IT Equipment and Accessories under Framework Agreement€¦ · Page 0 of 28 INVITATION TO BID for...
Transcript of IT Equipment and Accessories under Framework Agreement€¦ · Page 0 of 28 INVITATION TO BID for...
Page 0 of 28
INVITATION TO BID
for
Procurement
of
IT Equipment and Accessories under Framework Agreement
FAOBGD
Destination: Bangladesh
Date of issuance: 04 February 2016
Closing date: 25 February 2016
Submission Method:
Bids must be submitted on or before the closing date and time in a sealed envelope to the FAO Representation
Page 1 of 28
INVITATION TO BID / FAO SEALED BID FOR FRAMEWORK AGREEMENT
FOR SUPPLY OF IT EQUIPMENT:FAOBGD/ITB/2016-03
CLOSING DATE: 25 February 2016 - 12:00 hrs. Bangladesh Standard Time
The Food and Agriculture Organization of the United Nations (FAO) is a specialized agency of the United
Nations with more than 190 member countries. Since its inception, FAO has worked to improve nutrition,
increase agricultural productivity, raise the standard of living in rural populations and contribute to global
economic growth. Achieving food security for all is at the heart of FAO's efforts – to make sure people have
regular access to enough high-quality food to lead active, healthy lives.
To achieve its goals, FAO cooperates with thousands of partners worldwide, from farmers’ groups to
traders, from non-governmental organizations to other UN agencies, from development banks to
agribusiness firms (further and more detailed information on FAO can be found on the internet site:
http://www.fao.org).
FAO herewith invites you to submit a Sealed Bid in BDT for having a Framework Agreement for supply
of:
Item Quantity Technical
Specifications Delivery location
Delivery
time
IT Equipment and
Accessories
Please see
Appendix I
As per the
technical
specifications
attached in
Appendix I
Different Offices of
FAO located in Dhaka
City
As per
order
In preparing your bid, you should take into account the international status and humanitarian goals of FAO
by submitting your best commercial terms. You should also be aware that FAO enjoys certain privileges and
immunities which include exemption from payment of Value Added Tax ("VAT"), customs duties and
importation restrictions.
Your Bid shall be based on all requirements included in this Invitation to Bid including:
Appendix I – Technical Specifications and Compliance Format
Appendix II – Financial offer
Appendix III – Bid Submission Letter
Appendix IV – FAO General Terms and Conditions for Goods
and must adhere to the General Bid Requirements and the Special Requirements and Conditions specified
below:
General Bid Requirements:
1. Contact information: Full name, address, fax and telephone numbers of your company and contact
persons.
2. Supplier’s acceptance of the “FAO General Terms and Conditions for Goods” (enclosed, Appendix
IV). Note that FAO cannot issue a Purchase Order in the absence of a Supplier’s acceptance of these
Terms and Conditions.
3. Payment Terms: FAO effects payment through normal banking channels, within 30 days against invoice
and shipping documents, and subject to receipt of satisfactory inspection report, if required, and
acceptance of goods. FAO will, however, pay only for the goods actually accepted at final destination after
inspection at unloading point(s) either by an independent inspection company or by an authorized FAO
official and deduction of actual and/or liquidated damages for late delivery and/or quality deviations, if
any. Letters of credit and advance payments cannot be provided.
Page 2 of 28
4. Please note that the Organization will make payment to the bank account indicated by the selected supplier
in its invoice, provided that the bank account is in the name of the supplier and located in the country of
residence of the supplier. Any request for payment to a bank account other than that of the supplier or to a
bank other than one located in the supplier’s country of residence must be specified in the offer, together
with the reasons for such deviation from standard payment terms; the Organization will not be in a position
to consider the request should this information be provided after the closing date of the tender. Successful
bidders can register to submit invoices in PDF format via e-mail by contacting [email protected].
5. Acceptance of FAO’s Bid Requirements including Technical Specifications (Appendix III). If your
bid is not compliant with any of these requirements, such non-compliance must be clearly identified in
your offer (and details provided in Appendix III: Bid Submission Letter). If no mention to this effect is
contained in your offer, FAO will assume that all requirements included in this Invitation to Bid are
accepted by the supplier. Suppliers must in any case complete the technical specifications form.
6. Insurance and Freight Costs: To be arranged by supplier. The supplier will determine the appropriate
type and amount of insurance coverage to address its risks up to delivery at final destination. FAO will pay
only for the goods actually accepted at final destination after inspection at unloading point(s) and
deduction of actual damages and/or liquidated damages for late delivery and/or quality deviations, if any.
7. Prices: Your unit prices, air/land/surface freight charges, insurance cost and total price shall be quoted
separately for delivery to the destination(s) specified above on DAT basis in accordance with Incoterms
2010. FAO will pay only for the goods actually accepted at final destination after inspection at unloading
point(s) and deduction of actual damages and/or liquidated damages for late delivery and/or quality
deviations, if any.
8. The estimated quantities required are shown in Appendix – II. Although every endeavour has been made to prepare an accurate estimate of requirements during the period of the Contract, FAO does not bind himself to take the quantities stated, but reserves the right to order greater or lesser of quantities according to the requirements during that time.
9. Delivery time: Goods are to be delivered on site within time to be mentioned in the Purchase Order
depending on the nature of the goods.
10. PO Terms: Depending on the Incoterm basis on which FAO decides to procure the goods (DAT or DAP),
the relevant contract (Purchase Order) will also be in compliance with those Incoterms.
11. Validity: Bids must remain valid with firm and fixed prices for 60 days after Tender Closing Date.
12. Country of Origin: The origin of the goods is to be indicated by the supplier.
13. Sanctionable Actions:
(a) The Supplier agrees to refrain from engaging in Sanctionable Actions, which are defined as follows:
"Corrupt practice" or “corruption” means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value whether tangible or intangible to improperly influence the actions of
another party;
"Fraudulent practice" or “fraud” means any act or omission, including misrepresentation that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial and/or other
benefit and/or to avoid an obligation;
"Collusive practice" is an arrangement between two or more parties designed to achieve an improper
purpose, including influencing improperly the actions of another party;
"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;
"Unethical practice" is any act or omission contrary to the conflict of interest, gifts and hospitality or
post-employment FAO policy (see http://www.fao.org/unfao/procurement/codedeconduitethique/en/),
as well as any provisions or other published requirements of doing business with the Organization,
including the UN Supplier Code of Conduct (http://www.un.org/depts/ptd/pdf/conduct_english.pdf);
and
"Obstructive practice" is an act or omission by a Third Party that may prevent or hinder the work of
the Investigation Unit of the FAO Office of the Inspector General.
