date]with the Beneficiary, for the supply of _ [insert name of contract and brief description of Goods and related Services](hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of[insert amount in figures]()[insert amount in words],1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment under it must be received by us at this office indicated above on or before that date.

1 1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Beneficiary.

2 2Insert the date twenty-eight days after the expected completion dateas described in GC Clause 18.4. The Purchaser should note that in the event of an extension of this date for completion of the Contract, thePurchaser would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Purchaser might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 209: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

214 Invitation for Bids

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

_____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

Page 210: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-215

Option 2: Performance Bond (N/A)

By this Bond[insert name of Principal] as Principal (hereinafter called “the Supplier”) and[insert name of Surety] as Surety (hereinafter called “the Surety”), are held and firmly bound unto[insert name of Purchaser] as Obligee (hereinafter called “the Supplier”) in the amount of [insert amount in words and figures], for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Supplier and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS the Contractor has entered into a written Agreement with the Purchaser dated the day of , 20 , for [name of contract and brief description of Goods and related Services] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract.

NOW, THEREFORE, the Condition of this Obligation is such that, if the Supplier shall promptly and faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null and void; otherwise, it shall remain in full force and effect. Whenever the Supplier shall be, and declared by the Purchaser to be, in default under the Contract, the Purchaser having performed the Purchaser’s obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

(1) complete the Contract in accordance with its terms and conditions; or

(2) obtain a Bid or bids from qualified Bidders for submission to the Purchaser for completing the Contract in accordance with its terms and conditions, and upon determination by the Purchaser and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Purchaser and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the Balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the Contract Price,” as used in this paragraph, shall mean the total amount payable by Purchaser to Supplier under the Contract, less the amount properly paid by Purchaser to Contractor; or

(3) pay the Purchaser the amount required by Purchaser to complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

Page 211: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

216 Invitation for Bids

Any suit under this Bond must be instituted before the expiration of one year from the date of the issuing of the Taking-Over Certificate.

No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Purchaser named herein or the heirs, executors, administrators, successors, and assigns of the Purchaser.

In testimony whereof, the Supplier has hereunto set his hand and affixed his seal, and the Surety has caused these presents to be sealed with his corporate seal duly attested by the signature of his legal representative, this day of 20 .

SIGNED ON on behalf of

By in the capacity of

In the presence of

SIGNED ON on behalf of

By in the capacity of

In the presence of

Page 212: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-217

Advance Payment Security

[Guarantor letterhead or SWIFT identifier code]

Beneficiary:[Insert name and Address of Purchaser]

Date: [Insert date of issue]

ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Supplier, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the execution of [insert name of contract and brief description of Goods and related Services] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum [insert amount in figures] () [insert amount in words] is to be made against an advance payment guarantee.

At the request of the Applicant, we as Guarantor,hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures] () [insert amount in words]1 upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating either that the Applicant:

(a) has used the advance payment for purposes other than toward delivery of Goods; or

(b) has failed to repay the advance payment in accordance with the Contract conditions, specifying the amount which the Applicant has failed to repay.

1 1The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Purchaser.

Page 213: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

218 Invitation for Bids

A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment referred to above has been credited to the Applicant on its account number [insert number] at [insert name and address of Applicant’s bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Applicant as specified in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent of the Accepted Contract Amount, has been certified for payment, or on the [insert day] day of [insert month], 2 [insert year], whichever is earlier.Consequently, any demand for payment under thisguarantee must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.758,except that the supporting statement under Article 15(a) is hereby excluded.

.

____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

Page 214: Document Pac…  · Web view5. SectionI. Instructions to Bidders. 84Section IV Bidding Forms. 42. Section IV Bidding Forms79. 167. 143. 210Invitation for Bids. 6. Section I Instructions

Section VIII – General Conditions of Contract 3-219