Home

tender document for the procurement of goods (national)

image

Contents

1. 33 Pcs 25 45 Days Fiber Patch Cord Single Mode 34 Server Rack with Console Pes 1 45 Days Monitor 42U 35 Pcs 1 45 Days Network Rack 42U 36 Pcs 9 45 Days Wall Mount Rack 12U 37 PVC pipe Size 1 1 5 WATER RFT 1500 45 Days QUALITY PIPE 38 PVC Flexible Pipe and Plastic RFT 1300 45 Days channel 1 1 5 inch dia 39 PVC white colored Plastic RFT 1300 45 Days channel 1 2 1 5 2 inch dia 40 Accessories Cable Tie Screw Set 1 45 Days GI wire Royal Plug Royal Bolt PVC Pipe Jointer Clump PVC Tape Masking Tape Rivet High quality Nylon fastener etc 41 Node Installation UTP with Pcs 200 45 Days required accessories Pvc Pipe Channel 42 Node installation UTP for Wi fi Pcs 291 Note 14 Qty 253 and access control Qty 38 with required accessories 42 Termination of Fiber Splicing Core 110 45 Days 43 Fiber Cable Laying Mtr 1500 45 Days 44 Monitor for Server Room Pcs 1 45 Days 45 Online UPS 10 KVA Pcs 1 45 Days 46 Auto Fire Detection amp Set 1 45 Days Suppression System 47 Raised Floor for Server Room Sq Ft 100 45 Days 48 Electrical Goods lighting etc Set 1 45 Days for Server Room 49 Access Switch Type 2 pcs 24 Note 14 45 Days 50 OS for Server Microsoft Pcs 5 45 Days Windows Server 2012 51 Microsoft SQL Server 2012 Pcs 1 45 Days Integration of Automation system Works Hardware Page 75 Note 1 Delivery period star
2. Splice Tray capacity Two 203 mm 8 in trays 3 6 12 Port Universal Adapter Strips for SC Push pull coupling with floating ferrule for positive locking and contact stability Ceramic ferrule and plastic housing for long term reliability Duplex version with A and B marking as per TIA EIA 568 B 3 for ease of administration Available in PC MM SPC SM and UPC SM polish for maximum performance Simplex Pig Tail SC SPC Polish 2m 6ft 7in Singlemode OS2 SM 32 Fiber Patch Panel 6 Port Qty 9 Unit Features Specifications Brand Same as Copper cable Brand Model Please mention Country of Origin USA General Specification Low profile takes up only one unit of rack Space 1U 45 mm 1 75 in Patch panel can be ordered in Gray or Black Universal Connector Panel and Strips allowing flexible and customized patch panel design Mounted on a hinge swings out to allow easy access to the back of the panel from the front Rugged design protects fiber terminations and fiber connectors Compatible with 203 mm 8 in Splice Organizer Tray allows for splicing optical pigtails Connector capacity 12 up to 12 fibers with MT RJ or LC connectors Splice Tray capacity Two 203 mm 8 in trays 3 6 Port Universal Adapter Strips for SC Push pull coupling with floating ferrule for positive locking and contact stability Ceramic ferrule and plastic housing for long
3. Length 1 Meter Insulation PE Cable Core Four twisted pairs Filler Jacket PVC Boots PVC Plug Polycarbonate Dielectric strength 1 000 V RMS at 60 Hz for 1 minute Voltage rating 150 VAC maximum Current rating 1 5 A maximum Insulation resistance 500 Mega ohms minimum Contact resistance 10 milli ohms maximum 29 Wire Manager Qty 9 Unit Required Specifications Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder Material Type Plastic 1U Horizontal Cable Runs Hinged removable cover opens 180 degree in the open to closed position Large flanged pass through opening allows cable to be routed from rear of rack Should be same brand of the copper materials 30 6 Core Single mode Fiber Qty 1500 Mtr Features Specifications Brand Same as Copper cable Brand Model Please mention Country of Origin USA Integration of Automation system Works Hardware Page 111 Specification Fiber Optic Central Tube Aramid Yarn Armored Single PE Jacket No of Core 6 Armor Thickness 0 15mm Outer Jacket Materials PE Outer Jacket Nom Thickness 1 1mm Overall Nominal Diameter 7 3mm Standard IEC 60794 EIA TIA 455 EU RoHS Compliance Yes Typical Core Diameter 50 0 2 5 um Typical Cladding Diameter 125 0 1 0 um Fiber Characteristics Typical Mode Field Diameter 1310nm
4. Integration of Automation System Works Hardware Page 59 Laptop Pcs 17 08 Scanner Pcs 40 09 en Router Pcs 253 10 Access Control Device Pes 38 11 Mac Book Pro Pcs 1 Server Pcs 4 Note1 Note2 Internet Router Pcs 1 14 Internet Firewall with Pcs 1 application visibility and web security 15 Core Switch Pcs 1 16 Core Firewall with IPS Pes 1 17 Server Farm and DMZ Pcs 2 Switch 18 SAN Switch Pcs 1 19 Access Switch Pcs 9 Integration of Automation System Works Hardware Page 60 Access End Network Management Pcs 1 System Bandwidth Controller Pcs 1 22 Storage System Pcs 1 23 Cat 6 UTP Cable Box 105 24 Face Plate for Pcs 200 modular CAT6 I O Modular Pcs 200 CATE Patch Panel 24 Pcs 9 Port 27 CAT6 Patch Cord 3 Pcs 200 Meter 28 CAT6 Patch Cord 1 Pcs 200 Meter 29 Wire Manager Pcs 9 30 6 Core Single mode Mtr 1500 Fiber 31 Fiber Patch Panel Pcs 2 Server Room 32 Fiber Patch Panel Pes 9 Integration of Automation System Works Hardware Page 61 Fiber Patch Cord Single Mode 34 Server Rack with Console Monitor 42U 25 35 Network Rack 42U 36 Wall Mount Rack 12U PVC pipe S
5. c ccccseecseseeeeseeeeeseeseseeeeeseeeenseeeaeseeeeseeeeeaes 55 Sub Contractor Information Sheet Form PG3 3 cccsscssseeceseeeseeeeesneeenseeeeseeeeeeaee 55 Price Schedule for Goods Form PG3 4A cccssccceseeeeeseceeeeeeeesneeenseeeseeeeeesneeeesseeenneees 59 Price Schedule for Related Services Form PG3 4B Error Bookmark not defined Specifications Submission and Compliance Sheet Form PG3 5 cssecsseeeeee 64 Manufacturer s Authorisation Letter Form PG3 6 ccssccssseeeesseeseseeeeseeeeeeseeeneeees 65 Bank Guarantee for Tender Security Form PG3 7 cccs ccsseesseeeeeseeeeseeeeeeeeeenseeeees 66 Bank s Letter of Commitment for Line of Credit Form PG3 8 eesesemsusss 68 Notification of Award Form PG3 9 ccs cccseeeeseeeeeseeeenseeeeeeeeeeseeeeeseeeneeeeaseeeenseeeneeees 69 Contract Agreement Form PG3 10 csseceseeesseeeeeeeeeeeeeeesneeeeseeeeneeeseseeesnsseeeneeeenees 70 Bank Guarantee for Performance Security Form PG3 11 csssecsseeeeseeeseeees 71 Bank Guarantee for Advance Payment Form PG3 12 s ecccseeceeseesseeeeseeeeeeseneees 72 Section 6 Schedule of Requirements cccccccssseccceeeeseeeeneeeeeeeeeseseeeeeeeeeeeees 73 Section 7 Technical Specifications ccccscssseeeeeeeesseeseeeeeeeeeeseeseeeeeeeeeeeees 78 Section 8 DraWwINgSu aa AA ee eee eee 126 iv Section 1 Instructio
6. e Day zero worm protection IPS should able to detect signatures of exploits for high severity file based Trojan spyware and virus attacks Management Features The Firewall should have included Virtual Management Software supporting at least 2 Firewall device management for simple secure remote management of the security appliances through integrated Web based GUI Support accessible through variety of methods including console port Telnet and SSHv2 Integration of Automation system Works Hardware Page 96 Support for both SNMPv2 and SNMPv2c providing in depth visibility into the status of appliances Support real time monitoring of the firewall through the management console or through external syslog servers Should ensure critical messages are not lost under busy network conditions by providing message buffering locally on the appliance Should have capability to import configuration and software files for rapid provisioning and deployment using Trivial File Transfer Protocol TFTP HTTP HTTPS Support for using both SSHv1 and SSHv2 to remotely manage the security appliances providing improved compatibility with third party SSH tools Should capable to perform configuration rollback and offers the ability to store and use multiple configurations and software images in compact flash memory Support prevention of unauthorized access to sensitive configuration data c
7. 12 2 13 1 14 1 15 1 15 2 15 3 15 4 16 1 17 1 17 2 18 1 Any document other than this Contract itself enumerated in GCC Clause 12 1 shall remain the property of the Procuring Entity and shall be returned all copies to the Procuring Entity on completion of the Supplier s performance under this Contract if so required by the Procuring Entity The Procuring Entity should not be liable for any infringement of intellectual property rights arising from use of the goods procured In case there are third party claims of such infringement of patent trademark or industrial design rights the supplier must indemnify and hold the Procuring Entity free and harmless against such claims and shall not be in contravention of Trademark Act 2009 and Patent and Design Act 1911 The copyright in all drawings documents and other materials containing data and information furnished to the Procuring Entity by the Supplier herein shall remain vested in the Supplier or if they are furnished to the Procuring Entity 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 Any subcontracting arrangements made during contract implementation and not disclosed at the time of the Tendering shall not be allowed Subcontracting of any portion of the Goods shall not relieve the Supplier from any liability or obligations that may arise fr
8. Microsoft SQL Server 2012 License for Database Integration of Automation system Works Hardware Page 121 1 Scope of Works Implementation of LAN and WAN Server and Network Infrastructure SL No Description 1 1 Establishment of Server room and support infrastructure facilities including intranet web service File web service Configuration of DHCP and DNS services 1 2 Installation of Structured cabling system for head office LAN 1 3 Establishment of network infrastructure 1 4 Establishment of WAN functionality 1 5 Configure backup and storage system 1 6 Establishment of functional environment for server room 1 7 Establishment of operational environment 1 8 Establishment of server and backup system 1 9 Installation of storage server system 1 10 Recognition of worldwide standard 2 Project Implementation Time Schedule The complete system should be installed and commissioned within the specific time frame as stated in section 6 from the date of issuing Work Order 3 Survey and Appraisal The vendors will be allowed to carry out a physical survey and to get any clarification from the IT department of BPC to ascertain the exact scope of work and understand fully the implications of the assignment Vendors will be allowed for the appraisal presentation on implementation plan within 05 days of the survey 4 Installation Commissioning and Provisional Acceptance
9. BANGLADESH PARJATAN CORPORATION ICT DIVISION 83 88 Mohakhali C A Dhaka 1212 TENDER DOCUMENT FOR THE PROCUREMENT OF GOODS NATIONAL Supply Installation Testing Commissioning and implementation of server room infrastructure networks and computer hardware under Integration of Automation System of Bangladesh Parjatan Corporation April 2015 Invitation for Tender No 30 015 014 28 00 006 2014 Part 1 Issued on Tender Package No N A Tender Lot No N A Table of Contents Section 1 Instructions to Tenderers cccsseseeeeseeeesenseeeeeeeseneeeeeseneeenseneeneess 1 Bis GONCL Al AA AA AA AA 1 dx Sope of Tende isa nan ND GIAN BALA 1 2 Interpretatiohn aa AA a A 1 3 Source of FUNGS makaaasa naw NAGN NA KA GARA ANA 1 4 Corrupt Fraudulent Collusive or Coercive Practices m ana nanana nannnaanananananaananunawsanan 2 5 Eligible Tenderers an AA AAA a 3 6 Eligible Goods and Related Services m namnnnanunanunanananananaunanunanananaanasananananaanaaasanann 4 Ti SSNS VISA NAN GANA Ag daa 4 B Tender Document Lawaan Nsa BANNER NG 4 8 Tender Document General namanunananananauuaaNNKNAANK NANANA KANAN KAANAK KAANAK KANAN KAKANAN KANAAKKANAANAAAAA 4 9 Clarification of Tender Documents m anaaaanaman nanan KNBANKKNBAAKANAAAKANAAAKANAKAKNNAK NANANA KKNANAKAANA 4 10 3 Pre Tender Meeting nan nilan AA ALA 5 11 Addendum to Tender Documents m asasamassa
10. TEC to be qualified to perform the Contract satisfactorily The NOA for Contract of Taka one crore and above shall be notified by the Procuring Entity to the Central Procurement Technical Unit within 7 seven days of its issuance for publication in their website and that notice shall be kept posted for not less than a month The NOA for Contract below Taka one crore shall be published by the Procuring Entity on its Notice Board and where applicable on the website of the Procuring Entity and that notice shall be kept posted for not less than a month Debriefing of Tenderers by the Procuring Entity shall outline the relative status and weakness only of his or her Tender requesting to be informed of the grounds for not accepting the Tender submitted by him or her without disclosing information about any other Tenderer In the case of debriefing confidentiality of the evaluation process shall be maintained The Procuring Entity proposes the person named in the TDS to be appointed as Adjudicator under the Contract at an hourly fee and for those reimbursable expenses as specified in the TDS Tenderer has the right to complain in accordance with the Public Procurement Act 2006 and the Public Procurement Rules 2008 Integration of Automation System Works Hardware Page 25 Section 2 Tender Data Sheet Instructions for completing the Tender Data Sheet are provided as needed in the notes in italics and under lined mentioned
11. 10 2 10 3 10 4 11 Addendum to 11 1 Tender Documents 11 2 11 3 Procuring Entity s address and within time as specified in the TDS The Procuring Entity is not obliged to answer any clarification received after that date requested under ITT Sub Clause 9 1 The Procuring Entity shall respond in writing within five 5 working days of receipt of any such request for clarification received under ITT Sub Clause 9 1 The Procuring Entity shall forward copies of its response to all those who have purchased the Tender Document including a description of the enquiry but without identifying its source Should the Procuring Entity deem it necessary to amend the Tender Document as a result of a clarification it shall do so following the procedure under ITT Clause 11 To clarify issues and to answer questions on any matter arising in the Tender Document the Procuring Entity may if stated in the TDS hold a pre Tender Meeting at the place date and time as specified in the TDS All Potential Tenderers are encouraged to attend the meeting if it is held Tenderers are requested to submit any questions in writing so as to reach the Procuring Entity not later than one day prior to the date of the meeting Minutes of the pre Tender meeting including the text of the questions raised and the responses given together with any responses prepared after the meeting will be transmitted within five 5 working days after holding the meetin
12. Integration of Automation System Works Hardware Page 10 and Related 27 2 To establish the conformity of the Goods and related services to services the Tender Documents the Tenderer shall furnish as part of its Tender the documentary evidence that the Goods and related services conform to the technical specifications and standards in Section 7 Technical Specifications 27 3 Documentary evidence of conformity of the Goods and related services to the Tender Documents may be in the form of literature drawings and data and shall consist of a a detailed description of the essential technical and performance characteristics of the Goods b an item by item commentary on the Procuring Entity s Technical Specifications demonstrating substantial responsiveness of the Goods and related services to those specifications 28 Documents 28 1 Tenderers shall complete and submit the Tenderer Information Establishing Form PG3 2 and shall include documentary evidence as the Tenderer s applicable to satisfy the following Qualifications a general experience in the supply of Goods and related services as stated under ITT Sub Clause 14 1 a substantiated by the year of Tenderer s registration constitution licensing in its country of origin a specific experience of satisfactory completion of supply of Goods and related services under public or private sector of similar nature and size as stated under ITT Sub Cl
13. Note 12 Head office Mohakhali Dhaka Note 13 Head office Mohakhali Dhaka Note 14 Access switch type 2 and UTP cable 3 box each should be delivered to 24 units of BPC Integration of Automation system Works Hardware Page 76 B List of Related Services and Completion Schedule When completing Form PG3 2 the Tenderer shall quote prices and Completion date for services for each item against each lot Item Description of Related Unit of Quantity Point at Required No Services Supply of Units which Completio Required Services n Date for are Services required 1 2 3 4 5 6 Procuring Entity s Option for delivery terms is note 1 add as many rows and details as there are individual items in the Lot note 2 note 2 add as many rows and details as there are individual items in the Lot Note 1 Delivery period starts from the date of contract signing Note 2 The Procuring Entity must decide whether there is a separate unit of supply and quantity of units otherwise may specify ONE 1 in both columns or LUMP SUM in Column 4 Integration of Automation system Works Hardware Page 77 Section 7 Technical Specifications Background Bangladesh Parjatan Corporation BPC is the Govt Tourism Organization to promote and develop tourism establish tourism infrastructure in Bangladesh provide facilities to undertake measures and carry