(b) If FAO determines that a bidder or supplier has engaged in a Sanctionable Action, FAO will impose
sanctions in accordance with the prevailing Sanctions Procedures: http://www.fao.org/fileadmin/
Page 3 of 28
user_upload/procurement/docs/FAO_Vendors_Sanctions_Policy_-_Procedures.pdf. In addition, FAO
may share information on sanctioned vendors with other Intergovernmental or UN Organizations.
(c) FAO may reject an offer 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 a Sanctionable Action in competing for the
contract in question.
14. Disclosure of Sanctions or Temporary Suspension: The Bidder and its affiliates, agents and
subcontractors should not be suspended, debarred, or otherwise identified as ineligible by any
Intergovernmental or UN Organization, including any organization within the World Bank Group or any
other multi-lateral development bank, or by the institutions and bodies of economic integration
organizations (e.g., the European Union). You are therefore required to disclose to FAO whether your
company, or any of its affiliates, agents or subcontractors is subject to any sanction or temporary
suspension imposed by any such organization or National Authority at any time during the three years
prior to this Contract or at any time throughout the execution of this Contract. You acknowledge that a
breach of this provision will entitle FAO to terminate its Contract with your firm and that material
misrepresentations on your status constitute a fraudulent practice.
15. UN Security Council Sanctions: The Bidder must certify that it is not associated, directly or indirectly,
with entities or individuals (i) that are associated with terrorism, as in the list maintained by the Security
Council Committee established pursuant to its Resolutions 1267 (1999) and 1989 (2011), or (ii) that are
the subject of sanctions or other enforcement measures promulgated by the United Nations Security
Council. Selected bidders also agree to undertake all reasonable efforts to ensure that none of the funds
received from FAO under the awarded contract are used to provide support to individuals or entities
associated with terrorism or that are the subject of Security Council sanctions. This provision must be
included in any subcontracts, sub-agreements or assignments entered into under the awarded contract. The
bidder acknowledges and agrees that this provision is an essential term of the awarded contract and any
breach of these obligations and warranties shall entitle FAO to terminate the Contract immediately upon
notice to the Contractor, without any liability for termination charges or any liability of any kind of FAO.
Commercial Requirements
1. The Bidder shall have specific experience of executing at least 2 contracts successfully on supplying items
similar to tendered items in last 3 years. Copies of Work order/Purchase Order (at least one for each year)
are to be submitted with the bid. A table indicating i) Nature of Goods ii) Name of Procuring Entity iii)
Contact Person with telephone number/E-mail address iv) Contract value and v) Year of Supply must be
submitted in support of having required experience. Failure to provide this information may result in the
disqualification of the bidder.
2. The Bidder must submit copies of the following documents:
a. Valid and updated Trade License issued by competent authority
b. Valid Taxpayer Identification Number (TIN) Certificate issued by competent authority
c. Value and updated Value Added Tax (VAT) Registration Certificate issued by competent authority
Special Requirements and Conditions:
1. FAO reserves the right at its discretion to cancel this solicitation process if and when deemed necessary
without any obligation to bidders; vendors will be informed accordingly.
2. Partial offers of requested lots, if applicable, are NOT acceptable. However, partial offers are acceptable if
goods are not requested to be delivered in lots.
3. Arithmetical errors and discrepancies on the Financial Offer:
If there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price will prevail and the total price will be corrected, unless
in the opinion of evaluators, there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted will govern and the unit price will be corrected.
Page 4 of 28
If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
will prevail and the total will be corrected.
In case of discrepancy between a word and figures, the amount in words will prevail, unless the
amount expressed in words is related to an arithmetic error, in which case the amount in figures
will prevail subject to the note above.
4. Samples: If samples of goods are required as part of the evaluation, as specified in the Technical
Specifications (Appendix 1), such samples are to be provided for inspection.
5. Inspection: In the event of an order, Inspection on quantity, compliance with technical specifications (quality),
packing and marking may be arranged at loading/unloading by an independent superintending agency at FAO
expense.
6. Liquidated/Actual Damages: At FAO’s discretion, damages may be applied to payments to be made in
connection with any order as follows:
Inferior Quality: FAO, at its sole discretion, reserves the right to either reject any delivery that does
not comply with the technical specifications or to accept such delivery and apply actual or liquidated
damages to be determined by FAO;
Late Delivery: In the event of late delivery, liquidated damages will be applied at a rate of 2.5% of
the value of the goods per week of delay. The liquidated damages applied for late delivery will not
exceed 10% of the total order value.
7. Bidders are requested to complete FAO’s “TECHNICAL SPECIFICATIONS AND COMPLIANCE
FORMAT” (Appendix I) and submit it as an essential element of the offer.
8. Right to Publish Contract Award: In responding to our tender invitation and accepting the FAO General
Terms and Conditions you hereby authorize FAO to publish the details of any contractual relationship it
enters into with you, including, but not limited to, the supplier’s name and address, value of the award and
a description of the goods or services.
9. Bids received from uninvited companies will be rejected unless the uninvited bidder provides a statement
on how the FAO invitation to bid was obtained. Such statement must be confirmed in writing by the
originally invited company.
10. FAO supports and promotes the UN Global Compact -- “a strategic policy initiative for businesses that are
committed to aligning their operations and strategies with ten universally accepted principles in the areas
of human rights, labour, environment and anti-corruption.” FAO encourages all of its suppliers to confirm
their adherence to the principles of the Global Compact (http://www.unglobalcompact.org/AboutTheGC/
TheTenPrinciples/index.html). All Vendors must agree to abide by the UN Supplier Code of Conduct
located at http://www.un.org/depts/ptd/pdf/conduct_english.pdf. 11. If your firm is not yet registered as a potential supplier with the Organization, you are kindly requested to
register directly through the United Nations Global Marketplace (UNGM), www.ungm.org. Registration
with UNGM is a prerequisite to being awarded a contract with FAO. If your firm is not registered, by
submitting a bid you authorize FAO to register your firm in UNGM on your behalf.
12. Bids must clearly indicate the tender number, have numbered pages and include the stamp and
name of the bidder on all pages in order to facilitate verification of the completeness of the offer.
Submission of your bid: Your bid must be submitted on or before the closing date and time in a sealed
envelope marked as follows:
FAO Representation in Bangladesh
Hs. # 37, Rd. # 8
Dhanmondi R/A , Dhaka – 1205
CONFIDENTIAL
Not to be opened by Registry!
SEALED BID/FAOBGD/ITB/2016-03
Attention Syed Sarwar Hussain
CLOSING DATE: 25 February 2016
COMPANY NAME: ......................................................................
Page 5 of 28
BIDS RECEIVED ON ANY OTHER ADDRESS OR FAX NUMBERS OR BY ANY OTHER
MEANS AND/OR BIDS RECEIVED AFTER THE CLOSING DATE WILL BE CONSIDERED
INVALID.
13. Evaluation and Award Procedure:
The award will be on the basis of:
- Compliance with the technical specifications;
- Compliance with the commercial requirements;
- Acceptance of FAO General Terms and Conditions;
- Price;
FAO reserves the right to consider, and disqualify firms based on, documented prior poor performance, including
but not limited to poor quality of goods or services provided, late delivery and unsatisfactory performance.
Any request for clarification regarding requirements contained in this Invitation to Bid shall be addressed to the
undersigned and submitted by email to [email protected] by Fax to Fax Number +880 258152025 by
mail or by hand immediately after receipt of this Invitation to Bid. In submitting a request for clarification, do not,
under any circumstances, submit a copy of your offer or reveal any information about your intended quotation.
This will invalidate your offer. Responses to bid clarifications, if any, will be provided to all companies that
have been invited to bid.
In the event that your company will not be submitting a bid, FAO would appreciate your feedback with a brief
explanation. In this case, you are kindly requested to fill in the “No Bid Notice” attached to this Invitation to Bid
and fax or email it to FAO as indicated on the “No Bid Notice.”
Bidder Protests: Fairness and transparency are fundamental principles for FAO procurement activities. Bidders
that believe that the procurement process was not fair and transparent may request feedback from the office that
issued the tender. If a satisfactory response is not received, the bidder may present a protest following the
instructions detailed in the following link: http://www.fao.org/unfao/procurement/codedeconduitethique/
protests/en/.
To report allegations of fraud or misconduct in the procurement process, bidders may submit information, also
anonymously, to the Office of the Inspector General Hotline: http://www.fao.org/aud/69204/en/.
Regards,
Mike Robson
FAO Representative in Bangladesh
Page 6 of 28
Appendix I: Technical Specifications and Compliance Format
VENDORS MUST INDICATE COMPLIANCE OF THE GOODS OFFERED WITH THE
FOLLOWING TECHNICAL SPECIFICATIONS.
Technical Specifications and Compliance Format for
IT Equipment and Accessories
SL Product Detailed Features and Specifications Offered Specifications
1. Desktop Computer
A. Desktop Computer
Brand, Model HP, Pro Desk 600 G2 Tower
Processor Intel Core i5 - 6600, 6th Gen, 3.3GHz, 6MB Cache
RAM 8GB, 2133 SDRAM Chipset Intel Q150 chipset HDD 500 GB SATA, 7200rpm
Monitor HP ProDisplay p221 21.5-inch led backlit monitor with VGA and DVI
Graphics Intel HD Graphics 530
Optical Disk Drive DVD +/-RW drive
Ports 8 USB 3.0, 2 USB 2.0, 2 PS/2, 1 VGA, 2 Display, 1 Audio in, 1 Audio out, 1 RJ-45, 1 Headphone, 1 Microphone
Keyboard HP standard KB Mouse HP standard Mouse Dimensions 170×358.3×355mm (W×D×H) Weight Approx. 7.35 kg OS Windows 7 Professional (OEM), 64-bit or
Office MS Office Home and Business 2016 (OEM), 64-bit
Anti Virus Kaspersky Internet Security 2016
Warranty 3 Years
B. Desktop Computer
Brand, Model HP, Pro Desk 600 G2 Tower
Processor Intel Core i7 - 6700, 6th Gen, 3.4GHz, 8MB Cache
RAM 8GB, 2133 SDRAM Chipset Intel Q150 chipset HDD 1TB SATA, 7200rpm
Monitor HP ProDisplay p221 21.5-inch led backlit monitor with VGA and DVI
Graphics Intel HD Graphics 530
Optical Disk Drive DVD +/-RW drive
Ports 8 USB 3.0, 2 USB 2.0, 2 PS/2, 1 VGA, 2 Display, 1 Audio in, 1 Audio out, 1 RJ-45, 1 Headphone, 1 Microphone
Keyboard HP standard KB
Page 7 of 28
Mouse HP standard Mouse Dimensions 170×358.3×355mm (W×D×H) Weight Approx. 7.35 kg
OS Windows 7 Professional (OEM), 64-bit
Office MS Office Professional 2016 (OEM), 64-bit
Anti Virus Kaspersky Internet Security 2016 Warranty 3 Years
2. Laptop Computer
A. Laptop Computer
Brand, Model HP, ProBook 440 G3 Dell, Latitude series
Processor Intel Core i5-6300U, 2.4 GHz, up to 3 GHz with Intel Turbo Boost Technology, 3 MB cache
RAM 8GB, 1600 SDRAM HDD 1 TB, 5400rpm SATA Display 14ʺ diagonal LED backlit HD Graphics Intel HD Graphics 520 Webcam 720p HD
Ports
2 USB 3.0, 1 USB 2.0, 1 VGA, 1 HDMI, 1 Headphone/microphone combo, 1 RJ-45
Keyboard Full-sized, spill resistant
Pointing Device Touchpad with on/off button with LED indicator
Battery 4 cell Li-ion, backup time up to 4hrs Dimensions 13.35×9.61×0.78 to 0.83in (W×D×H) Weight Starting at 1.68 kg
Other Accessories All standard accessories as supplied by the Manufacturer including carry bag and power adapter.
OS Windows 7 Professional (OEM), 64-bit
Office MS Office Home and Business 2016 (OEM), 64-bit
Anti Virus Kaspersky Internet Security 2016 Warranty 1 year
B. Laptop Computer
Brand, Model HP, ProBook 440 G3 Dell, Latitude series
Processor Intel Core i7-6500U, 2.5 GHz, up to 3.1 GHz with Intel Turbo Boost Technology, 4 MB cache
RAM 8GB, 1600 SDRAM HDD 1 TB, 5400rpm SATA
Display 14” diagonal LED backlit HD
Graphics Intel HD Graphics 520; AMD Radeon R7 M340 2GB dedicated
Webcam 720p HD
Ports 2 USB 3.0, 2 USB 2.0, 1 VGA, 1 HDMI, 1
Page 8 of 28
Headphone/microphone combo, 1 RJ-45
Keyboard Full-sized, spill resistant
Pointing Device Touchpad with on/off button with LED indicator
Dimensions 13.35×9.61×0.78 to 0.83in (W×D×H)
Other Accessories All standard accessories as supplied by the Manufacturer including carry bag and power adapter.