14. console NTP DNS TFTP DHCP Support RMON and II standards Support SNMP v1 v2c and v3 Manufacturer part Bidder should submit BOQ of proposed device including the details part number numbers and Manufacturer Warranty Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty should be provided for this unit from the date of successful commissioning Integration of Automation system Works Hardware Page 100 19 Access Switch Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand To be mentioned by the bidder Model To be mentioned by the bidder Country of Origin USA Environmental Maintain International Quality Environmental Safety standard Form factor Rack Mountable with Rack Mounting Kit Quantity Nine 09 Environmental Maintain International Quality Environmental Safety standard General Features Should have min 24 x 10 100 Ethernet Ports amp 2 Dual Purpose Gigabit Ethernet SFP uplink ports from day one Each Switch has 1 x 1 GE Single mode SFP modules OEM Original Module installed from day one Min DRAM 128 MB Min Flash 64 MB Performance Minimum Forwarding bandwidth minimum 16 Gbps Forwarding rate 64 Byte L3 Packets minimum 6 5 Mpps MTU Minimum 9000 bytes Jumbo Frame 9018 bytes Layer 2 Fe
15. lot of the package will cause all the Tenders of that particular Tenderer to be rejected 18 Cost of 18 1 Tenderers shall bear all costs associated with the preparation Tendering and submission of its Tender and the Procuring Entity shall not be responsible or liable for those costs regardless of the conduct or outcome of the Tendering process 19 Issuance and 19 1 The Procuring Entity shall make Tender Documents available Sale of Tender immediately to the potential Tenderers requesting and willing to Document purchase at the corresponding price by the date the advertisement has been published in the newspaper Integration of Automation System Works Hardware Page 7 20 Language of Tender 21 Contents of Tender 22 Tender 19 2 20 1 20 2 21 1 22 1 There shall not be any pre conditions whatsoever for sale of Tender Document and the sale of such Document shall be permitted up to the day prior to the day of deadline for the submission of Tender Tenders shall be written in the English language Correspondences and documents relating to the Tender may be written in English or Bangla Supporting documents and printed literature furnished by the Tenderer that are part of the Tender may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English or Bangla language in which case for purposes of interpretation of the Tender such translation shall
16. mage Audio MP1 MP2 MP3 WMA OGG ADPCM WAV PCM WAV ACC O Connection Port HDMI v1 4a VGA In x2 Composite Video Audio In RCA L R Audio In Mini Jack VGA Out USB Type A x2 Audio Out Mini Jack RJ45 RS 232C Mini USB Service Security Solution Kensington Security Slot Security Bar Keypad Lock Weight 3 15kg Fan Noise Level 35dB 32dB Standard Economy Mode Power Source Supply AC 110 240V 50 60Hz Power Consumption 240W Economy Mode 290W Standard Mode lt 1W Standby Mode Warranty Six Month Lamp amp One Years Limited Parts Warranty Integration of Automation system Works Hardware Page 81 6 Interactive Board and Pen with Software Item Description Required Specification Brand Hitachi or any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country Of Origin To be mentioned by the bidder Input Methods Infrared Image Sensor Interface to Computer USD Sampling Rate Approximately 100 pts sec Resolution Approx 0 05mm Accuracy 1 5mm Board Surface Material Particle wood core cured resin sur Operating Specification 5 35 Celsius 20 80 Humidity Other Features Hand writing recognition Direct access to internet Import Microsoft office files Remote conferencing Support IWB common file formats CFF Customize
17. or civil war iii riot commotion disorder strike or lockout by persons other than the Contractor s Personnel iv munitions of war explosive materials ionising radiation or contamination by radio activity except as may be attributable to the Contractor s use of such munitions explosives radiation or radio activity and v natural catastrophes such as cyclone hurricane typhoon tsunami storm surge floods earthquake landslides fires Integration of Automation System Works Hardware Page 44 epidemics quarantine restrictions or volcanic activity vi freight embargoes vii acts of the Government in its sovereign capacity 36 2 The Head of Procuring Entity decides the existence of a Force Majeure that will be the basis of the issuance of order for suspension of Supply as stated under GCC Sub Clause 39 2 37 Notice of 37 1 If a Party is or will be prevented from performing its substantial Force obligations under the Contract by Force Majeure then it shall give Majeure notice within fourteen 14 days after the party became aware to the other Party of the event or circumstances constituting the Force Majeure and shall specify the obligations the performance of which is or will be prevented 37 2 Notwithstanding any other provision of this Clause Force Majeure shall not apply to obligations of either Party to make payments to the other Party under the Contract 38 Duty to 38 1 Each Party shall at all t
18. websites visited applications used Package Contents Appliance x 1 Antenna x 2 RJ11 cable x 1 RJ45 cable x 1 External splitter X1 Multi Country Power Adapter x 1 USB broadband extension cable Quick Start Guide x 1 Warranty amp Support OEM should have regional presence for sales and support OEM s GSMC should be ISO 20000 certified The proposed solution should have 1 year hardware amp software warranty with Free Firmware upgrade amp live updates 10 Access Control Device Item Description Required Specification Brand Any internationally reputed brand Model To be mentioned by the bidder Country of Origin To be mentioned by the bidder Country of Assemble To be mentioned by the bidder Modes of i Authentications Finger Print Electro Magnetic Card Pass Word Capacity User Capacity 5 000 Memory 8 MB Flash 16 MB SD Ram Communication Interface TCP IP Authentication Time lt 1 Second with Adapter Software Licensed software to intricate e from 20 to 250 Device Integration of Automation system Works Hardware Page 85 11 Mac Book Pro Item Description Required Specification Brand Apple Model Mac Book Pro Processor Intel Core i7 Clock Speed 2 6 GHz Quad Core TB Cache L3 Cache Memory Memory 8 GHz DDR3 1600 MHz Bus HDD 750GB SATA Weight 2 56Kg Graphics Card Intel
19. 4 12Gbps SAS Storage Front End connectivity front end ports as well as an additional 4 10 Gbps iSCSI host ports from day one Integration of Automation system Works Hardware Page 107 of another OEM Brand and model of only the original principle owner Dual controllers on Active mode controllers should support mirroring The storage shall support FCP iSCSI protocols for use with different Back End Connectivity The storage should be provided with 4 6Gbps SAS Storage backend disk ports RAID configuration The system should support RAID 0 1 5 6 1 0 Storage Scalability The storage should be scalable to at least 180 drives The storage should be capable and provided with features to dynamically rebalance data during changes in the number of drives even due to failure of more than 2 drives Storage built in functionality Dynamic volume expansion Thin provisioning should be provided amp capable from day one for the entire storage capacity Dynamic capacity expansion Dynamic RAID level migration Local protection snapshots volume copy 4 Remote replication software should be provided from day ONE The remote replication software providde should be able to establish replication in synchronous as well as asynchronous mode The storage should support cache tiering mechanism through SSD up to 5TB for intensive performamce requirements Dynamic mode switc
20. 50 Note 4 45 Days 04 UPS Pes 165 Note 5 45 Days 05 Projector and Screen Pcs 14 Note 6 45 Days 06 Interactive Board and Pen with Pcs 8 Note 7 45 Days Software 07 Laptop Pcs 17 Note 8 45 Days 08 Scanner Pcs 40 Note 9 45 Days 09 Wi Fi Router Pcs 253 Note 10 45 Days 10 Access Control Device Pcs 38 Note 11 45 Days 11 Mac Book Pro Pcs 1 Note 12 45 Days Integration of Automation system Works Hardware Page 73 12 Server Pes 4 Note 13 45 Days 13 Internet Router Pcs 1 45 Days 14 Internet Firewall with Pcs 1 45 Days application visibility and web security 15 Core Switch Pcs 1 45 Days 16 Core Firewall with IPS Pcs 1 45 Days 17 Server Farm and DMZ Switch Pcs 2 45 Days 18 SAN Switch Pcs 1 45 Days 19 Access Switch Pcs 9 45 Days 20 Network Management System Pcs 1 45 Days 21 Bandwidth Controller Pcs 1 45 Days 22 Storage System Pcs 1 45 Days 23 Cat 6 UTP Cable Box 105 45 Days 24 Face Plate for modular Pcs 200 45 Days 25 Pcs 200 45 Days CAT6 I O Modular 26 Pcs 9 45 Days CATE Patch Panel 24 Port 27 Pcs 200 45 Days CAT6 Patch Cord 3 Meter 28 Pcs 200 45 Days CAT6 Patch Cord 1 Meter 29 Pcs 9 45 Days Wire Manager 30 Mtr 1500 45 Days 6 Core Single mode Fiber 31 Fiber Patch Panel Server Pes 2 45 Days Room 32 Pcs 9 45 Days Fiber Patch Panel Access End Integration of Automation system Works Hardware Page 74
21. 64 bit Must be based on Multicore Parallel Processing Architecture 10 number of 10 100 1000 interface with Hardware Bypass 1 00000 number of new connection 32 00 000 number of concurrent connection 12 000 Mbps Firewall throughput 2 900 Mbps AV throughput Integration of Automation system Works Hardware Page 103 1300 Mpbs IPSec VPN throughput 4000 Mbps IPS throughput 1700 Mbps UTM Throughput 4GB Flash 2 GB Memory 250GB HDD for reporting on appliance The proposed solution should have unrestricted user node license The proposed solution must work as standalone HTTP proxy server with integrated Firewall Anti Virus Anti Spam Content filtering IPS The proposed solution must support User based policy configuration for security amp internet management The proposed solution should provide on appliance reports based on user not only on the base of IP address Proposed appliance should support MIX mode deployment Administration Authentication 4 General Configuration The proposed solution should support administration via secured communiation over HTTPS SSH and from Console The proposed solution should be able to export and import configuration backup including user objects The proposed solution should support Route Layer 3 transparent mode Layer 2 The proposed solution should support integration with Windows NTLM Activ
22. 9 2 0 4 um Typical Mode Field Diameter 1550nm 10 4 0 5 um Cladding Diameter 125 40 7 um Clad Non Circularity lt 0 7 Core Clad Concentricity Error lt 0 5 um Primary Coating Material Acrylate Primary Coating Diameter 245 45 um Secondary Color Coating Diameter 250 10 um Max Attenuation 1310nm 0 36 dB km Max Attenuation 1550nm 0 22 dB km Point Loss 1310nm 8 1550nm 0 05 dB Zero Dispersion Wavelength 1302 1322 nm Max Slope Zero Dispersion Wavelength 0 090 ps nm2 km Max PMD Link Design Value 0 1 ps Vkm Cable Cutoff Wavelength lt 1260 nm Refractive Index 1310nm 1 466 Refractive Index 1550nm 1 467 31 Fiber Patch Panel 24 Port 2 Unit Features Specifications Brand Same as Copper cable Brand Model Please mention Country of Origin USA General Specification Low profile takes up only one unit of rack Space 1U 45 mm 1 75 in Patch panel can be ordered in Gray or Black Universal Connector Panel and Strips allowing flexible and customized patch panel design Mounted on a hinge swings out to allow easy access to the back of the panel from the front Rugged design protects fiber terminations and fiber connectors Compatible with 203 mm 8 in Splice Organizer Tray allows for splicing optical pigtails Connector capacity 12 and 24 two strips up to 48 fibers with MT RJ or LC connectors Integration of Automation system Works Hardware Page 112
23. BPC is confirmed that the delivery of equipment have been made to respective sites 2 Rest of the 40 shall be paid on the basis of issuing PAC by the BPC authority on the basis of Installation amp Testing of whole works have been completed 3 The remaining 10 of the total contract price shall be paid on the basis of issuing FAC by the authority Integration of Automation System Works Hardware Page 49 GCC 25 3 Payments shall be made in no case later than the days 28 days after submission of an invoice or request for payment by the Supplier and after the Procuring Entity has accepted it GCC 25 5 The rate of interest shall be the prevailing rate of interest for commercial borrowing established in the country None GCC 30 1 The inspections and tests shall be as decided by the purchaser where deemed necessary GCC 31 3 The Warranty Period shall be 12 Months GCC 31 7 The Supplier shall correct any defects covered by the warranty within 2 weeks of being notified by the Procuring Entity of the occurrence of such defects GCC 33 1 The amount of Liquidated Damages is 0 05 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 The maximum amount of Liquidated Damages for the undelivered Goods or any part thereof is 10 percent of the final Contract
24. Equipment Serial No Warranty Contacts Warranty Expire Date Max Time for Replacement Authorized Signature amp Seal at top bottom of the products by attaching a warranty label disc or stencil 9 Documentations The vendor should submit a Network Configuration and Operation Guide once the Server room WAN LAN installations and integration are done The document should include but not limited to the following 9 1 Design Principles 9 2 Configuration of the Switches and the Routers 9 3 Design of load balancing and fail overs if any 9 4 Configuration of authentication authorization and accounting 9 5 Design of Routing protocols 9 6 Network address assignments 9 7 Detail Network Design with Port VLAN Routing and Security Template Integration of Automation system Works Hardware Page 123 10 Compliance Document The vendor should write either Complied or Not complied in a separate paper addressing each specification of products stated in section 7 No conditional compliance accepted 11 Project Implementation Plan The vendor has to submit an implementation plan mentioning time frame of supply installation integration and project hand over works mentioned at Scope of Works 12 Reporting Requirements The following reporting documentation would need to be maintained by the vendor a Project Implementation Plan PIP laying down all the project activities the expected durations and th
25. HD Graphics 4000 Camera 720 Face Time HD Camera Wireless 802 11n Wi Fi Wireless Speaker Stereo Speaker with Subwoofer Keyboard Full size backlit keyboard Track Pad Multi touch track pad Battery and Power Up to 7 hours Include Software OS X Mountain Lion 12 Server Features Quantity Four 04 Brand Should be mention by bidder Model number Should be mention by bidder Country of origin USA Form Factor 2U rack mounted kit with Cable Management Arm 2 x Intel Xeon processor E5 2650V2 DDR3 1866 MHz product family Processor with QPI Technology Clock Speed Min 2 6 GHz QPI Quick Path 8 0 GT s Interconnect Cache Memory Min 20 MB Cache per processor or higher Chipset Intel C602 series chipset Memory 24 DIMM slots Support up to 768GB 32 GB DDR3 1600 MHz RDIMM installed from day one Integration of Automation system Works Hardware Page 86 Support for DDR3 low voltage DIMMs Advanced error correcting code ECC RAID Controller RAID controller with on board 512 MB data cache 6Gb s SAS Min RAID 0 1 5 6 10 50 60 SAS SATA support Hard Disk Drives 4 x 600GB 3 5 inch 15K RPM 6Gbps SAS Hot Plug Hard Drive Hard Drive Bays Up to eight 3 5 drives or up to sixteen 2 5 drives SAS SATA Optical Drive DVD RW Drive integrated external or Virtual media support for remote CD
26. Hardware Page 101 Management Support diagnostic commands and system health checks within the switch Support Remote Monitoring RMON software with four RMON groups history statistics alarms and events support Layer 2 troubleshoot features Support SSHv2 Telnet console NTP DNS TFTP DHCP Support RMON and Il standards Support SNMP v1 v2c and v3 Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty should be provided for this unit from the date of successful commissioning 20 Network Management System Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand To be mentioned by the bidder Model To be mentioned by the bidder Country of Origin USA Quantity 01 One Software The Network management System NMS should be single pane of glass functional solution for complete end to end infrastructure management with necessary requirements required software and licenses The Network management System NMS shall be able to manage at least 25 devices and license need to be provided from day one Network devices like Routers switches and other SNMP based devices Operational features Support workflows to deployment and operational tasks Support dashboards and views of relevant information for troubleshooting Support glance up
27. Integration of Automation System Works Hardware Page 29 ITT 38 3 For Tender selling and submission purposes the Procuring Entity s address is Attention Program Director IAS Program Address Bangladesh Parjatan Corporation PRIMARY PLACE 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 The deadline for the submission of Tenders is 16 April 2015 Time amp Date 12 00 PM Attention Manager Address Joy Restaurant SECONDARY PLACES Bangladesh Parjatan Corporation Savar Dhaka The deadline for the submission of Tenders is 16 April 2015 Time amp Date 10 00 AM Attention Joint Secretary Administration Address Ministry of Civil Aviation and Tourism SECONDARY PLACES Building 6 Bangladesh Secretariat Dhaka The deadline for the submission of Tenders is 16 April 2015 Time amp Date 10 00 AM Attention Divisional Commissioner Office Address Segunbagicha Dhaka SECONDARY PLACES The deadline for the submission of Tenders is 16 April 2015 Time amp Date 10 00 AM ITT 38 4 The deadline for hand delivering of the Tenders at the PRIMARY PLACE is Time amp Date 12 00 PM 16 April 2015 F Opening and Evaluation of Tenders ITT 44 1 The Tender opening shall take place at Address Address Bangladesh Parjatan Corporation PRIMARY PLACE 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Time amp Date 3 PM 16 April 2015 Integration of A