Weight Starting at 1.68 kg OS Windows 7 Professional (OEM), 64-bit
Office MS Office Professional 2016 (OEM), 64-bit
Anti Virus Kaspersky Internet Security 2016 Warranty 1 year
3. Laser Multifunction Printer (Monochrome)
A Laser Multifunction Printer (Monochrome)
Brand, Model HP, LaserJet Enterprise MFP M630f Functions Print, Copy, Scan, E-mail
Connectivity 1 Hi-speed USB 2.0, 1 Gigabit Ethernet 10/100/1000
Processor 800MHz Memory 1.5 GB
Hard disk Standard 320GB HP high performance, secure HDD
Display 8ʺ SVGA, capacitive-touch display with gesture support
Print Speed 60 PPM First Page Out As fast as 8.5 Sec Duty Cycle Up to 250,000 pages/month Scanner type Flatbed, ADF (Duplex) Scan Resolution Up to 600 dpi
Scan speed (A4) Up to 60 ppm (b&w), Up to 45 ppm (color)
Digital Sending Feature Scan to email, save to a network folder, save to USB drive
Copy Speed 60CPM
Copy Resolution 600 × 600 dpi (flatbed), 300 × 600 dpi (ADF)
Maximum Copy Up to 9999 Toner Cartridge 81A @ 10,500 pages; 81X @ 25,000 pages
Paper Input One 100-sheet multipurpose tray, Two 500-sheet input trays, One 100-sheet automatic document feeder
Duplex printing Automatic Media Sizes A4, A5, A6, B5, B6
Weight 73.5kg Dimensions 99.5 × 64.3 × 111.0cm (W×D×H) Warranty 1 year
B Laser Printer (Monochrome)
Brand, Model HP, LaserJet Enterprise 600 M606dn
Page 9 of 28
Functions Print
Connectivity 1 Hi-speed USB 2.0, 1 Gigabit Ethernet 10/100/1000
Processor 1.2 GHz Memory 512 MB Standard
Hard disk (Optional) 500 GB HP secure high performance HDD
Display 4 line LCD (Color text and graphics) Print Speed 62 PPM Print Resolution Up to 1200 × 1200 dpi First Page Out As fast as 7 Sec
Duty Cycle Up to 275,000 pages/month Toner Cartridge 81A @ 10,500 pages; 81X @ 25,000 pages
Paper Input
One 100-sheet multipurpose, Tray 1; One 500-sheet input tray, Tray 2; One additional 500-sheet input tray, Tray 3 (Part No: F2G68A)
Duplex printing Automatic Media Sizes A4, Letter, Legal Weight 25.9kg Dimensions 425 × 537 × 399mm (W×D×H) Warranty 1 year
C Laser Multifunction Printer (Monochrome)
Brand, Model HP, LaserJet Pro M521dw Functions Print, scan, copy
Connectivity 1 Hi-speed USB 2.0, 1 Gigabit Ethernet 10/100/1000
Processor 800MHz Memory 256 MB Display 3.5" LCD Touch Screen Print Speed 40 PPM First Page Out As fast as 8.0 Sec Duty Cycle Up to 75,000 pages/month Scanner Type Flatbed, ADF (Duplex)
Scan Speed (A4) Up to 19 ppm (b&w), Up to 14 ppm (color)
Scan Resolution Up to 600 dpi Copy Speed Up to 40 ppm Copy Resolution 600 × 600 dpi Maximum Copy Up to 99 Toner Cartridge 55A @ 6,000 pages; 55X @ 12,500 pages
Paper Input One 100-sheet multipurpose tray; One 500-sheet input tray; One 50-sheet automatic document feeder
Duplex printing Automatic
Media Sizes A4, Letter, Legal Weight 38.9kg Dimensions 16.3 × 30.2 × 20.2in (W×D×H)
Warranty 1 year
Page 10 of 28
D Laser Printer (Monochrome)
Brand, Model HP, LaserJet Pro 400 M401dn Functions Print
Connectivity 1 Hi-speed USB 2.0, 1 Gigabit Ethernet 10/100/1000
Processor 800MHz Memory 256 MB Print Speed 33 ppm Print Resolution Up to 1200 × 1200 dpi First Page Out As fast as 8 Sec Duty Cycle Up to 50,000 pages/month
Toner Cartridge 80A @ 2,700 pages; 80X @ 6,900 pages
Paper Input One 50-sheet multipurpose tray; One 250-sheet input tray
Duplex printing Automatic Media Sizes A4, Letter, Legal Weight 11 kg Dimensions 364.4 × 368 × 271 mm (W×D×H) Warranty 1 year
E Standard Laser Printer (Color)
Brand, Model HP, LaserJet Pro 400 Color M451dn Functions Print
Connectivity 1 Hi-speed USB 2.0, 1 Gigabit; Ethernet 10/100/1000
Processor 600MHz Memory 128 MB Display 2-line LCD (Text) Print Speed 20 PPM
First Page Out Black: As fast as 17 Sec; Color: As fast as 17 Sec
Duty Cycle Up to 40,000 pages/month
Toner Cartridge 305A Black CE410A @ 2,200 pages; 305A Cyan CE411A @ 2,600 pages;305A Magenta CE413A @ 2,600 pages
Paper Input One 50-sheet multipurpose tray; One 250-sheet input tray
Duplex printing Automatic Media Sizes A4, Letter, Legal Weight 23.64kg Dimensions 405 × 484 × 322mm (W×D×H) Warranty 1 year
4. Photocopier with ADF and Pedestal
A Photocopier with ADF and Pedestal
Brand, Model Canon, imageRUNNER 2535
Memory 256MB standard Media Size A3, A4, Letter, Legal
Network Interface Ethernet (100Base-TX / 10Base-T), USB 2.0
Resolution Reading: 600X600dpi; Printing: 1200X1200dpi
Page 11 of 28
Copy /Print Speed 35 ppm in A4 First Copy Out Time 3.9 Sec Magnification 25% to 400%
Warm-up Time Maximum 30 Sec after powering on; Maximum 1 Sec from powering on
Multiple Copies 1 to 999 sheets
Paper Capacity DADF-AA1: 100 sheets ;Standard 100 sheets Stack Bypass ;Standard 2 × 550 Sheets (Cassette 1 and 2)
Printer Standard Network Printer, Driver: Standard FR ll LT
Duplex Standard Duplexing Toner Yield 19,400 pages in A4 Drum Yield 1,40,000 pages in A4 ADF Model Canon DADF AA1 Weight 69.5kg Dimensions 565 × 680 × 806mm (W×D×H) Warranty 1 year free service warranty
B Photocopier
Brand, Model Canon, IR ADVANCE 4245 with ADF and Pedestal
Memory standard 1.25 GB HDD standard 160 GB
CPU 1.8 GHz
Paper Size and capacity Cassette 1: A4, 550 sheets; Cassette 2: A3, 550 sheets; Multipurpose Tray: A3, A4 and envelopes, 80 sheets
Warm-up Time From power on: 30 Sec; From sleep mode: 10 Sec
Copy /Print Speed A4: 45 ppm; A3: 22 ppm
First Copy Time 3.8 Seconds Multiple Copies 1 to 999 sheets
PDL UFRll (Standard), PCL 5e/6
Print Resolution 1200 × 1200 dpi
Interface Ethernet (1000/100/10), USB 2.0 Duplex Standard Duplexing Scan speed 51 ppm
Scan resolution Max 600 × 600 dpi
Destination e-mail/PC
File Format TIFF, JPEG, PDF, XPS
Toner Yield 34,200 pages in A4 Drum Yield 1,76,000 pages in A4 ADF Model Canon DADF AG1 Pedestal Type-B
Dimensions (W×D×H) 565 × 708 × 902mm (including DADF) Weight Approx. 78kg (including DADF)
Warranty 1 year service warranty
5. Projector
A Projector
Brand, Model Hitachi, CP-X3041WN
Page 12 of 28
Projection Technology 3LCD, 3 chip technology
Light Output 3200 ANSI Lumens (White); 3200 ANSI Lumens (Color)
Contrast Ratio 10,000:1
Lamp Life (Hours) 5000 hrs (Normal); 10,000 hrs (Eco-2 mode)
Lens Manual focus, Manual zoom × 1.2 Resolution XGA (1024 × 768) Display Size 30~300ʺ Throwing Distance 0.8~10.7m Speakers 16W
Digital Input 2 × HDMI RGB Input 2 × 15-pin mini D-sub Wired Network 1 × RJ-45 Wireless LAN Yes (Optional wireless adapter required) PC-Less Presentation Yes, USB type A
Accessories Supplied Remote control with batteries (HL03031), RGB Cable,Power Cable, Lens Cap, Network & wireless software
Power Consumption 330W Weight 6.8 lbs Dimensions 12.6 × 9.7 × 3.4in (W×D×H)
Warranty 1 year warranty (Labor and spare), 90 days for lamp.
B Projector
Brand, Model Hitachi, CP-X4041WN Projection Technology 3LCD
Light Output 4000 ANSI Lumens (Normal); 2600 ANSI Lumens (Eco)
Contrast Ratio 3000:01:00
Lamp Life (Hours) 5000 hrs (Normal); 10,000 hrs (Eco-2 mode)
Lens Manual focus, Manual zoom × 1.2 Resolution XGA (1024 × 768)
Display Size 30~300ʺ Throwing Distance 0.8~10.7m Speakers 16W Mono (8W × 2) Digital Input 1 × HDMI RGB Input 2 × 15-pin mini D-sub Wired Network 1 × RJ-45 Wireless LAN Yes (Optional wireless adapter required) PC-Less Presentation Yes, USB type A
Accessories Supplied Remote control with batteries (HL02881), RGB Cable,Power Cable, Lens Cap, Network & wireless software
Power Consumption 300W Weight 3.6kg Dimensions 317 × 98 × 288mm (W×D×H)
Warranty 1 year warranty (Labor and spare), 90 days for lamp.
Page 13 of 28
6. Projector Screen (Tripod)
A Projector Screen (Tripod)
Brand Elite / Apollo / Meki / Brown Screen Size 70ʺ× 70ʺ Aspect Ratio 1:1 Surface Type Matte White high quality fabric Screen Type Front Projection
B Retractable Electric Projection Screen 70" Ceiling Mounted
Brand Elite / Apollo / Meki / Brown Screen Size 70”× 70”
Aspect Ratio 1:1
Surface Type Matte White high quality fabric, black border
Roller 1" aluminum alloy roller keeps the projection screen surface flat throughout repeated use
Screen Type Front Projection
Installation Wall bracket attachment and hanging ceiling D hooks for simple installation
Operation Electric motor to raises and lowers the screen via remote control or wall switch.
7 UPS (Line-interactive / Offline)
Brand, Model Centralion, Micronet 1200VA Backup Capacity 1200 VA Backup Time (1pc with 15” monitor)
30-40 min
Battery Type and number
12V/7AH × 2pc
Rear output socket 4 flat 3-pin (type G) Battery Sealed Maintenance free Lead Acid Discharge protection Yes Over Charge protection Yes Short circuit protection Yes
Battery Overload Protection
Yes
Noise Level Less than 40db Dimension 365 × 139 × 195 (mm) Weight 9.6 kg Warranty 1 year
8. Portable HDD
A Portable HDD, 1TB
Brand, Model Transcend J25H3 Storage Capacity 1 TB Form Factor 2.5ʺ, SATA
RPM 5400 Operating Voltage USB DC 5V Buffer 8 MB Interface USB 3.0 Transfer Rate USB 2.0 up to 480 Mb/s; USB 3.0 up to
Page 14 of 28
5Gb/s Drop tested / Shock proof
Military-grade shock resistance
Outer Case Double anti-shock rubber outer case
Quick Reconnect button Yes Warranty 3 years
B Portable HDD, 2TB
Brand, Model Transcend J25H3 Storage Capacity 2 TB Form Factor 2.5ʺ, SATA RPM 5400
Buffer 8 MB Operating Voltage USB DC 5V Interface USB 3.0
Transfer Rate USB 2.0 up to 480 Mb/s; USB 3.0 up to 5Gb/s
Drop tested / Shock proof
Military-grade shock resistance
Outer Case Double anti-shock rubber outer case Quick Reconnect button Yes Warranty 3 years
C Portable HDD, 1TB
Brand, Model Western Digital My Passport Ultra, WDBZFP0010B
Storage Capacity 1 TB Form Factor 2.5ʺ, SATA RPM 5400 Password protection & hardware encryption
Password protection & hardware encryption
Green Compliance Certificate
RoHS
Interface USB 3.0
Transfer Rate USB 2.0 up to 480 Mb/s; USB 3.0 up to 5Gb/s
Dimension 15 × 82 × 111mm Weight 154.2g Warranty 3 years
D Portable HDD, 2TB
Brand, Model Western Digital My Passport Ultra, WDBZFP0010B
Storage Capacity 2 TB Form Factor 2.5ʺ, SATA RPM 5400 Password protection & hardware encryption
Password protection & hardware encryption
Green Compliance Certificate
RoHS
Interface USB 3.0
Transfer Rate USB 2.0 up to 480 Mb/s; USB 3.0 up to 5Gb/s
Page 15 of 28
Dimension 21 × 82.4 × 111mm Weight 154.2g Warranty 3 years
E External SATA, 4TB
Brand, Model Transcend, StoreJet 35T3 Storage Capacity 4 TB Form Factor 3.5ʺ, SATA RPM 7200 Buffer 32 MB Operating Voltage AC 100V-240 Power Adaptor Yes
Interface USB 3.0
Transfer Rate USB 2.0 up to 480 Mb/s; USB 3.0 up to 5Gb/s
Outer Case Slim vertically-oriented design Warranty 3 years
9. Pendrive A Pendrive, 8 GB
Brand, Model Transcend, JetFlash V-700 Storage Capacity 8 GB Interface USB 3.0 Transfer Rate Read 70MB/s, Write 20 MB/s
Warranty Product Lifetime
B Pendrive, 16 GB (Medium)
Brand, Model Transcend, JetFlash V-810 Storage Capacity 16 GB Interface USB 3.0 Transfer Rate Read 70MB/s, Write 20 MB/s Drop tested / Shock proof
Military-grade shock resistance
Outer Case Rubberized, water/dirt/dust resistant outer case
Warranty Product Lifetime
C Pendrive, 64 GB
Brand, Model Transcend, JetFlash V-810 Storage Capacity 64 GB Interface USB 3.0 Transfer Rate Read 70MB/s, Write 20 MB/s Drop tested / Shock proof
Military-grade shock resistance
Outer Case Rubberized, water/dirt/dust resistant outer case
Warranty Product Lifetime
10 Keyboard
Brand, Model Logitech, K120
Full-size Yes Spill-resistant design Yes Thin profile Yes Durable, Low-profile keys
Yes
Page 16 of 28