28. Page 31 Section 3 General Conditions of Contract 1 Definitions 1 1 In the Conditions of Contract which include Particular Conditions and these General Conditions the following words and expressions shall have the meaning hereby assigned to them Boldface type is used to identify the defined term a Adjudicator is the expert appointed jointly by the Procuring Entity and the Contractor to resolve disputes in the first instance as provided for in GCC Sub Clause 42 2 b Completion Schedule means the fulfilment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract c Contract Agreement means the Agreement entered into between the Procuring Entity and the Supplier together with the Contract Documents referred to therein including all attachments appendices and all documents incorporated by reference therein d Contract Documents means the documents listed in the Contract Agreement including any amendments thereto ey Contract Price means the price stated in the Notification of Award and thereafter as adjusted in accordance with the provisions of the Contract f Cost means all expenditures reasonably incurred or to be incurred by the Contractor whether on or off the point of delivery including overhead taxes duties fees and such other similar levies including corresponding incidental charges and premiums for banking and insurances as applicable g Day me
29. Price of the whole of the Goods and related services GCC 42 2 b amp e The Adjudicator jointly appointed by the Parties is Name Address Tel No Fax No e mail address In case of disagreement between the parties the Appointing Authority for the Adjudicator is the President of the Institution of Engineers Bangladesh IEB GCC 42 3 b Arbitration shall take place in Integration of Automation System Works Hardware Page 50 Section 5 Tender and Contract Forms Form Title Tender Forms PG3 1 Tender Submission Letter PG3 2 Tenderer Information Sheet PG3 3 Subcontractor Information if applicable PG3 4A Price Schedule for Goods PG3 4B Price Schedule for Related Services PG3 5 Specifications Submission and Compliance Sheet PG3 6 Manufacturer s Authorisation Letter PG3 7 Bank Guarantee for Tender Security when this option is chosen PG3 8 Bank s Commitment for Line of Credit when this option is chosen Contract Forms PG3 9 Notification of Award PG3 109 Contract Agreement PG3 11 Bank Guarantee for Performance Security when this option is chosen PG3 12 Bank Guarantee for Advance Payment if applicable Forms PG3 1 to PG3 8 comprises part of the Tender and should be completed as stated in ITT Clause 21 Forms PG3 9 to PG3 12 comprises part of the Contract as stated in GCC Clause7 Integration of Automation System Works Hardware Page 51 Tender Submission Letter Form PG3 1 Thi
30. Software for simple secure remote management of the security appliances through integrated Web based GUI Support accessible through variety of methods including console port Telnet and SSHv2 Support for both SNMPv2 and SNMPv2c providing in depth visibility into the status of appliances Support real time monitoring of the firewall through the management console or through external syslog servers Should ensure critical messages are not lost under busy network conditions by providing message buffering locally on the appliance Should have capability to import configuration and software files for rapid provisioning and deployment using Trivial File Transfer Protocol TFTP HTTP HTTPS Support for using both SSHv1 and SSHv2 to remotely manage the security appliances providing improved compatibility with third party SSH tools Should capable to perform configuration rollback and offers the ability to store and use multiple configurations and software images in compact flash memory Support prevention of unauthorized access to sensitive configuration data certificates and key material stored on the security appliance by automatically wiping flash memory contents if an asset recovery or password reset procedure occurs Support for out of band management through a dedicated GE Ethernet management interface Support Packet Capturing for powerful troubleshooting capabilities by providing robust pac
31. Switch has 10 x 1 GE Single mode SFP modules amp 05 x 1 GE Copper Module OEM Original Module installed from day one Switch should have redundant Power supply from day one Performance Minimum of 155 Gbps switching fabric capacity Forwarding rate 5 65 Mpps Should support 9216 byte jumbo frames Number of Switch Virtual Interface gt 900 or more Support for up to 11 000 MAC addresses on VLAN should support up to 11 000 unicast routes in routing 4 1000 IGMP groups and multicast routes Layer 2 Support IEEE 802 1Q VLAN encapsulation Up to 1000 Features VLANS per switch Support for Automatic Negotiation of Trucking Protocol to help minimize the configuration amp errors Support Centralized VLAN Management VLANs created on the Core Switches should be propagated to all the other switches automatically thus reducing the overhead of creating modifying deleting VLANs in all the switches eliminating the configuration errors 4 troubleshooting Support Spanning tree protocols for fast convergence Support 802 1d 802 1s 802 1w 802 3ad Support Spanning tree root guard to prevent other edge switches becoming the root bridge Support IGMP snooping v1 v2 and v3 Integration of Automation system Works Hardware Page 92 Support Link Aggregation Protocol LACP Support for detection of Unidirectional links and disable them to avoid problems such as spanning tree loops Support for sw
32. The vendor will provide all the facilities required for supply installation and integration of the proposed works The supplier has to officially inform the purchaser in writing about the Commissioning Date of the complete system The commissioning date will remain valid if and only if the complete system qualifies the Provisional Acceptance Test PAT conducted by the BPC authority and Provisional Acceptance Certificate PAC is issued by the purchaser Integration of Automation system Works Hardware Page 122 5 Final Acceptance 5 1 Final Acceptance Certificate FAC will be issued by the purchaser after installation commissioning and deployment of the entire work 5 2 FAC will initiate both the equipment warranty and O amp M responsibility period of the supplier for next 1 year of the completion of works 6 Equipment Warranty Warranty The term warranty here in this purchase means that the supplier will replace all the equipment modules cables fibers power supplies accessories etc as applicable under this procurement with the same or higher equipment modules accessories etc free of cost in case of any defect or failure during the warranty period 7 Delay in Warranty If product replacement is required during the warranty period and the delivery time is longer alternative product should be installed until the new product arrives 8 Warranty Identification Successful supplier must paste Warranty Information
33. access Support Access Control Lists for Pv6 and IPv4 for security and QoS Support VLAN ACLs Router ACLs Port based ACLs Support Switched Port Analyzer SPAN MAC Address Notification QoS Features Support automatic configuration of QoS Support eight egress queues per port Support congestion avoidance feature like SRR SRR similar protocol Support 250 aggregate or individual policies per port Support 802 1p class of service CoS and Differentiated Services Code Point DSCP classification with marking and reclassification on a per packet basis by source and destination IP address MAC address or Layer 4 TCP UDP port number Support QoS across the stack virtual switch members Support Rate limiting is provided based on source and destination IP address source and destination MAC address Layer 4 TCP UDP information or any combination of these fields using QoS ACLs IP ACLs or MAC ACLs class maps and policy maps Redundancy Support Link Aggregation or similar technology across different members of the stack virtual switch members for high resiliency Support link redundancy with convergence time less than 100 milliseconds Support IEEE 802 1s w Rapid Spanning Tree Protocol RSTP and Multiple Spanning Tree Protocol MSTP Management Support diagnostic commands and system health checks within the switch Integration of Automation system Works Hardware Pag
34. and shall take actions only when a satisfactory explanation is not received Such exclusion and the reasons thereof shall be recorded in the record of the procurement proceedings and promptly communicated to the Tenderer concerned Any communications between the Tenderer and the Procuring Entity related to matters of alleged corrupt fraudulent collusive coercive or obstructive practices shall be in writing If corrupt fraudulent collusive or coercive practices of any kind is determined by the Procuring Entity against any Tenderer or Supplier in competing for or in executing a contract under public fund the Procuring Entity shall a exclude the concerned Tenderer from further participation in the concerned procurement Integration of Automation System Works Hardware Page 2 5 Eligible Tenderers 4 5 5 2 5 3 5 4 5 5 5 6 5 7 5 8 5 9 5 10 proceedings b reject any recommendation for award that had been proposed for that concerned Tenderer and c declare at its discretion the concerned Tenderer to be ineligible to participate in further Procurement proceedings either indefinitely or for a specific period of time Tenderer shall be aware of the provisions on corruption fraudulence collusion and coercion in Section 64 of the Public Procurement Act 2006 and Rule 127 of the Public Procurement Rules 2008 and others as stated in GCC Clause 3 This Invitation for Tenders is open t
35. by the Supplier and acceptance by the Procuring Entity of the Delivery Chalan 31 5 The Warranty Periods may vary among the various items and lots The warranty for Goods delivered earlier will expire earlier than the succeeding deliveries 31 6 The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty 31 7 Upon receipt of such notice the Supplier shall within the period specified in the PCC expeditiously repair or replace the defective Goods or parts thereof at no cost to the Procuring Entity Integration of Automation System Works Hardware Page 42 32 Extension of 32 1 The Supplier shall be entitled to an extension of the Delivery and Delivery and Completion Schedule if and to the extent that completion of the Completion delivery of Goods or any part thereof is or will be delayed by Variation Schedule Orders or Repeat Orders or Order for Additional Delivery as stated under GCC Sub Clause 18 32 2 If the Supplier considers itself to be entitled to an extension of the Delivery and Completion Schedule as stated under GCC Sub Clause 32 1 the Supplier shall give notice not later than twenty eight 28 days after the Supplier became aware or should have become aware of the event or circumstance to the Procuring Entity 32 3 The Procuring Entity shall decide whether and by how much to extend the Delivery and Completion Schedule within twenty one 21 days of the Supplier ask
36. for all lots are submitted and opened together 24 13 All applicable taxes custom duties VAT and other levies payable by the Contractor under the Contract or for any other causes as of the date twenty eight 28 days prior to the deadline for submission of Tenders shall be included in the unit rates and the total Tender price submitted by the Tenderers 24 14 The price of a Contract shall be fixed in which case the unit prices may not be modified in response to changes in economic or commercial conditions 25 Tender 25 1 Tenderers shall quote all prices in the Tender Submission Letter Currency and in the Price schedule in Bangladesh Taka BDT currency 26 Documents 26 1 Tenderers if applying as a sole Tenderer shall submit Establishing documentary evidence to establish its eligibility as stated under the Eligibility of ITT Clause 5 and in particular it shall the Tenderer a complete the eligibility declarations in the Tender Submission Letter Form PG3 1 b complete the Tenderer Information Form PG3 2 c complete Subcontractor Information Form PG3 3 if it intends to engage any Subcontractor s 27 Documents 27 1 Tenderers shall complete the country of origin declarations in the Establishing Price Schedule Forms and submit documentary evidence to the Eligibility establish the origin of all Goods and related services to be and Conformity supplied under the Contract as stated under ITT Clause 6 of the Goods
37. for the relevant ITT clauses Amendments of and Supplements to Clauses in the Instruction to ITT Clause Tenderers A General ITT 1 1 The Procuring Entity is Bangladesh Parjatan Corporation The Name of the Tender is Supply Installation Testing Commissioning and implementation of server room infrastructure networks and computer hardware and other components under Integration of Automation System of Bangladesh Parjatan Corporation Tender Ref 30 015 014 28 00 006 2014 Part 1 ITT 3 1 The source of public fund is GoB ITT 3 3 The name of the Development Partner is None ITT 5 1 Tenderers from the following countries are not eligible Israel ITT 6 1 Goods and related Services from the following counties are not eligible Israel B Tender Document ITT 8 2 The following are authorised agents offices of the Procuring Entity for the purpose of issuing the Tender Document None ITT 9 1 For clarification of Tender Document_purposes only the Procuring Entity s address is Attention Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 Email address info bangladeshtourism gov bd Integration of Automation System Works Hardware Page 26 ITT 10 1 ITT 14 1 a ITT 14 1 b ITT 14 1 c ITT 15 1 a A Pre Tender meeting shall not be held The Tenderer shall have a minimum of 5 five
38. govern Tenderers shall bear all costs of translation to the governing language and all risks of the accuracy of such translation The Tender prepared by the Tenderer shall comprise the following a the Tender Submission Letter Form PG3 1 as stated under with ITT Sub Clause 22 1 b the Tenderer Information as stated under ITT Clauses 5 26 and 27 Form PG3 2 c the priced Schedule for each lot Form PG3 4A and PG3 4B as stated under ITT Clauses 22 24 and 25 d the Tender Security as stated under ITT Clause 31 32 and 33 e the completed Specifications Submission and Compliance Sheet Form PG3 5 as stated under ITT clause 27 2 f the alternatives if permissble as stated under with ITT Clause 23 g the written confirmation authorising the signatory of the Tender to commit the Tenderer as stated under ITT Sub Clause 36 3 h the Valid Trade License i documentary evidence of Tax Identification Number TIN and Value Added Tax VAT as a proof of taxation obligations as stated under ITT Sub Clause 5 4 j documentary evidence as stated under ITT Clause 26 27 and 28 establishing the Tenderer s eligibility eligibility and conformity of the Goods and related services and the minimum qualifications of the Tenderers required to be met for due performance of the Goods and related services under the Contract k documents establishing legal and financial autonomy and compliance with commercia
39. or during the last 3 years ITT 28 1 f Manufacturer s Authorisation is required only for the following items listed in Section 6 Schedule of Requirements Server Internet Router Internet Firewall Core Switch Core Firewall SAN Switch Access Switch NMS Bandwidth controller and Cabling ITT 28 1 h The required reports on the financial standing such as profit and loss statements and audited balance sheet shall be for the past 3 years ITT 29 1 The Tender Validity period shall be 90 days ITT 31 1 The amount of the Tender Security shall be BDT 9 00 000 Nine Lac Taka Only In favour of Bangladesh Parjatan Corporation ITT 31 2 ITT 36 1 In addition to the original of the Tender 2 copy copies shall be submitted Integration of Automation System Works Hardware Page 28 E Submission of Tender ITT 37 2 e The inner and outer envelopes shall bear the following additional identification marks Both the inner and outer envelops should be marked with the Lot name and numbers that the bidder is submitting the bid for ITT 38 1 For Tender submission purposes the Procuring Entity s address is Attention state full name with designation of person Attention Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 The deadline for submission of Tenders is 16 April 2015 Time amp Date 12 00 PM
40. performance obligations d we have examined and have no reservations to the Tender Document issued by you on insert date including Addendum to Tender Documents No s state numbers issued in accordance with the Instructions to Tenderers ITT Clause 11 insert the number and issuing date of each addendum or delete this sentence if no Addendum have been issued e we including as applicable subcontractor for any part of the contract resulting from this Tender process have nationalities from eligible countries in Integration of Automation System Works Hardware Page 52 accordance with ITT Sub Clause 5 1 f we are submitting this Tender as a sole Tenderer g we are not a Government owned entity as defined in ITT Sub Clause 5 10 or we are a Government owned entity and we meet the requirements of ITT Sub Clause 5 10 delete one of the above as appropriate h we declare that we are not associated nor have been associated in the past directly or indirectly with a consultant or any other entity that has prepared the design specifications and other documents in accordance with ITT Sub Clause 5 6 i we including as applicable Subcontractor have not been declared ineligible by the Government of Bangladesh on charges of engaging in corrupt fraudulent collusive or coercive practices in accordance with ITT Sub Clause 5 9 D furthermore we are aware of ITT Sub Clause 4 2 concerning such practices and pledge n