(quite, comfortable typing) Connectivity Wired USB, plug-and-play Warranty 1 year
11 Mouse
Brand, Model Logitech, M100r Full-size Yes Comfort, ambidextrous design
Yes
High-definition optical tracking
Yes
Side-to-side scrolling plus zoom
Yes
Connectivity Wired USB, plug-and-play Warranty 1 year
12 Power Strip
Brand, Model Huntkey, PZC 504-2 / Energypac
No of sockets 5 Sockets with independent switch
Surge Protector Full 3-lines surge protection inside (L-N, L-PE, N-PE), 375 Joules
Overload Protection 10A Overload push back button
Yes
Plug 3 flat-pin, Type G (UK standard) Maximum discharge current
4,500 AMPS
Cable Length 2M Warranty 1 year
13 Webcam
Brand, Model Logitech, C525HD
Video HD 720p, (1280 × 720 pixels)
Snapshots 8 MP Mic Built-in mic with noise reduction
Automatic light correction
Yes
Interface Hi-speed USB 2.0 Warranty 1 year
14 DVD (Recordable)
Brand Verbatim Type DVD-R Capacity 4.7GB/120minute Write Speed Up to 16X Packaging 10-Disk, Slim case
15 Headphone
Brand, Model Logitech H390 USB Headset Design Pure Digital USB connectivity Ear pad Soft-foam ear-pads Input Plug USB connectivity Cord & Strap Length 2 meters
Page 17 of 28
Audio Control In-line audio controls Warranty 12 months
16 Speaker
Brand, Model Creative, SBS A60 Type Multimedia Speaker Configuration 2.0 Channel Sound Output (RMS W) 4W (2W each)
Signal/Noise Ratio 75 dB
Weight 1 kg
17. Tablet
A Tablet (7”, 1GB, Calling)
Brand, Model Lenovo, A7-50, A3500-HV Released 2014, June
OS Android OS, v4.2.2 (Jelly Bean), upgradable to v4.4.2(KitKat)
Display 7ʺ, 800 x 1280 pixels, IPS LCD capacitive touch screen
CPU 1.3 GHz Quad Core, Cortex-A7 GPU Mali-400MP2 RAM 1 GB Storage 16 GB
Card Slot microSD, up to 32 GB; Primary: 5 MP, 2592 х 1944 pixels
Camera Secondary: 2 MP, Video: Yes
WLAN Wi-Fi 802.11 b/g/n, Wi-Fi Direct, hotspot
Bluetooth Yes, v4.0 GPS Yes Voice Calling Yes Battery Li-Ion 3450 mAh (Non-removable)
SIM card Type and no Micro-SIM, Optional Dual SIM - dual stand-by
Dimension (in) 7.80 x 4.77 x 0.39 Weight (g) 320 g
Warranty 1 year
B Tablet (8”, 2GB)
Brand, Model Lenovo, Yoga 2, 8.0
Released 2014, October
OS Android OS, v4.4.2 (KitKat)
Display 8ʺ, 1200 x 1920 pixels, IPS LCD capacitive touchscreen
CPU Intel Atom Z3745, 1.33 GHz Quad Core GPU Intel Gen 7 (Ivy Bridge) RAM 2 GB Storage 16 GB
Card Slot microSD, up to 64 GB; Primary: 8 MP, 3264 х 2448 pixels
Camera Secondary: 1.6 MP; Video: Yes WLAN Wi-Fi 802.11 b/g/n, dual -band, hotspot
Bluetooth Yes, v4.0
Page 18 of 28
GPS Yes Voice Calling No Battery Li-Ion 6400 mAh
SIM card Type and no Micro-SIM, Optional Dual SIM - dual stand-by
Dimension (in) 8.27 x 5.87 x 0.28 Weight (g) 419 g Warranty 1 year
18. Scanner
A Scanner
Brand, Model HP Scanjet Enterprise Flow N9120 Flatbed Scanner (L2683B)
Scanner Type Flatbed, ADF Scan Technology Charge Coupled Device (CCD) Recommended daily throughput
Up to 5000 pages per day
Scan speed (ADF, A4)
Up to 50 ppm/100 ipm (A4, color, black and white, greyscale, 200 dpi), up to 40 ppm/80 ipm (A4, black and white, greyscale, 300 dpi),up to 40 ppm/78 ipm (A4, color, 300 dpi)
Scan resolution Optical: Up to 600 dpi; Output resolution dpi; settings: 75, 100, 150, 200, 240, 300, 400, 500, 600
ADF capacity Standard, 200 sheets (75 g/m²)
Document size Minimum: Flatbed: no minimum; ADF: 70 x 148 mm; Maximum: Flatbed: 297.2 x 431.8 mm; ADF: 300 x 864 mm
Media size, ADF Legal, A3, A4, A5, A6, long paper up to 864 mm
Control panel 2 quick start buttons (Scan, Copy), Cancel, Tools, Powersave
Digital sending standard features
Scan to folder, scan to email, scan to copy, scan to application
Interface and connectivity
Standard: USB - compatible with USB 2.0 specifications
Dimensions (w x d x h) 692 x 558 x 338 mm Weight 35- 45 kg
Warranty 1 year
B Scanner
Brand, Model HP, Scanjet N6350 / Equivalent internationaly recognized brand Type Flatbed, ADF Scan Technology Charged Coupled Device (CCD), color ADF Duplex Scanning Yes ADF Scan speed Up to 15 PPM
Max scan size ADF: Letter, Legal, Flatbed: 8.5 × 11.5 in Scan Resolution Optical: Up to 2400 dpi, ADF: Up to 600 dpi ADF Scan Speed Upto 15PPM Connectivity USB 2.0, Ethernet OS compatibility: Windows, MacOS
Page 19 of 28
Duty cycle Up to 500 pages per day Scan file format PDF, JPG, TIFF,BMP, GIF Dimensions (w x d x h) 19.76 x 16.34 x 6.61 inch Weight: 14.8 lb Warranty 1 year
C Scanner
Brand, Model HP, Scanjet G3110 Type: Flatbed Scanner Resolution: 4800x9600 dpi Interface: USB 2.0 OS compatibility: Windows, MacOS
Dimensions: 17.91 x 2.76 x 12.01 Inch Weight: 2.89Kg Warranty 1 year
19 Voice Recorder
Brand, Model Sony, ICD-PX440 Built-in Memory 4 GB Built-in Microphone Stereo Built-in Speaker Power out 300mW, size 28mm Scene Select Yes Low-Cut Filter Yes Intelligent Noise Cut Yes
Digital Speed Control Yes PC Connectivity Yes Mic-in Jack Yes Record & Playback Format