41. receivership be bankrupt be in the process of bankruptcy be not temporarily barred from undertaking business and it shall not be the subject of legal proceedings for any of the foregoing Government owned enterprise in Bangladesh may also participate in the Tender if it is legally and financially autonomous it operates under commercial law and it is not a Integration of Automation System Works Hardware Page 3 6 Eligible Goods and Related Services 7 Site Visit 8 Tender Document General 9 Clarification of Tender dependent agency of the Procuring Entity Tenderers shall provide such evidence of their continued eligibility satisfactory to the Procuring Entity as the Procuring Entity will reasonably request 5 12 These requirements for eligibility will extend as applicable to 6 1 6 2 Sub contractor proposed by the Tenderer All goods and related services to be supplied under the contract are eligible unless their origin is from a country specified in the TDS 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 transportation installation and commissioning training and initial maintenance For purposes of this clause origin means the country where the goods have been mined grown cultivated produced manufactured or processed or through
42. receiving or soliciting either directly or indirectly to any officer or employee of the Procuring Entity or other public or private authority or individual a gratuity in any form employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by the Procuring Entity in connection with a Procurement proceeding or Contract execution b fraudulent practice means the misrepresentation or omission of facts in order to influence a decision to be taken ina Procurement proceeding or Contract execution c collusive practice means a scheme or arrangement between two 2 or more Persons with or without the knowledge of the Procuring Entity that is designed to arbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial non competitive levels thereby denying the Procuring Entity the benefits of competitive price arising from genuine and open competition d coercive practice means harming or threatening to harm directly or indirectly Persons or their property to influence a decision to be taken in the Procurement proceeding or the execution of a Contract and this will include creating obstructions in the normal submission process used for Tenders Should any corrupt fraudulent collusive or coercive practice of any kind come to the knowledge of the Procuring Entity it will in the first place allow the Tenderer to provide an explanation
43. seccscsecesseeessseeeseeeeeseeeeeseneeneeeeensaeeseseeeaseeensaeseeseeeesneeseeeeensneeess 18 49 Restrictions on the Disclosure of INfOrmatiOn s ssusseusuusnunnunnunennnuunnunnunnunnunnnnnnnnnnnnnnnnne 19 50 Correction of Arithmetical Errors s sssssassenssnnunnnunnannunnnnnonnonnnnnnannunnnannannnnnnnnennnnnannnnnnannnnna 19 5i Financial Evaluation aman ANAND NGALAN AA 20 52 Price Comparison ia mana AGAD NAIA 21 CRN Ero olie LiLo AEA AT T 21 54 POSTEQUAIIRCATION asians ABG AA AABANG 21 55 Procuring Entity s Right to Accept any or to Reject Any or All Tenders 2 naamunuaa 22 56 Rejection of All Tenders ym NGANGA Aa 22 57 Informing Reasons for Rejection seccssecceeseeeeseeeenseeeeeseeeeeaeeenseeeeeseeeseeaeeeesaeeeseeeeseeeess 22 G Contract Award aaa 22 58 Award Criteria ima a aNG ENGAGE ARA 22 59 Procuring Entity s Right to Vary Quantities esseseesesereeseesseeseeeseeeneenssnesseeeesneeseaeenes 23 60 Notification Of Award Kasa KNA BKA AG ALADIN AA 23 61 Performance Sec rity avccceecceseecesatecscecciestedeateceevueceteuesenttersetecy stunseuantencdecestebevecterevaceetss 24 62 Form and Time Limit for furnishing of Performance security s sssussussuneuneunnnuneuneunennnnnna 24 63 Validity of Performance Security sccsesssesceesseessesseeeseeesseesseesserseeeseenssesseeeseeeseeenenes 24 64 Authenticity of performance Security sessssesseesseessceeseeesseesseessnensee
44. term reliability Duplex version with A and B marking as per TIA EIA 568 B 3 for ease of administration Available in PC MM SPC SM and UPC SM polish for maximum performance Simplex Pig Tail SC SPC Polish 2m 6ft 7in Singlemode OS2 SM Integration of Automation system Works Hardware Page 113 33 Fiber Patch Cord Single Mode Qty 25 Features Specifications Brand Same as Copper cable Brand Model Please mention Country of Origin USA General Specification LC SC Duplex 50 um 3 m 10 ft OM3 Patch Cord 100 optically tested against industry standards ensures reliability High quality ceramic ferrule provides low insertion loss and durability Max Attenuation dB Km 1 25 1300nm Max Bandwidth MHz Km 500 1300 nm Insertion Loss dB Guaranteed 0 5 Reflectance dB 20 34 Server Rack with Console Monitor 42U Qty 1 Unit Required Specifications Brand To be Mention by the bidder Country of Origin USA Taiwan China Part To be Mention by the bidder 42U 800mm x 1000mm Network Device and Server Cabinet Each Cabinet Comes With Following Configuration Elegance look profound technique precise dimension with world class standard Loading capacity upto 800kg Top Cover Fully Vented Top Fan Unit consist 4 x Exhaust Fans Front amp Rear Vented Metal Door with Lock 2 x Side Cover Lift off Type with Lock 1 x 10 W
45. written or oral of parties with respect thereto made prior to the date of Contract Agreement except those stated under GCC Sub Clause 7 1 i 2 3 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 authorised representative of each party thereto 24 Non waiver a Subject to GCC Sub Clause 2 4 b 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 Integration of Automation System Works Hardware Page 33 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 authorised representative of the party granting such waiver and must specify the right and the extent to which it is being waived 2 5 Severability If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable such prohibition invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract 3 Communicati 3 1 Communications between Parties notice r
46. years of overall experience in the supply of Computer Network hardware and IT enabled services C Qualification Criteria The minimum specific experience as Supplier in supply of similar Goods of at least 1 contract successfully completed in any Govt Semi Govt Private organization within the last 5 years with a value of at least Tk 90 Lacs The bidder must have up to date amp valid trade license Vat certificate Tax Identification number certificate Bank Solvency certificate The bidder shall be a certified partner distributor of the IT peripherals being supplied under the contract Distributorship partnership Certificates should accompanied with Tender document The bidder must have experience of at least one similar Networking product deployments single job tender and should furnish certificate work order of completion The bidder should be Active product Item bo 13 20 amp 49 OEM Premier Certified Partner The bidder should be Certified Partner of Bandwidth Controller amp Wifi Router product offered in this tender The bidder must have experience of minimum 500 Node Network deployment single job tender should furnish work order certificate of completion Submit at least 20 years Zero Data Loss Certification for passive Copper Fiber Cabling elements Passive item Copper amp Fiber should be from same OEM Brand Item no 23 33 Bidder must have Three Certified Engineer for Active product two certified Engi
47. 00mm x 600mm Network Device Cabinet Each Cabinet Comes With Following Configuration Elegance look profound technique precise dimension with world class standard Top Fan Unit consist 2 x Exhaust Fans Front Toughened Glass Door with durable key Lock Set Rear Vented Metal Door with Lock 2 x Side Cover Lift off Type with Lock 1 x 5 Way high standard power socket Wall and stand installation type optional caster and support feet Wire path on the top and bottom can be closed 30 Sets Nuts and Screws Colour Black 37 PVC Pipe Qty 1500 Rft Features Specifications Quantity 1500 Rft Specification PVC pipe Size 1 1 5 WATER QUALITY PIPE Integration of Automation system Works Hardware Page 115 38 PVC Flexible Pipe and Plastic channel 1 1 5 inch dia Qty 1300 Rft Features Specifications Quantity 1300 Rift Specification PVC Flexible Pipe and Plastic channel 1 1 5 inch dia 39 PVC white colored Plastic channel Qty 1300 Rft Features Specifications Quantity 1300 Rft Specification PVC white colored Plastic channel 1 2 1 5 2 inch dia 40 Accessories Qty 1 Set Features Specifications Quantity 1 Lot Specification Required Accessories for Copper amp Fiber Cable Installation Cable Tie Screw GI wire Royal Plug Royal Bolt PVC Pipe Jointer Clump PVC Tape Masking Tape Rivet High q
48. 1 Bank Guarantee for Advance Payment Form PG3 12 this is the format for the Advance Payment Security to be issued by a scheduled Bank of Bangladesh in accordance with GCC Clause 26 1 Contract No Date To Name and address of Procuring Entity ADVANCE PAYMENT GUARANTEE No insert number We have been informed that name of supplier hereinafter called the Supplier has undertaken pursuant to Contract No reference number of Contract dated date of Contract hereinafter called the Contract for the supply of description of goods and related services under the Contract Furthermore we understand that according to your Particular Conditions of Contract Clause 25 1 Advance Payment s on Contracts must be supported by an irrevocable unconditional Bank Guarantee At the request of the Supplier we name of bank hereby irrevocably unconditionally undertake to pay you without cavil or argument any sum or sums not exceeding in total an amount of Tk insert amount in figures and in words upon receipt by us of your first written demand accompanied by a written statement that the Supplier is in breach of its obligation s under the Contract conditions without you needing to prove or show grounds or reasons for your demand of the sum specified therein We further agree that no change addition or other modification of the terms of the Contract to be performed or of any of the Contract documents which may be ma
49. 25 percent of the Contract Price if in the opinion of theTEC it is found that the Tender is significantly below the updated official estimated cost 53 Price 53 1 TEC shall compare all responsive Tenders to determine the Comparison lowest evaluated Tender as stated under ITT Clause 52 53 2 In the extremely unlikely event that there is a tie for the lowest evaluated price the Tenderer with the superior past performance with the Procuring Entity shall be selected whereby factors such as delivery period quality of Goods delivered complaints history and performance indicators could be taken into consideration 53 3 In the event that there is a tie for the lowest price and none of the Tenderers has the record of past performance with the Procuring Entity then the Tenderer shall be selected subject to firm confirmation through the Post qualification process described in ITT Clause 55 after consideration as to whether the quality of Goods that is considered more advantageous by the end users 53 4 The successful Tenderer as stated under ITT Sub Clauses 53 1 53 2 and 53 3 shall not be selected through lottery under any circumstances 54 Negotiation 54 1 No negotiations shall be held during the Tender evaluation or award with the lowest or any other Tenderer 55 Post 55 1 The determination on Post qualification shall be based upon an qualification examination of the documentary evidence of the Tenderer s eligibility and qualif
50. BT Input Voltage Range Single phase 120VAC to 288VAC Input Frequency Range 45Hz to 65Hz Input Power Factor Single phase 2 0 99 Output parameters Rated Power 10kVA 9kW Rated Voltage Single phase 220 230 240VAC Voltage Stability 3 Frequency Stability 0 25 Output Voltage THD lt 3 linear load lt 5 non linear load Load Crest Factor 3 1 compliant with IEC 62040 3 Step Load Performance 100 Overload Capacity Integration of Automation system Works Hardware Page 117 Overload Capacity Performance rated load 105 125 5mins 12596 15096 1min 500ms for over 150 System parameters and standard Conversion Type On line double conversion Parallel Operation 1 1 parallel operation System Effi ciency gt 92 5 Transfer Time power failure No transfer time on line operation Safety Standards Conformity IEC EN62040 1 1 EMC IEC EN 62040 2 IEC EN61000 3 11 IEC EN61000 3 12 YD T1095 2008 Surge Protection IEC EN 62040 2 meeting IEC EN61000 4 5 Protection Level IP20 Communication optional SNMP HTTP Parallel Kit Battery Maintenance free Battery Installation testing and Commissioning of UPS including installation of Related Input Output Cables Battery Cables Distribution Boxes Circuit Breakers Etc Warranty 1year 46 Aut
51. Conditions of Contract f Technical Specifications g Drawings h Price Schedules and Schedule of Requirements and i other document including correspondences listed in the PCC forming part of the Contract 3 In consideration of the payments to be made by the Procuring Entity to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Procuring Entity to provide the goods and related services and to remedy any defects therein in conformity in all respects with the provisions of the Contract The Procuring Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and related 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 Bangladesh on the day month and year first written above For the Procuring Entity For the Supplier Signature Print Name Title In the presence of Name Address Integration of Automation system Works Hardware Page 70 Bank Guarantee for Performance Security Form PG3 11 this is the format for the Performance Security to be issued by a scheduled Bank of Bangladesh in accordance with ITT Sub Clause 63 1 Contract No D
52. Deviation is a departure from the requirements specified in the Tender Document Reservation is the setting of limiting conditions or withholding from complete Integration of Automation System Works Hardware Page 17 48 3 48 4 48 5 48 6 48 7 48 8 49 Clarificationon 491 Tender acceptance of the requirements specified in the Tender Document and Omission is the failure to submit part or all of the information or documentation required in the Tender Document If a Tender is not responsive to the mandatory requirements set out in the Tender Document shall not subsequently be made responsive by the Tenderer by correction of the material deviation reservation or omission There shall be no requirement as to the minimum number of responsive tenders There shall be no automatic exclusion of Tenders which are above or below the official estimate TEC will examine the adequacy and authenticity of the documentary evidence which may follow the order below a verification of the completeness of the country of origin declaration in the Price Schedule for Goods and related services Form PG3 4A and 4B to determine the eligibility of the Goods and related services b verification and examination of the documentary evidence and completed Specification Submission Sheet Form PG3 5 to determine the conformity of the Goods and related services c verification and examination of the documentar
53. Performance Security shall be required to be valid until a date twenty eight 28 days beyond the date of completion of the Supplier s performance obligations under the Contract including any warranty obligations The Procuring Entity shall verify the authenticity of the Performance Security submitted by the successful Tenderer by sending a written request to the branch of the Bank issuing the Pay Order Bank Draft or irrevocable unconditional Bank Guarantee in specified format At the same time as the Procuring Entity issues the NOA the Procuring Entity shall send the draft Contract Agreement and all documents forming the Contract to the successful Tenderer s Within twenty eight 28 days of the issuance of NOA the successful Tenderer s and the Procuring Entity shall sign the contract Failure of the successful Tenderer s to furnisht the Performance Security as stated under ITT Sub Clause 62 1 or sign the Contract as stated under ITT Sub Clause 66 2 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Tender Security In that event the Procuring Entity may award the Contract to the next lowest evaluated responsive Tenderer s who is determined by the Integration of Automation System Works Hardware Page 24 67 Publication of Notification of Award of Contract 68 Debriefing of Tenderers 69 Adjudicator 70 Right to Complain 67 1 67 2 68 1 68 2 69 1 70 1
54. Provisioning and Decommissioning of Servers Deploy and decommission virtual servers much faster than traditional virtual servers infrastructure environments Management Simplicity It should have simplified management of the compute servers network and storage Self curing Architecture It should have self curing architecture that accommodates unplanned events such as spikes and boot storms to ensure a consistent high performance virtual server experience to the clients Seamless Support It should provide single point of configuration validation ordering delivery support and warranty for the coalition converged infrastructure solutions Complete System Integration It should deliver integrated product roadmaps inclusive of all major components of the converged infrastructure Consolidated High Density Infrastructure It should support for a large number of virtual servers on a single converged infrastructure 15 Core Network Shall require non blocking 1Gbps Ethernet connectivity between all network elements on the Core Network High availability of traffic path that ensure network reachability WAN internet firewall should be placed to protect traffic from WAN internet and server firewall should be placed to protect server traffic security Full redundancy of Processor modules of the core router and switch In the event of failure of any one processor the Network Device should automatically switch over to the redundant processor wit
55. RU 19 in rack mountable Rail Kit should be installed from day one Architecture The Firewall should be an appliance based rack mountable firewall with Next Generation IPS subscription from day one Firewall should be on purpose built hardware platform and should not use any of the commercially available operating system Firewall should have separate bus system Should have minimum 8 GB System Memory and minimum 8 GB Flash Memory Interface Firewall device should have at least 6 x 1GE interfaces as Traffic interface from Requirement day 1 Firewall device should have one expansion module slot for future expansion and Firewall can be upgraded to 6 6 12 ports 1GE interfaces in future Expansion Interface module should support optical Gigabit Ethernet interfaces Firewall should have at least one dedicated 1GE port for management Should have 1 RJ 45 console port Firewall Performance Minimum 1 2 Gbps Firewall throughput Integrated firewall and IPS throughput should be at least 399 Mbps 3DES VPN performance should be minimum 249 Mbps Firewall should have minimum 250000 concurrent connection Minimum New Connections Second gt 15 000 Support for Jumbo frames of up to 9000 bytes Maximum VPN tunnels gt 250 IPSec Tunnels 2 Security Contexts from day 1 Maximum 5 Security Contexts in future Support Active Active and Active Standby Firewall Features
56. Strict priority queuing for high priority packets Support Rate limiting based on source and destination IP TCP UDP information address source and destination MAC address Layer 4 Support 60 aggregate or individual policers for each Fast Ethernet or GbE Support for Automatic Quality of Servicefor easy configuration of QoS features for critical applications Network security features Support IEEE 802 1x and port based security Support IPv6 ACLs to filter IPv6 traffic Support Port based ACLs for Layer 2 interfaces to allow application of security policies on individual switch ports Support Unicast MAC filtering to prevent the forwarding of any type of packet with a matching MAC address Integration of Automation system Works Hardware Page 93 Support RADIUS authentication to enable centralized control of the switch and restrict unauthorized users from altering the configuration Support MAC addresses notification to allow administrators to be notified of users added to or removed from the network Support DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses Support Port security to secure the access to an access or trunk port based on MAC address Support Multilevel security on console access to prevent unauthorized users from altering the switch configuration Support BPDU Guard feature to avoid accidental Layer 2 topology loo
57. Tender price following the correction of arithmetic errors as stated under ITT Sub Clause 51 Tenderers shall prepare one 1 original of the documents comprising the Tender as described in ITT Clause 21 and clearly mark it ORIGINAL In addition the Tenderer shall prepare the number of copies of the Tender as specified in the TDS and clearly mark each of them COPY In the event of any discrepancy between the original and the copies the original shall prevail Alternatives if permitted under ITT Clause 23 shall be clearly marked Alternative The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by the Person duly authorized Integration of Automation System Works Hardware Page 13 37 Sealing Marking and Submission of Tender 38 Deadline for Submission of Tenders 36 4 37 1 37 2 37 3 37 4 37 5 38 1 38 2 to sign on behalf of the Tenderer This Tender specific authorization shall be attached to the Tender Submission Letter Form PG3 1 The name and position held by each Person s signing the authorization must be typed or printed below the signature All pages of the original and of each copy of the Tender except for un amended printed literature shall be numbered sequentially and signed by the person signing the Tender Any interlineations erasures or overwriting shall be valid only if they are signed or initialled by the Pers
58. Tenderers or Tenderer s duly authorised representatives attending the Tender opening shall sign by name address designation the TOS copies of which shall be issued to the Head of the Procuring Entity or an officer authorised by him or her and also to the members of the Tender Opening Committee and any authorised Consultants and to the Tenderers immediately The omission of a Tenderer s signature on the record shall not invalidate the contents and effect of the record under ITT Sub Clause 44 7 No Tender will be rejected at the Tender opening stage except the LATE Tenders as stated in the ITT Clause 39 Tenders shall be examined and evaluated only on the basis of the criteria specified in the Tender Document Tender Evaluation Committee TEC shall examine evaluate and compare Tenders that are responsive to the requirements Integration of Automation System Works Hardware Page 16 of Tender Documents in order to identify the successful Tenderer 46 Evaluation 46 1 TEC may consider a Tender as responsive in the Evaluation process only if it is submitted in compliance with the mandatory requirements set out in the Tender Document The evaluation process should begin immediately after tender opening following four steps a Preliminary Examination b Technical Examinations and Responsiveness c Financial evaluation and price comparison d Post qualification of the lowest evaluated responsive Tenders 47 Prelimi
59. The Firewall should support transparent Layer 2 firewall or routed Layer 3 firewall operation Support Ether Channel Link Aggregation Protocol for Link Failure protection Firewall should support maximum vlan 100 Firewall should support static NAT Policy based NAT and PAT Firewall Should support antimalware capabilities including antivirus botnet traffic filter and antispyware Firewall should support IPSec data encryption Firewall should support client based IPSec VPN Tunnels Firewall should support IPSec NAT Traversal Support for Standard Access Lists and Extended Access Lists to provide supervision and control Control SNMP access through the use of SNMP with MD5 authentication Integration of Automation system Works Hardware Page 95 Intrusion prevention System from day 1 Support Multiple Privilege Levels for access Support for Remote Authentication Dial In User Service RADIUS and AAA or similar protocol IPS Features Next Generation Intrusion Prevention System IPS Three 03 year subscription should be included from day one IPS should have Application inspection control of HTTP port 80 misuse application tunneling FTP mime type filtering DHCP DNS FTP file sharing peer to peer Finger HTTP HTTPS IMAP Ident LPR NNTP NTP POP R Services RPC MSRPC SMTP SNMP SOCKS SQL SSH Telnet TFTP H 323 H 225 WINS MSSQL IRC LDAP SMB TNS
60. ability Active Passive or Active Active The proposed solution should be ICSA certified High Availability solution The proposed solution should send notification to admin on change of appliance status in High Availability The HA traffic between two peers must be encrypted The proposed solution should support Link device 4 Session failure The proposed solution should support automatic amp manual synchronization between appliances in cluster Firewall The proposed solution should be standalone appliance with hardened OS The proposed solution should be ICSA amp Webcoast checkmark certified firewall The proposed solution should support stateful inspection with user based one to one amp dynamic NAT PAT The proposed solution must support user identity as matching criteria along with Source Destination IP Subnet group destination Port in firewall rule The proposed solution should facilitate to apply unified threat policy like AV AS IPS Content filtering Bandwidth policy amp policy based routing decision on firewall rule for ease of use also unified threat controls must be applied on inter zone traffic The proposed solution should support user defined multi zone security architecture The proposed solution should have predefine application based on port Signature amp also support creation of custom application based on port protocol number The proposed solution sh
61. actor Information Form PG3 3 This Form should be completed by each Subcontractor preferably on its Letter Head Pad Invitation for Tender No IFT No Tender Package No Package No 1 Eligibility Information of the Subcontractor TT Clause 5 and 26 1 1 Nationality of Individual or country of Registration 1 2 Subcontractor s legal title 1 3 Subcontractor s registered address 1 4 Subcontractor s legal status complete the relevant box Proprietorship Partnership Limited Liability Concern Government owned Enterprise Other please describe 1 5 Subcontractor s year of registration 1 6 Subcontractor s authorised representative details Name Address Telephone Fax numbers e mail address 1 7 Subcontractor to attach copies of All documents to the extent relevant to ITT Clause 5 the following original documents and 26 in support of its qualifications The following two information are applicable for national Subcontractors 1 8 Subcontractor s Value Added Tax Registration VAT Number 1 9 Subcontractor s Tax Identification Number TIN The foreign Subcontractors in accordance with ITT Sub Clause 5 1 shall provide evidence bya Integration of Automation System Works Hardware Page 57 written declaration to that effect to demonstrate that it meets the criterion 2 Key Activity ies for which i
62. affic Forwarding Capacity 470 Kpps based on 64 byte packets Firewall Capacity 50 Kpps based on 64 byte traffic Firewall Capacity 150 Mbps based on IMIX standard traffic IPSEC throughput support on IMIX Traffic 80 Mbps IPSEC throughput support on 64 Byte Traffic 30 Kpps GRE Tunnel Throughput on IMIX Traffic 500 Mbps GRE Tunnel Throughput on 64 Byte Traffic 150Kpps Encrypted Tunnel Capacity 220 Tunnels DRAM Min 512 MB installed Max 2 GB Upgradable Integration of Automation system Works Hardware Page 87 Flash Memory Min 256 MB installed Max 4 GB Upgradable Interfaces Requirements Min 3 x 10 100 1000Base T RJ 45 Routing Port Min 4 x 10 100 1000 Base T RJ 45 Lan Port Management 1 x console Serial 1 x auxiliary RJ 45 USB 2 x USB 2 0 Type A Expansion Min 4 WAN Interface Slots for future interface expansion Slots Security Device should have hardware based cryptography acceleration IPSec Secure Sockets Layer SSL Should support SUITE B VPN Encryption mechanism Should Dynamic VPN to connect remote VPN devices Should have stateful Firewall amp support Intrusion Prevention Data Link Protocol Ethernet Fast Ethernet Gigabit Ethernet Interface support 3 7G HSPA module T1 E1 Channelized E1 T1 FXS FXO Protocols IPv4 IPv6 static routes Open Shortest Path Firs
63. ake a claim in due course against a Tenderer in the circumstances as stated under ITT Clause 35 1 The authenticity of the Tender Security submitted by a Tenderer may be examined and verified by the Procuring Entity at its discretion in writing from the Bank issuing the security If a Tender Security is found to be not authentic the Procuring Entity may proceed to take measures against that Tenderer as stated under ITT Sub Clause 4 4 A Tender not accompanied by a valid Tender Security will be considered non responsive No Tender Security shall be returned to the Tenderers before contract signing Unsuccessful Tenderer s Tender Security will be discharged or returned as soon as possible but within twenty eight 28 days after the expiry of the Tender Validity period as stated under ITT Sub Clause 29 1 The Tender Security of the successful Tenderer will be discharged upon the Tenderer s furnishing of the performance security and signing of the Agreement The Tender Security may be forfeited if a Tenderer a withdraws its Tender after opening of Tenders but within the validity of the Tender as stated under ITT Sub Clause 29 and 30 or b refuses to accept a Notification of Award as stated under ITT Sub Clause 61 3 or c fails to furnish performance security as stated under ITT Sub Clause 62 1 or d refuses to sign the Contract as stated under ITT Sub Clause 67 2 or e does not accept the correction of the
64. all fill in unit rates for the items of the Goods both in figures and in words as described in the Price Schedule Tenders are being invited either for one or more items on an item by item basis or for a single lot or for a number of lots on lot by lot basis as specified in the TDS All items or lots in Section 6 Schedule of Requirements must be listed and priced separately on the Price Schedule following the Form PG3 4A and PG3 4B Tenders being invited either for one or more items on an item by item basis or for a single lot package or for number of lots on lot by lot basis as stated under ITT Sub Clause 24 3 price quoted for an item shall correspond to full quantity under that particular item otherwise the Tenders shall be considered non responsive Tenders being invited for a single lot package price quoted shall correspond to all the items of the lot package and shall further correspond to full quantity under each item of the lot package as stated under ITT Sub Clause 24 5 otherwise the Tenders shall be considered non responsive 24 7 Tenders being invited for a number of lots on lot by lot basis 24 8 the lot not quoting at least eighty 80 percent of the total number of items under that lot and not representing at least sixty five 65 percent of the equivalent lot value determined in the methodology as stated under ITT Sub Clause 24 8 shall be considered non responsive Tenderers quotin
65. and Weight 120G Warranty 1Year Integration of Automation system Works Hardware Page 79 3 Printer Item Description Required Specifications Brand Any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country of Origin To be mentioned by the bidder Technology Mono Laser Printer Memory 8 MB Print Speed 24 PPM Print Resolution 2400x600 dpi HQ quality Processor 200 MHz Double Side Print Compatibility Auto Duplex ADF N A Response Time Less then 8 5 seconds Paper Input Standard Tray 250 Sheets Paper Output 100 Sheets Paper Handling Size Paper Tray Letter Legal A4 A5 A6 B5 B6 Networking Compatibility NA Wifi Compatibility NA Interface USB 2 0 Monthly Duty Cycle 10 000 Page Weight 7Kg 4 UPS Item Description Required Specification Brand Any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country Of Origin To be mentioned by the bidder Power VA Requirements 1200 VA Input Voltage 120 VAC or 220 230 240VAC 25 145 290V5V Option Frequency 50 60Hz 10 Sot liyanai 120 VAC or 220 230 240VAC 10 Capacity 720W Output Frequency Inverter 2 Mode 50 60Hz 10 Transfer Time 2 6ms typical Waveform Modified Sinewave Spike amp Surge Suppression Yes Protection Over Under Volt Switch to Bat O P when main over reg
66. and DVD drives Expansion Slots Min 6 PCI Express Generation 3 0 slots O Ports Min 3 USB 2 0 1 Serial port Graphics Controller Integrated Intel HD Graphics Network Interface Embedded quad port Gigabit Ethernet Port Power Supply Hot Plug 750W Redundant Power supplies Systems Management USB Keyboard Mouse Should capable to view server properties and sensors Should capable to monitor faults alarms and server status Should have remote Management port Warranty Period 3 Years with Spare paris 13 Internet Router Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand To be mentioned by the bidder Model To be mentioned by the bidder Country of Origin USA Enclosure Type Rack mountable Modular Chassis Environmental Maintain International Quality Environmental Safety standard Quantity One 01 Part No Bidder should submit BOQ of proposed device including the details part numbers Architecture Should be chassis based amp modular architecture for scalability and should be a single box configuration for ease of management Should have hardware based IPSEC VPN 3DES AES Encryption card Should support IPSEC VPN Firewall amp SSL VPN features Router should be quoted with AC power supply Performance Routing Capacity 3 4 Gbps based on 1500 byte tr
67. and anomaly based day zero scanning worm protection IPS should detect GRE IP in IP MPLS and IPv6 tunneling protocols IPS should able to protect malicious traffic in IPv4 IPv6 and hybrid IPv6 and IPv4 networks environment IPS should have DDoS and DoS anomaly detection and protection mechanism with automatic threshold configuration IPS should have event correlation technology for detection blocks multi event attacks and malware in real time Supports full TCP IP and application protocol state spanning multiple packets in flows and support Full flow normalization for proper packet ordering Support SYN detection and protection for both targets and IPS devices Support detection for Port Scan including full connect SYN stealth FIN stealth and UDP scans Support built in customize signature tool to add copy and modify existing signatures IPS should support the following Detection features e Protocol anomaly detection e Statistical anomaly detection e Application anomaly detection e Statistical analysis e Evasion protection e Vulnerability based signature detection e Exploit based signature detection e Session normalization and evasion detection IPS should support the following Day Zero Protection features e Unknown exploit variant protection e Unknown exploit protection e Unknown vulnerability protection H 323 SIP SNMP HTTP FTP
68. and time to the Procuring Entity The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Procuring Entity or its designated representative to attend the test and or inspection 30 6 The Procuring Entity 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 Integration of Automation System Works Hardware Page 41 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 impede 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 and Completion Schedule and the other obligations so affected 30 7 The Procuring Entity 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 Procuring Entity and shall repeat the test and or inspection at no cost to the Procuring Entity upon giving a notice under GCC Sub Cla