MP3
Frequency Response MP3 128 kbps 75–17,000 Hz Battery Type Dry, (Alkaline, Size AAA x 2) Max. Recording time MP3 128 kbps 67 Hrs 05 Min Dimensions (W x H x D)
4.46 x 1.46 x 0.76 in
Weight including batteries
Approx. 75g
Warranty 1 year
20 Power Bank (10,000mAh)
Brand, Model Apacer, B520 Gold / TP-Link, TL-PB10400
Battery Capacity Min. 10,000 mAh
Compatibility Android, iPhone, iPad, Tab and other Micro USB device
Recharge time Charge virtually any smart device up to 3–5 times faster
Over volt Protection Yes Short Circuit Protection Yes
Overcharge Protection Yes
Over discharge Protection
Yes
Overheat Protection Yes Warranty 1 year
Page 20 of 28
21. Digital Compact Camera
A Digital Compact Camera with 16GB card and Bag
Brand, Model Nikon Coolpix S7000 Effective pixels 16 MP Lens 16X Optical Zoom, 4X Digital Zoom Display 3ʺ Still image resolution 4608×3456 pixels Movie 1920×1080/30p Storage SD/SDHC Battery Lithium-Ion rechargeable Color Black or Silver
Weight Approx. 190g
Other accessories All standard accessories as supplied by the Manufacturer,including camera bag, 16GB memory card and charger
Warranty 1 year Service
B Digital Compact Camera with 16GB card and Bag
Brand, Model Nikon Coolpix AW130 Effective Pixels 16 MP Lens NIKKOR lens Digital zoom magnification
Up to 4x
Display 3ʺ Storage media SD/SDHC/SDXC Battery Rechargeable Li-ion Battery Battery life Approx. 370 shots Weight Approx. 221 g (7.8 oz)
Other accessories
All standard accessories as supplied by the Manufacturer,including camera bag, 16GB memory card and charger card and charger
Warranty 1 year Service
C DSLR with 32GB card and Bag
Brand, Model Nikon, D5300
Lens AF-S DX NIKKOR 18-140mm f/3.5-5.6G ED VR
Effective pixels 24.2 MP Display 3.2ʺ Still image resolution 6000×4000 pixels Movie 1920×1080/60p
Storage SD/SDHC, 32GB SanDisk Extreme Pro 95MB/s
Battery Lithium-Ion rechargeable Weight Approx. 480g (Camera Body Only) Exposure Bracketing 3 shots in steps of 1/3 or 1/2 EV
Wireless Standard IEEE 802.11b, IEEE 802.11g
Other accessories All standard accessories as supplied by the Manufacturer,including camera bag, 32GB memory card and charger
Warranty 1 year Service
Page 21 of 28
22 Wireless Presenter
Brand, Model Logitech Wireless Presenter R400 Technology Wireless technology: 2.4 GHz wireless
technology
Wireless operating distance
Approximately 10m
Battery life (Laser pointer): 20-hour maximum, (Presenter): 1050-hour maximum
Wave Length 640~660nm (red light)
System Requirements - Windows-based computer - Windows Vista®, Windows® 7,
Windows 8, Windows 10 or later - USB port
Warranty 1 years
23 External Optical Drive
Brand, Model ASUS SDRW-08U5S-U
Read/Write Speed DVD, up to 8X
CD, up to 24X
Access time DVD : 200 ms, CD : 200 ms
Interface USB 2.0
OS Support Windows and Mac OS
Warranty 1 year
Page 22 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
Appendix II: FINANCIAL OFFER
Sl. # Item description
Unit Qty.
requested
Unit Price including
Transportation (in BDT)
Total Cost including
Transportation (in BDT)
(a) (b) (c) (d) = (b) × (c)
1A Desktop Computer: HP, Pro Desk 600 G2 Tower (i5-6600, 8GB)
Each 50
1B Desktop Computer: HP, Pro Desk 600 G2 Tower (i7-6700, 8GB, Office Pro)
Each 40
2A Laptop Computer: HP, ProBook 440 G3 (i5, 4GB), Dell, Latitude series
Each 50
2B Laptop Computer: HP, ProBook 440 G3 (i7, 8GB, Office Pro)
Each 40
3A
Laser Multifunction Printer: (Monochrome);HP, LaserJet Enterprise MFP M630f
Each 05
3B Laser Printer (Monochrome): HP, LaserJet Enterprise 600 M606dn
Each 10
3C Laser Multifunction Printer (Monochrome): HP, LaserJet Pro M521dw
Each 10
3D Laser Printer (Monochrome); HP, LaserJet Pro 400 M401dn
Each 10
3E Laser Printer (Color):Brand : HP, LaserJet Pro 400 Color M451dn
Each 10
4A Photocopier: Canon, image RUNNER 2535 Each 10
4B Photocopier:Canon,imageRUNNER Advance 4245
Each 10
5A Projector: Hitachi, CP-X 3041WN Each 10
5B Projector : Hitachi, CP-X 4041WN Each 10
6A Projector Screen (Tripod); Elite / Apollo/ Meki / Brown, Size : 70”× 70”
Each 10
6B Projector Screen (Ceiling Mounted, Electric); Elite / Apollo, Size : 70”× 70”
Each 10
7 UPS (Line-interactive / Offline);Centralion, Micronet 1200VA
Each 50
8A Portable HDD, 1TB (Standard); Transcend J25H3B
Each 50
8B Portable HDD, 2TB (Medium);Transcend J25H3B
Each 20
8C Portable HDD, 1TB (Standard); Western Digital My Passport Ultra
Each 20
8D Portable HDD, 2TB (Medium);Western Digital My Passport Ultra
Each 20
8E External SATA, 4TB (High);Transcend, StoreJet 35T3
Each 20
9A Pen drive, 8 GB (Standard);Transcend, JetFlash V-700
Each 100
9B Pen drive, 16 GB (Medium);Transcend, JetFlash V-810
Each 100
Page 23 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
Sl. # Item description
Unit Qty.