69. ans calendar days unless otherwise specified as working days h Delivery means the transfer of ownership of the Goods from the Supplier to the Procuring Entity in accordance with the terms and conditions set forth in the Contract i Force Majeure means an event or situation beyond the control of the Supplier that is not foreseeable is unavoidable and its origins not due to negligence or lack of care on the part of the Contractor such events may include but not be limited to acts of the Government in its sovereign capacity wars or revolutions fires floods epidemics quarantine restrictions and freight embargoes or more as included in GCC Clause 36 j GCC mean the General Conditions of Contract k Goods means raw materials products and equipment and objects in solid liquid or gaseous form electricity and related Services if the value of such Services does not exceed that of the Goods themselves 1 Government means the Government of the People s Republic of Bangladesh Integration of Automation System Works Hardware Page 32 m Head of the Procuring Entity means the Secretary of a Ministry or a Division the Head of a Government Department or Directorate or the Chief Executive or as applicable Divisional Commissioner Deputy Commissioner Zilla Judge or by whatever designation called of a local Government agency an autonomous or semi autonomous body or a corporation or a corporate body established unde
70. ar Panel Circuit Breaker Brand ABB Origin EU Circuit Breaker AS required Cable Brand BRB Origin Bangladesh Cable As required Industrial Commando Socket Socket As required Lighting Brand Energy plus or Equivalent Lighting 23 Watt CFL with casing 4 PCS Accessories T Nd amp a of Cable Ladder amp As required Installation Installation Installation Testing and Commissioning 1 Job 49 Access Switch Type 2 Specification Details Quantity Twenty Four 24 Brand Any international reputed brand Integration of Automation system Works Hardware Page 120 Country of Origin USA Enclosure Type 1 RU 19 in rackmountable Switch Architecture 24 Ethernet 10 100 Base T Ports 2 10 100 1000 Ethernet port 42 combo mini GBIC port Min 16 MB flash 128 MB RAM Packet Buffer 4 Mb Min Forwarding bandwidth 12 5 Gbps Min Forwarding Rate 64 Byte Packet 9 5 Mpps Jumbo Frame Frame sizes up to 10 KB supported on 10 100 and Gigabit interfaces L2 Features VLAN 4096 MAC addresses up to 16000 Standard 802 1d Spanning Tree support Fast convergence using 802 1w Rapid Spanning Tree RSTP enabled by default Multiple Spanning Tree instances using 802 1s MSTP GVRP GARP IGMP Voice VLAN Quality Of Service 4 hardware queues Strict priority and WRR Queue assignment based on DSCP and class of service 802 1p CoS Port based 802 1p VLAN priority based IPv4 v6 IP precedence type of service ToS DSCP bas
71. ate To Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 PERFORMANCE GUARANTEE No insert number We have been informed that name of supplier hereinafter called the Supplier has undertaken pursuant to Contract No reference number of Contract dated date of Contract hereinafter called the Contract for the supply of description of goods and related services under the Contract Furthermore we understand that according to your conditions Contracts must be supported by a performance guarantee At the request of the Supplier we name of bank hereby irrevocably unconditionally undertake to pay you without cavil or argument any sum or sums not exceeding in total an amount of Tk insert amount in figures and in words upon receipt by us of your first written demand accompanied by a written statement that the Supplier is in breach of its obligation s under the Contract conditions without you needing to prove or show grounds or reasons for your demand of the sum specified therein This guarantee is valid until date of validity of guarantee consequently we must receive at the above mentioned office any demand for payment under this guarantee on or before that date Signatures of authorized representatives of the bank Signature Seal Integration of Automation system Works Hardware Page 7
72. ated 33 1 Except as provided under GCC Sub Clause 37 if the Supplier fails Damages to complete the delivery of Goods and related services within the Delivery and Completion Schedule specified in the contract or as extended the Procuring Entity shall as Liquidated Damages or Delay Damages deduct from the Contract Price a sum at the percent rate per day of delay as specified in the PCC of the contract value of the undelivered Goods and related services or part thereof Integration of Automation System Works Hardware Page 43 delivered after the Delivery and Completion Schedule or as extended The total amount of Liquidated Damages or Delay Damages shall not exceed the amount specified in the PCC The Procuring Entity may deduct Liquidated damages from payments due to the Supplier Payment of Liquidated damages shall not affect the Supplier s liabilities 34 Limitation of 34 1 Except in cases of criminal negligence or wilful misconduct Clabiliiy a the Supplier shall not be liable to the Procuring Entity 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 Procuring Entity and b the aggregate liability of the Supplier to the Procuring Entity whether under the Contract in tort or otherwise shall not exce
73. atures IEEE 802 1Q VLAN encapsulation Upto 255 VLANs should be supported Support for 4000 VLAN IDs Supported RFC IEEE 802 1p IEEE 802 1Q IEEE 802 1ab IEEE 802 1X IEEE 802 1w IEEE 802 3ad IEEE 802 3ah IEEE 802 3x IEEE 802 3u IEEE 802 3ab IEEE 802 3z Support port Auto negotiation MDIX LACP UDLD Security Support 802 1X Flexible Authentication 802 1x Monitor Mode and RADIUS Change of Authorization Support Port based ACLs VLAN ACLs Support IPv6 ACLs Support Unicast Reverse Path Forwarding RPF Support Port Security Dynamic ARP Inspection and IP Source Guard Support Switched Port Analyzer SPAN MAC Address Notification Support to verify and authentication of OS images QoS Features Support automatic configuration of QoS Support four egress queues per port Support congestion avoidance feature like SRR SRR similar protocol Support 64 aggregate or individual policers per port Support Rate limiting is provided based on source and destination IP address source and destination MAC address fields using QoS ACLs IP ACLs or MAC ACLs class maps and policy maps Support 802 1p class of service CoS and Differentiated Services Code Point DSCP classification with marking and reclassification on a per packet basis by source and destination IP address MAC address or Layer 4 TCP UDP port number Integration of Automation system Works
74. ause 14 1 b substantiated by Completion Certificate s issued or duly certified by the relevant Procuring Entity s c a minimum supply and or production capacity of Goods and related services as stated under ITT Sub Clause 14 1 c substantiated by the updated brochures or others of the supplier and or manufacturer 2 adequacy of minimum liquid assets i e working capital substantiated by Audit Reports mentioned in h below or credit line s substantiated by any scheduled Bank of Bangladesh in the format as specified Form PG3 8 without alteration issued not earlier than twenty eight 28 days prior to the day of the original deadline for submission of Tenders for this Contract as stated under ITT Sub Clause 15 1 a ea L information regarding claims under litigation current or during the last years as specified in the TDS in which the Tenderer is involved the parties concerned and value of claim as stated under ITT Sub Clause 15 1 b substantiated by statement in its letter head pad f if required in the TDS a Tenderer that does not manufacture or produce the Goods shall submit the Manufacturer s Authorization Letter Form PG3 6 g authority to seek references from the Tenderer s Bankers or any other sources in its letter head pad and Integration of Automation System Works Hardware Page 11 h reports on the financial standing of the Tenderers such as profit and loss statements and audited
75. ay high standard Aluminum PDU Install caster and support feet at the same time Wire path on the top and botton can be closed 2 x Fixed Tray 1 x Sliding Tray Comply with ANSI EIA RS 310D IEC297 2 DIN 41491 DIN41494 GB T3047 Standard Color Black Rack Console 17 Rack Console Monitor with 8 Port USB KVM included with rack 35 Network Rack 42U Qty 1 Unit Required Specifications Brand To be Mention by the bidder Country of Origin USA Taiwan China Part To be Mention by the bidder 42U 800mm x 1000mm Network Device and Server Cabinet Integration of Automation system Works Hardware Page 114 Each Cabinet Comes With Following Configuration Elegance look profound technique precise dimension with world class standard Loading capacity upto 800kg Top Cover Fully Vented Top Fan Unit consist 4 x Exhaust Fans Front amp Rear Vented Metal Door with Lock 2 x Side Cover Lift off Type with Lock 1 x 10 Way high standard Aluminum PDU Install caster and support feet at the same time Wire path on the top and botton can be closed 2 x Fixed Tray 1 x Sliding Tray Comply with ANSI EIA RS 310D IEC297 2 DIN 41491 DIN41494 GB T3047 Standard Color Black 36 Wall Mount Rack 12U Qty 9 Unit Required Specifications Brand To be Mention by the bidder Country of Origin USA Taiwan China Part To be Mention by the bidder 12U 6
76. balance sheet for the past years as specified in the TDS substantiated by Audit Reports 29 Validity Period 291 Tenders shall remain valid for the period specified in the TDS after of Tender the date of Tender submission deadline prescribed by the Procuring Entity A Tender valid for a period shorter than that specified will be considered non responsive 30 Extension of 30 1 In exceptional circumstances prior to the expiration of the Tender Tender Validity Validity period the Procuring Entity may solicit all the Tenderers and Tender consent to an extension of the period of validity of their Tenders Security provided that those Tenderers have passed the preliminary examination as stated under ITT Sub Clause 47 2 30 2 The request for extension of Tender Validity period shall state the new date of the validity of the Tender 30 3 The request and the responses shall be made in writing Validity of the Tender Security provided under ITT Clause 31 shall also be suitably extended for twenty eight 28 days beyond the new date for the expiry of the Tender Validity If a Tenderer does not respond or refuses the request it shall not forfeit its Tender Security but its Tender shall no longer be considered in the evaluation proceedings A Tenderer agreeing to the request will not be required or permitted to modify its Tender 31 Tender 31 1 Tenderers shall furnish as part of its Tender in favour of the Security Procuring Entity or as other
77. base The proposed solution must have following features inbuilt a Should able to block HTTPS based URLs with the help of Certificates b Should able to block URL based on regular expression c Should support exclusion list based on regular expression d Must have support to block any HTTP Upload traffic e Should able to block google cached websites on based of category f Should able to block websited hosted on Akamai g Should able to identify amp block requests coming from behind proxy server on the base of username amp IP address h Should able to identify amp block URL translation request The proposed solution should support application control blocking features as follows a Should able to block known Chat application like Yahoo MSN AOL Google Rediff Jabber etc b Should support blocking of File transfer on known Chat application and FTP protocol The proposed solution must block HTTP or HTTPS based anonymous proxy request available on the internet The proposed solution should provide option to customize Access denied message for each category The proposed solution should be CIPA compliant and should have predefined CIPA based internet access policy The proposed solution should be able to identify traffic based on Productive Neutral unhealthy amp non working websites as specified by admin The proposed solution should have specific categories that would reduce employee pro
78. cable b the resources sufficient to meet the qualifying criteria for the individual lot or aggregate of the qualifying criteria for the multiple lots and c the price reduction on account of discount per lot or combination of lots and the methodology for application of the discount as offered by the Tenderer in its Tender 52 6 The Procuring Entity s evaluation of a Tender may require the consideration of other factors in addition to the Tender price quoted as stated under ITT Clause 24 The effect of the factors selected if any shall be expressed in monetary terms to facilitate comparison of Tenders The factors methodologies and criteria to be used shall be as specified in TDS The applicable Integration of Automation System Works Hardware Page 20 economic factors for the purposes of evaluation of Tenders shall be a adjustment for deviations in the Delivery and Completion Schedule b cost of major replacement components mandatory spare parts and service 52 7 If the winning lot is missing some item s as stated under ITT Sub Clause 23 8 comprising twenty 20 percent or less number of items in the lot the Procuring Entity may procure those missing item s from the other responsive Tenderer s quoting the lowest price for the missing item s 52 8 TEC may recommend to increase the amount of the Performance Security above the amounts as stated under ITT Sub Clause 62 1 but not exceeding twenty five
79. case later than the days indicated in the PCC after submission of an invoice or request for payment by the Supplier and after the Procuring Entity has accepted it 25 4 Payments due to the Supplier under this Contract shall be made in Integration of Automation System Works Hardware Page 39 Bangladesh Taka BDT Currency 25 5 In the event that the Procuring Entity fails to pay the Supplier any payment by its respective due date or within the period as stated under GCC Sub Clause 25 3 the Procuring Entity shall pay to the Supplier interest on the amount of such delayed payment at the rate specified in the PCC for the period of delay until payment has been made in full 26 Insurance 26 1 The Goods supplied under this Contract shall be fully insured by the Supplier against loss or damage incidental to manufacture or acquisition transportation storage and delivery until their acceptance by the Procuring Entity 27 Taxes and 274 The Supplier shall be entirely responsible for all applicable taxes custom Duties duties VAT and other levies imposed or incurred inside or outside Bangladesh 28 Performance 28 1 The Procuring Entity shall notify the Supplier of any claim made against Security the Bank issuing the Performance Security 28 2 The Procuring Entity may claim against the security if any of the following events occurs for fourteen 14 days or more a The Supplier is in breach of the Contract and the Procuring Entity has
80. ction of its Tender as well as further action in accordance with Section 64 5 of the Public Procurement Act 2006 All clarification requests shall remind Tenderers of the need for confidentiality and that any breach of confidentiality on the part of the Tenderer may result in their Tender being non responsive Provided that the Tender is responsive TEC 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 TEC 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 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 Integration of Automation System Works Hardware Page 19 amount in figures shall prevail subject to a and b above 51 2 TEC shall correct the arithmetic errors and shall promptly notify the concerned Tenderer s if the Tenderer does not accept the correction of arithmetic e
81. d floating toolbar OS support Windows Mac Linux Pen Electronic pen 7 Notebooks Item Description Required Specification Brand Any internationally reputed brand Model To be mentioned by the bidder Country of Origin To be mentioned by the bidder E gi To be mentioned by the bidder ssemble Display 14 0 16 9 HD 1366x768 4th Generation Intel Core i5 4xxx To be mentioned by the Bidder Processor Clock speed Minimum 1 7 GHz Cache Minimum 3MB Chipset Intel Chipset RAM Minimum 4 GB DDR3 Min 1600MHz Upgradeable up to 16 GB with 2 Slots System BIOS Flash BIOS with Machine SL No Tag No Shown in BIOS setup Hard Disk Drive Minimum 1 x 1TB SATA Audio Built in Speaker and Microphone Minimum 1 x COMBO audio jack 1 x VGA port Mini D sub 15 pin for external monitor Ki 1 xUSB 3 0 port s 2 x USB 2 0 port s 1 x RJ45 LAN Jack for LAN insert 1 x HDMI Network Card Integrated Gigabit Ethernet Card with RJ 45 interface Graphics Integrated Intel HD Graphics 4400 Camera Minimum VGA Webcam Wi FI In Built Card Reader Minimum 3 in 1 Card Reader Battery Polymer Battery Minimum 37 Watt Web storage Minimum 30 GB web storage provided by manufacturer for minimum 3 years Integration of Automation system Works Hardware Page 82 Others 1 x Kensington Lock Warranty period 2 Years full warranty with parts amp labor Certificatio
82. dates of network status through web client or mail Support Mobile application for smart phone devices to access to view troubleshoot and resolve network issues anywhere and anytime Support Integration with knowledge base helps to provide service and support product updates best practices and reports to improve network availability Support service request creation to fix problems Support protocol support helps improve accuracy and completeness including ping Link Layer Discovery Protocol LLDP Address Resolution Protocol ARP Border Gateway Protocol BGP Open Shortest Path First OSPF and route table lookups Support grouping and site profiles to manage networks by associating network elements to user groups or to a hierarchical campus area building and floor model Integration of Automation system Works Hardware Page 102 Support network inventory discovery manual and bulk import and software management Support best practices and design configuration templates to enable device and service deployment Support composite combined templates to provide flexibility and packaging of individual templates into reusable purpose built configurations for consistent and quicker network designs Support centralized monitoring of wired access networks to maintain robust performance and optimal access connectivity Support configuration templates for Application Visibility and Control Firewal
83. de between the Procuring Entity and the Supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change addition or modification This guarantee is valid until date of validity of guarantee consequently we must receive at the above mentioned office any demand for payment under this guarantee on or before that date Signatures of authorized representatives of the bank Signature Seal Integration of Automation system Works Hardware Page 72 Section 6 Schedule of Requirements Invitation for Tender 30 015 014 28 00 006 2014 Part 1 Date No Tender Package No A List of Goods and Delivery Schedule When completing Form PG3 2 the Tenderer shall quote prices and contract delivery dates for each item against each lot and show each Lot separately as specified in the List of Goods and Delivery Schedule Item Description of Item Unit of Quantity Point of Date No Supply of Units Delivery Required in required weeks 1 2 3 4 5 6 Procuring Entity s Option for delivery terms is note 1 Supply Installation Testing Commissioning and implementation of server room infrastructure networks and computer hardware and other components under Integration of Automation System of Bangladesh Parjatan Corporation Note 2 01 Desktop Computers Pes 151 ote 45 Days 02 Barcode Scanner Pcs 20 Note 3 45 Days 03 Printer Pcs
84. ductivity bandwidth choking sites and malicious websites The proposed solution should able to generate reports based on username IP address URL groups categories amp category type The proposed solution should support search criteria in repoprts to find the relevant data The proposed solution should support creation of cyclic policy on Daily Weekly Monthly Yearly basis for internet access on individual users group of users The proposed solution should support creation of internet access time policy for individual users or on group basis The proposed solution should support creation of cyclic data transfer policy on Daily weekly Monthly yearly basis for individual user or on group The proposed solution should have integrated bandwidth management Integration of Automation system Works Hardware Page 106 Warranty The proposed solution should able to set guaranteed and burstable bandwidth per User IP Application on individual or shared basis The proposed solution should provide option to set different level of priority for critical application The proposed solution should provide option to define different bandwidth for different schedule in a single policy 4 bandwidth should change as per schedule on the fly The proposed solution must provide web category based bandwidth management and priotization The proposed solution must provide logging and e
85. duly notified him or her and b The Supplier has not paid an amount due to the Procuring Entity and the Procuring Entity has duly notified him or her 28 3 In the event as stated under GCC Sub Clause 28 2 the Supplier is liable to pay compensation under the Contract amounting to the full value of the Performance Security or more the Procuring Entity may call the full amount of the security 28 4 If there is no reason to call the security the security shall be discharged by the Procuring Entity 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 and the issuance of the Acceptance Certificate by the Procuring Entity including any warranty obligations as stated under GCC Clause 31 and the Procuring Entity shall not make any claim under the security except for amounts to which the Procuring Entity is entitled under this Contract 28 5 The security shall only be released after the expiry of the Warranty Period pursuant to GCC Clause 31 provided that the Goods supplied are free from patent and latent defects and all the conditions imposed under the contract have been fully met a A patent defect which is one that is apparent to the buyer on normal observation It is an apparent or obvious defect i For example a ball pen that does not write is patently defective b A latent defect which is one that is not apparent to t
86. e Integration of Automation System Works Hardware Page 37 Order for Additional Delivery 19 Costing Variation Orders Repeat Orders or Order for Additional Delivery 20 Packing and Documents delivered under the Contract are to be specifically manufactured for the Procuring Entity b the method of packing c the place s of delivery of goods and related services and d the related services to be provided by the Supplier 18 2 The Procuring Entity may in exceptional circumstances issue Repeat Order where the items originally envisaged have already been procured or issue order for Additional Delivery of an additional quantity prior to issuing the Acceptance Certificate of the same items if it is urgently needed to meet the requirements of the project provided that the Supplier was selected through competitive tendering and funds are available for the purpose and such prices are still the most advantageous to the Procuring Entity after price verification 18 3 The Supplier shall under no circumstances proceed to commence the delivery of Goods and related services under GCC Sub Clause 18 1 and 18 2 unless it has been approved by the Approving Authority or authority next higher as appropriate 19 1 If the Variation Order under GCC Sub Clause 18 1 consists of additional items the price shall be based on the unit price in the original contract for items of goods similar to those in the original contract If t
87. e expenses to the Adjudicator and the Procuring Entity shall reimburse half of these fees through the regular progress payments e Should the Adjudicator resign or die or should the Procuring Entity and the Supplier agree that the Adjudicator is not functioning in accordance with the provisions of the Contract a new Adjudicator will be jointly appointed by the Procuring Entity and the Supplier In case of disagreement between the Procuring Entity and the Supplier the Adjudicator shall be designated by the Appointing Authority designated in the PCC at the request of either party within fourteen 14 days of receipt of a request from either Party 42 3 Arbitration a If the Parties are unable to reach a settlement under GCC Clause 42 1 or 42 2 within twenty eight 28 days of the first written correspondence on the matter of disagreement then either Party may give notice to the other party of its intention to commence arbitration in accordance with GCC Sub Clause 42 3 b b The arbitration shall be conducted in accordance with the Arbitration Act Act No 1 of 2001 of Bangladesh as at present in force and in the place shown in the PCC Integration of Automation System Works Hardware Page 47 Section 4 Particular Conditions of Contract Instructions for completing the Particular Conditions of Contract are provided as needed in the notes in italics mentioned for the relevant GCC clauses GCC Clause Amendments of and Supp
88. e in further Procurement proceedings either indefinitely or for a specific period of time 6 6 The Supplier shall be aware of the provisions on corruption fraudulence collusion and coercion in Section 64 of the Public Procurement Act 2006 and Rule 127 of the Public Procurement Rules 2008 Integration of Automation System Works Hardware Page 35 7 Documents Forming the Contract and Priority of Documents 8 Scope of Supply 9 Assignment 10 Eligibility 11 Gratuities Agency Fees 12 Confidential Details 7 1 8 2 9 1 10 1 10 2 11 1 12 1 The following documents forming the Contract shall be in the following order of precedence namely a The signed Contract Agreement b The Notification of Award c The Completed Tender d Particular Conditions of Contract e General Conditions of Contract f Technical Specifications g Drawings h Priced Schedule and Schedule of Requirements and i i Other Documents including correspondences listed in the PCC forming part of the Contract Subject to the PCC the Goods and related services to be supplied shall be as specified in Section 6 Schedule of Requirements Unless otherwise stipulated in the Contract the Scope of Supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining delivery and completion of the Goods and
89. e road rail air and waterways for easy accessibility 04 Ensure security amp safety of the tourists 05 Take initiative for simplifying visa and immigration formalities for tourists 06 Encourage pro poor tourism industry for their economic betterment and empowerment 07 Develop ecotourism based on nature and ethnic culture 08 Enhance the balance of payment create employment opportunities alleviate poverty and create social harmony through tourism activities 09 Enhance marketing of tourism products at home and aboard 10 Develop human resource in tourism sector 11 Build a strong public private partnership in the tourism industry 12 Promote and maintain close cooperation with regional and international counterparts of the industry Integration of Automation system Works Hardware Page 78 Technical Specification of Computer Hardware and Other Components 1 Desktop Computers Item Description Brand Required Specification Any internationally reputed brand Model To be mentioned by the bidder Machine Type Mini or SFF Country of Origin To be mentioned by the bidder Country of Assemble To be mentioned by the bidder 4th Generation Intel Core i5 4xxx To be mentioned by the Bidder Processor Clock speed Minimum 1 7 GHz Cache Minimum 3MB Chipset Intel Chipset RAM Minimum 4 GB DDR3 Min 1600MHz Upgradeable up to 16 GB with 2 Slots System BIOS Flash BIOS with Mac
90. e 109 26 Cat6 Patch Panel 24 Port Qty 9 Unit Required Specifications Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder 24 Port Patch Panels provide a flexible and versatile termination solution for telecommunications room rack mounted installations The panels can be custom configured in the field to suit practically any particular configuration Patch Panels are compatible with offered modules Material Panel steel 16 gauge powder paint finish black Module holder fire retardant plastic UL94HB black 27 Cat6 Patch Cord 3 Meter Qty 200 Pcs Required Specifications Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder Conductors 24 AWG solid copper Length 3 Meter Insulation PE Cable Core Four twisted pairs Filler Jacket PVC Boots PVC Plug Polycarbonate Dielectric strength 1 000 V RMS at 60 Hz for 1 minute Voltage rating 150 VAC maximum Current rating 1 5 A maximum Insulation resistance 500 Mega ohms minimum Contact resistance 10 milli ohms maximum 28 Cat6 Patch Cord 1 Meter Qty 200 Pcs Required Specifications Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder Conductors 24 AWG solid copper Integration of Automation system Works Hardware Page 110
91. e 98 Support automatic configuration of QoS Support Remote Monitoring RMON software with four RMON groups history statistics alarms and events support Layer 2 troubleshoot features Support SSHv2 Telnet console NTP DNS TFTP DHCP Support RMON and Il standards Support SNMP v1 v2c and v3 Manufacturer part number Bidder should submit BOQ of proposed device including the details part numbers and Manufacturer Warranty Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty should be provided for this unit from the date of successful commissioning 18 San Switch Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand Any International Reputed Brand Model To be mentioned by the bidder Country of Origin USA Form factor Rack Mountable Environmental Maintain International Quality Environmental Safety Standard Quantity One 01 General Features Should have min 24 x 10 100 1000 Gigabit Ethernet Ports amp 4 x 1 Gigabit SFP uplink ports The switch should have stack option feature The switch should be capable for stack option with minimum 70 Gbps throughput Performance Minimum Switching bandwidth minimum 200 Gbps Minimum Forwarding bandwidth minimum 100 Gbps Forwarding rate 64 Byte L3 Packets
92. e Directory LDAP Radius or Local Database for user authentication The proposed solution must support automatic transparent Single Sign on ASSO for user authentication SSO must be proxy independent and support all applications for authentication The proposed solution should support Dynamic DNS configuration The proposed solution should provide bandwidth utilization graph on daily weekly monthly or yearly for total or individual ISP link The proposed solution should provide real time data transffer bandwidth utilization done by individual user ip application The proposed solution should support Parent Proxy with IP FQDN support The proposed solution should support NTP The proposed solution should support user ip mac binding functionality to map username with IP address amp MAC address for security reason The proposed solution should have multi lingual support for Web admin console The proposed solution should support Version roll back functionality The proposed solution should support session time out amp Idle time out facility to forcefully logout the users The proposed solution should support ACL based user creation for administration purpose The proposed solution should support LAN bypass facility in case appliance is configured in Transparent mode The proposed solution should support inbuilt PPPOE client and should be capable to automatically update all required c
93. e Procuring Entity 20 3 The outer packaging must contain a Packing List which must reflect Integration of Automation System Works Hardware Page 38 the actual contents of the package 21 Deliveryand 21 1 Subject to GCC Clause 18 the delivery of the Goods and completion of Documents the related services shall be in accordance with the Delivery and Completion Schedule specified in the Section 6 Schedule of Requirements The documents to be furnished by the Supplier shall be specified in the PCC 22 Acceptance 22 1 Acceptance by the Procuring Entity shall be processed not later than fourteen 14 working days from receipt of the goods at final destination in the form of an Acceptance Certificate unless any defects in the supply any damage during transportation or any failure to meet the required performance criteria of the supply are identified and reported to the Supplier as stated under GCC Clause 29 and 30 In such cases the Acceptance Certificate will be issued only for those parts of the contract supplies which are accepted The Acceptance Certificate for the remaining supplies will only be issued after the Supplier has remedied the defects and or any non conformity under GCC Clause 29 and GCC Clause 30 22 2 Technical Inspection and Acceptance Committee TIAC if considered appropriate and constituted by the Procuring Entity shall commence the inspection and acceptance process within twenty four 24 hours from delivery
94. e dependency relationships between these activities and who is responsible for each activity PIP also lays down all target milestone dates b Systems Manual detailing the hardware and System software related documentation and guidelines c Operations Manual providing instructions for installing the application troubleshooting interpreting message logs and FAQs Frequently Asked Questions d Periodic Status Reports communicating the status of activities completed activities in progress outstanding issues and risks and any impact or potential impact to the project schedule e Request s for Change documenting any deltas to the original contractual requirements f User Feedback Forms documenting things that went well and those that didn t and opportunities for improvement 13 Manuals and Publications Manuals books publications written in English both as hard and soft copy to be supplied free of cost Integration of Automation system Works Hardware Page 124 14 TECHNICAL REQUIREMENTS CONVERGED INFRASTRUCTURE COMPUTE AND STORAGE SOLUTION Solution Features The solution should provide the following features a b Modular Environment Growth IT managers can easily add more virtual servers as their needs grow simply by moving to larger or adding similar converged infrastructure platform which can still continue to be managed monitored and provisioned using the currently proposed management platform Rapid
95. e for submission of Tender as stated under ITT Sub Clause 37 1 in which case all rights and obligations of the Procuring Entity and Tenderers previously subject to the deadline will thereafter be subject to the new deadline as extended Integration of Automation System Works Hardware Page 14 39 Late Tender 40 Modification Substitution or Withdrawal of Tenders 41 Tender Modification 42 Tender Substitution 43 Withdrawal of Tender F 44 Tender Opening 38 3 38 4 39 1 40 1 41 1 42 1 43 1 If submission of Tenders is allowed in more than one location the date and time for submission of Tenders for both the primary and the secondary place s shall be the same and not different as specified in the TDS The Procuring Entity shall ensure that the Tenders received at the secondary place s are hand delivered at the primary place as stated under ITT Sub Clause 38 1 within THREE 8 HOURS after the deadline for submission of Tenders at the secondary place s in case of MULTIPLE DROPPING as stated under ITT Sub Clause 38 3 as specified in the TDS Any Tender received by the Procuring Entity after the deadline for submission of Tenders as stated under ITT Sub Clause 38 1 shall be declared LATE and returned unopened to the Tenderer Tenderers may modify substitute or withdraw its Tender after it has been submitted by sending a written notice duly signed by the authorised signatory prop