requested
Unit Price including
Transportation (in BDT)
Total Cost including
Transportation (in BDT)
(a) (b) (c) (d) = (b) × (c)
9C Pen drive, 64 GB (High):Transcend, JetFlash V-810
Each 100
10 Keyboard :Logitech, K120 Each 20
11 Mouse: Logitech, M100r Each 30
12 Power Strip: Huntkey, PZC 504-2 / Energypac
Each 50
13 Webcam; Logitech, C525HD Each 10
14 Blank DVD; Verbatim, DVD-R, 4.7GB Each 100
15 Headphone:Brand:Logitech H390 USB Headset
16 Speaker; Creative, SBS A60 (Set of 2) Set 20
17A Tablet : Lenovo, A7-50, A3500-HV, Size : 7” Each 25
17B Tablet : Lenovo, Yoga 2,Size : 8.0” Each 25
18A Scanner: HP Scanjet Enterprise Flow N9120 Each 02
18B HP, Scanjet N6350 / Equivalent internationaly recognized brand
Each 02
18C Scanner (Flatbed) HP, Scanjet G3110 Each 20
19 Voice recorder: Sony, ICD-PX440 Each 15
20 Power Bank (10,000mAh): Apacer, B520 Gold, TP-Link, TL-PB10400
Each 50
21A Digital Compact Camera with 16GB card and Bag (Small);Nikon, Coolpix S7000
Each 10
21B Digital Compact Camera with 16GB card and Bag (Medium) Nikon, Coolpix AW130
Each 10
21C
DSLR with 32GB card and Bag (High); Nikon, D5300, AF-S DX NIKKOR 18-140mm f/3.5-5.6G ED VR
Each 10
22 Wireless Presenter: Logitech Wireless
Presenter R400 Each 10
23 External Optical Drive: ASUS SDRW-08U5S-U Each 10
Total quoted price(BDT):
Total Amount(In Words):
Page 24 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
Appendix III: Bid Submission Letter
COMPLIANCE WITH THE PRESENT TENDER REQUIREMENTS
1. Does your bid comply with the requirements of having specific experience of executing at least 2
contracts successfully on supplying items similar to tendered items in last 3 years?
YES NO
2. Have you submitted Copies of Work order/Purchase Order (at least one for each year) with the bid. ?
Have you provided A table indicating i) Nature of Goods ii) Name of Procuring Entity iii) Contact
Person with telephone number/E-mail address iv) Contract value and v) Year of Supply must be
submitted in support of having required experience
YES NO
3. Have you submitted Valid and updated Trade License issued by competent authority?
YES NO
4. Have you submitted Valid and updated TIN Certificate issued by competent authority?
YES NO
5. Have you submitted Valid and updated Value Added Tax (VAT) Registration?
YES NO
2 a) Do your specifications comply with the TECHNICAL requirements of this tender in all respects?
YES NO
b) Have you mentioned Brand, Model, Catalogue and country of origin clearly?
. YES NO
c) Have you submitted Literature/Catalogue of the offered items along with the technical proposal.?
YES NO
If not, indicate the exceptions here below attaching additional pages as necessary:
.............................................................................................................................................................................................
.............................................................................................................................................................................................
.............................................................................................................................................................................................
............................................................................................................................................................................................
In submitting your bid, you confirm that you have read and understood the FAO General Terms and Conditions for Goods
and that you agree to abide by all of the terms contained therein. You also agree to abide by the UN Supplier Code of
Page 25 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
Conduct. In addition, you confirm that you have considered all aspects relevant to the eventual performance under the
Purchase Order related to this specific bid, if awarded, and that you have obtained all necessary information and data as to
risks, contingencies and other circumstances which may influence or affect your bid.
Please indicate whether your company, including any affiliates, agents or subcontractors, is subject to any sanction or
temporary suspension imposed by any Intergovernmental or UN Organization, including any organization within the World
Bank Group or any other multi-lateral development bank, or by the institutions and bodies of economic integration
organizations (e.g., the European Union):
YES* NO
*If yes, please indicate by which organization: ___________________________________________________________
If your company, including any affiliates, agents or subcontractors, has been subject to any temporary suspension or
sanction by any such organization or National Authority within the preceding three years, please provide further information
below (attaching additional pages if necessary):
.............................................................................................................................................................................................
.............................................................................................................................................................................................
.............................................................................................................................................................................................
............................................................................................................................................................................................
COMPLETENESS OF BID
IMPORTANT WARNING: Any aspects of your Offer that differ from the requirements established in this solicitation
document must be clearly stated in your Offer. Unless otherwise agreed in writing by FAO, the requirements above are
mandatory and will be the basis for evaluating your Offer regardless of any statement to the contrary contained in the
technical specifications or literature you may submit together with your offer.
I confirm that I have read and accept the provisions on Right to Publish Contract Award, Conflict of Interest and
Sanctionable Actions.
I certify that my firm has not and will not engage in corrupt, fraudulent, collusive, coercive, unethical or obstructive practices
during the selection process and throughout the negotiation and execution of any award.
I certify that my company is not associated with any individual or entity appearing on the 1267/1989 list of the UN Security
Council or with any individual or entity subject to any other sanctions or enforcement measures promulgated by the UN
Security Council.
I acknowledge that FAO reserves the right to only consider offers containing all the information and documents requested. I
confirm that the Offer submitted meets the stated requirements unless otherwise stated herein. I further confirm that I
understand that deviations may prevent the evaluation of my bid. I confirm that all the information provided in the Offer is
accurate and complete.
………………………………………………… Date ................................
Company Name, Signature and stamp
Page 26 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
NO BID NOTICE
FAOBGD/ITB/2016-03
Please complete and return to:
FAO Representation in Bangladesh
Att. Procurement Unit
Fax No.: +880 258152025
Email: [email protected]
From: [Insert Company Name]………………………………..
…………………………………………………………….
…………………………………………………………….
…………………………………………………………….
We did not submit a bid in response to your solicitation because:
_______ Requirements are outside our normal activities
_______ Insufficient time provided to prepare a bid
_______ Present lack of resources to undertake more work
_______ Other (please specify briefly below)
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………….....................................………
Signature and date
Page 27 of 28
Food and Agriculture Organization of the United Nations
FAO Representation in Bangladesh
Appendix IV:
GENERAL TERMS AND CONDITIONS FOR GOODS (Attached)