96. e note that this Notification of Award shall constitute the formation of this Contract which shall become binding upon you We attach the draft Contract and all other documents for your perusal and signature Signed Duly authorised to sign for and on behalf of name of Procuring Entity Date Integration of Automation system Works Hardware Page 69 Contract Agreement Form PG3 10 THIS AGREEMENT made the day day of month year between name and address of Procuring Entity hereinafter called the Procuring Entity of the one part and name and address of Supplier hereinafter called the Supplier of the other part WHEREAS the Procuring Entity invited Tenders for certain goods and related services viz brief description of goods and related services and has accepted a Tender by the Supplier for the supply of those goods and related services in the sum of Taka Contract Price in figures and in words hereinafter called the Contract Price Pasig THIS AGREEMENT WITNESSETH AS FOLLOWS In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract hereafter referred to 2 The following documents forming the Contract shall be in the following order of precedence namely a the signed Form of Contract Agreement b the Notification of Award c The completed Tender d Particular Conditions of Contract e General
97. eason s G Contract Award The Procuring Entity shall award the Contract to the Tenderer whose Tender is responsive to the Tender Document and that has been determined to be the lowest evaluated Tender provided further that the Tenderer is determined to be Post qualified as stated under ITT Clause 55 Integration of Automation System Works Hardware Page 22 60 Procuring Entity s Right to Vary Quantities 61 Notification of Award 59 2 60 1 61 1 61 2 61 3 61 4 61 5 61 6 61 7 Tenderers will not be required as a condition for award to undertake responsibilities not stipulated in the Tender documents to change its price or otherwise to modify its Tender The Procuring Entity within the amount approved reserves the right at the time of Contract Award to increase or decrease the quantity per item of Goods and related Services originally specified in Section 6 Schedule of Requirements provided this does not exceed the percentage specified in the TDS and without any change in the unit prices or other terms and conditions of the Tender and the Tender Document Prior to the expiry of the Tender Validity period and within one 1 week of receipt of the approval of the award by the Approving Authority the Procuring Entity shall issue the Notification of Award NOA to the successful Tenderer s The NOA attaching the contract as per the sample Form PG3 9 to be signed shall state a t
98. eceipt by us of your first written demand accompanied by a written statement that the Tenderer is in breach of its obligation s under the Tender conditions because the Tenderer a has withdrawn its Tender after opening of Tenders but within the validity of the Tender Security or b refused to accept the Notification of Award NOA within the period as stated under Instructions to Tenderers ITT or c failed to furnish Performance Security within the period as stipulated in the NOA or d refused to sign the Contract Agreement by the time specified in the NOA or e did not accept the correction of the Tender price following the correction of the arithmetic errors in accordance with the ITT This guarantee will expire a if the Tenderer is the successful Tenderer upon our receipt of a copies of the contract signed by the Tenderer and the Performance Security issued to you in accordance with the ITT or Integration of Automation system Works Hardware Page 66 b if the Tenderer is not the successful Tenderer twenty eight 28 days after the expiration of the Tenderer s Tender validity period being date of expiration of the Tender validity plus twenty eight 28 days Consequently we must receive at the above mentioned office any demand for payment under this guarantee on or before that date Signature Seal Integration of Automation system Works Hardware Page 67 Letter of Commitment for Bank s undertaking f
99. ed Differentiated Services DiffServ classification and re marking ACLs trusted QoS Ingress policer egress shaping and rate control per VLAN per port and flow based Security SSH secures Telnet traffic SSH v1 and v2 SSL 802 1X MD5 hash guest VLAN unauthenticated VLAN Supports time based 802 1X Dynamic VLAN assignment BPDU Guard Protected ports supports multiple uplinks TCP congestion avoidance Management and Maintenance Configuration utility for easy browser based device configuration HTTP HTTPS Supports configuration system dashboard system maintenance and monitoring SNMP versions 1 2c and 3 with support for traps and SNMP version 3 user based security model USM RMON software agent supports RMON groups history statistics alarms and events Web browser upgrade HTTP HTTPS and TFTP Upgrade Dual images for resiliency Traffic mirroring Up to 8 source ports can be mirrored to one destination port Warranty Should have minimum 1 year Warranty with Manufacturing services 50 OS for Server Microsoft Windows Server 2012 Specification Details Quantity Five 05 Brand Microsoft Country of Origin USA General Specification Microsoft Windows Server 2012 Standard Edition OS for Server 51 Database Microsoft SQL Server 2012 Specification Details Quantity One 01 Brand Microsoft Country of Origin USA General Specification
100. ed 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 Procuring Entity with respect to patent infringement 35 Adjustment 35 1 Unless otherwise specified in the Contract if after the Contract any for Changes law regulation ordinance order or by law having the force of law is in Legislation enacted promulgated abrogated or changed in Bangladesh 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 adjustment of Contract Price where applicable under GCC Clause 23 36 Force 36 1 Force Majeure may include but is not limited to exceptional events or Majeure circumstances of the kind listed below i war hostilities whether war be declared or not invasion act of foreign enemies ii rebellion terrorism sabotage by persons other than the Contractor s Personnel revolution insurrection military or usurped power
101. enerally include equitable to Contract adjustments in original Contract price Delivery and Completion Integration of Automation System Works Hardware Page 46 Schedule and any other changes acceptable under the conditions of the Contract 41 2 The Procuring Entity shall amend the Contract incorporating the changes approved in accordance with the Delegation of Financial Power or sub delegation thereof and introduced to the original terms and conditions of the Contract 42 Settlement of 42 1 Amicable Settlement Disputes a The Procuring Entity and the Supplier shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation 42 2 Adjudication a If the Supplier Procuring Entity believe that amicable settlement of dispute is not possible between the two parties the dispute shall be refereed to the Adjudicator within fourteen 14 days of first written correspondence on the matter of disagreement b The Adjudicator named in the PCC is jointly appointed by the parties In case of disagreement between the parties the Appointing Authority designated in the PCC shall appoint the Adjudicator within fourteen 14 days of receipt of a request from either party c The Adjudicator shall give its decision in writing to both parties within twenty eight 28 days of a dispute being referred to it d The Supplier shall make all payments fees and reimbursabl
102. equest or consent required or ons and permitted to be given or made by one party to the other pursuant to the Notices Contract shall be in writing to the addresses specified in the PCC 3 2 A notice shall be effective when delivered or on the notice s effective date whichever is later 3 3 A Party may change its address for notice hereunder by giving the other Party notice of such change to the address 4 Governing 4 1 The Contract shall be governed by and interpreted in accordance with Law the laws of the People s Republic of Bangladesh 5 Governing 5 1 The Contract shall be written in English language Correspondence and Language documents relating to the Contract exchanged by the Supplier and the Procuring Entity may be written in English or Bangla language 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 English language 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 6 Corrupt 6 1 The Government requires that the Procuring Entity as well as the Fraudulent Supplier shall observe the highest standard of ethics during the Collusive or implementation of procurement proceedings and the execution of Coercive contracts under p
103. erly sealed and shall include a copy of the authorisation provided that such written notice including the affidavit is received by the Procuring Entity prior to the deadline for submission of Tenders as stated under ITT Sub Clause 38 1 Tenderers shall not be allowed to retrieve its original Tender but shall be allowed to submit corresponding modification to its original Tender marked as MODIFICATION Tenderers shall not be allowed to retrieve its original Tender but shall be allowed to submit another Tender marked as SUBSTITUTION Tenderers shall be allowed to withdraw its Tender by a Letter of Withdrawal marked as WITHDRAWAL Tender Opening and Evaluation 44 1 44 2 44 3 44 4 Tenders shall be opened immediately after the deadline for submission of Tenders at the primary place as specified in the TDS but not later than ONE HOUR after expiry of the submission deadline at the same primary place unless otherwise stated under ITT Sub Clause 44 2 If submission of Tenders is allowed in more than one location as stated under ITT Sub Clause 38 3 and 38 4 Tenders shall be opened immediately after receipt of Tenders from all the secondary place s at the primary place at the date and time as stated under ITT Sub Clause 44 1 Persons not associated with the Tender may not be allowed to attend the public opening of Tenders Tenderers representatives shall be duly authorised by the Integration of Au
104. ertificates and key material stored on the security appliance by automatically wiping flash memory contents if an asset recovery or password reset procedure occurs Support Packet Capturing for powerful troubleshooting capabilities by providing robust packet capturing facilities on each interface Support for several methods of accessing captured packets including through the console secure Web access or a file exported to a TFTP server Should capable to provide a convenient method for alerting administrators when critical events are encountered by sending e mail alert messages to administrator defined e mail addresses Warranty 3 Year s OEM Warranty amp 3 Year s IPS subscription with Manufacturer s part number should be mentioned 17 Server farm amp DMZ Switch Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand Any International Reputed Brand Model To be mentioned by the bidder Country of Origin USA Form factor Rack Mountable Environmental Maintain International Quality Environmental Safety Standard Quantity Two 02 General Features Should have min 24 x 10 100 1000 Gigabit Ethernet Ports amp 4 x 1 Gigabit SFP uplink ports The switch should have stack option feature The switch should be capable for stack option with minimum 70 Gbps throughput Performance Minimum Switching ba
105. essenseesseeesneeseeesenes 24 65 Adj udicato APP A aNG ADA DARAAN 25 66 4G0nlractSigning aa daan AA aa a 24 67 Publication of Notification of Award of Contract mmmananaanaaanunanananananaunanananunanunaananana 25 68 Debriefing of Tenderers mmnaannamannaaaaaa a 25 69 Right to COM Plain eiecesentescevecereesicsauescevecerteccesethectvedeesucesacebnsteeuceseutescdesstendiewsteesseveerentiy 25 Section 2 Tender Data Sheet ccsseeeeeesseeeeeesseeeeeesseeceesensneeeeesseceesnseeeeeness 26 A GOMOL Al PAA sdavecivabasisedv nnvensasdaatuiuvaduavedavdeutenue 26 B Tender DOCUMENE sacessisisacescssicasvedeisecevecsvaeainedsvcedveduvadaavascueuetatecuaanveccsuseedaarvacusiuiaved evant 26 C Qualification Criteria m aaa 27 D Preparation of Tender Aa a 28 E Submission of Tender aa 29 F Opening and Evaluation of Tender s 2 ccsscceseeeeeseeeseneeeeseeeeseeeeseeeeeseeeeesseeennenes 30 G Award of Contract a 31 Section 3 General Conditions of Contract mmmaannwnaanawnwnaaawanannmawwaaan 32 da lt PDO TIAIL OMS esac AA a aaa kapag steers 32 2 Interpretation GAAN an 33 3 Communications and NOTICES ceceseeeseeseeesseeeeseeseeeseeeseeseeeesseesseeeseeeseenesuesseeeeceeseeeeenes 34 4 GOVERNING kaw m22 aa A E A E E E T 34 5 Goverhing Language AA a 34 6 Corrupt Fraudulent Collusive or Coercive Practices s
106. g Should have Telnet SSH SNMP Remote Monitoring RMON syslog NetFlow SFlow Jflow Should have IPv4 and IPv6 Packet Capture for analysis using an external tool such as Wireshark features for troubleshooting Should have capability to monitor events and take informational corrective or any desired event action when the monitored events occur or when a threshold is reached Integration of Automation system Works Hardware Page 88 Support application performance monitoring Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty should be provided for this unit from the date of successful commissioning 14 Internet Firewall with Application Visibility amp Web Security Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality assurance Brand Any International Reputed Brand Model To be mentioned by the bidder Country of Origin USA Enclosure Type 19 in rack mountable Rail kit Should installed from day one Environmental Maintain International Quality Environmental Safety Standard Quantity One 01 Part No Bidder should submit BOQ of proposed device including the details part numbers Architecture The Firewall should be an appliance based rack mountable firewall Firewall should have content filter like web filter application detection and visibility c
107. g in the least eighty 80 percent of the total number of items in a lot taking into consideration the fractions after the decimal to the nearer digit for Tenders invited on lot by lot basis the methodology for determining the equivalent lot Integration of Automation System Works Hardware Page 9 value as stated under ITT Sub Clause 24 7 shall be to simulate the total price of the lot by adding up the average of the prices quoted by the other responsive Tenderers for the missing items to that lot value to establish its responsiveness and will be used for price comparison as stated under ITT Sub Clause 52 2 c 24 9 Tenderers not quoting price for the item as specified in the TDS shall be considered non responsive even if it complies with the requirements stated under ITT Sub Clause 24 7 and 24 8 24 10 The price to be quoted in Tender Submission Letter Form PG3 1 shall be the total price of the Tender excluding any discounts offered 24 11 Tenderers shall quote any unconditional discounts and the methodology for application of that discount in the Tender Submission Letter as stated under ITT Sub Clause 24 12 24 12 Tenderers wishing to offer any unconditional discount for the award of more than one lot shall specify the discount applicable to each lot or alternatively to any combination of lots within the package in their Tender Discounts will be submitted as stated under ITT Sub Clause 24 11 provided the Tenders
108. g to all those who purchased the Tender document and to even those who did not attend the meeting Any revision to the Tender Document listed in ITT Sub Clause 8 1 that may become necessary as a result of the pre Tender meeting will be made by the Procuring Entity exclusively through the issue of an Addendum pursuant to ITT Sub Clause 11 and not through the minutes of the pre Tender meeting Non attendance at the pre Tender meeting will not be a cause for disqualification of a Tenderer At any time prior to the deadline for submission of Tenders the Procuring Entity on its own initiative or in response to a clarification request in writing from a Tenderer having purchased the Tender Document or as a result of a pre Tender meeting may revise the Tender Document by issuing an Addendum The Addendum issued under ITT Sub Clause 11 1 shall become an integral part of the Tender Document and shall have a date and an issue number and shall be circulated by fax mail or e mail to Tenderers who have purchased the Tender Documents within five 5 working days of issuance of such Addendum to enable Tenderers to take appropriate action The Procuring Entity shall also ensure posting of the relevant addenda with the reference number and date on their websites Integration of Automation System Works Hardware Page 5 including notice boards where the Procuring Entity had originally posted the IFTs 11 4 To give a prospective Tenderer reas
109. h it shall be executed the edition or the revised version of such codes and standards shall be those specified in the Technical Specification During Contract execution any changes in any such codes and standards shall be applied only after approval by the Procuring Entity and shall be treated under GCC Clause 18 30 Inspections 30 1 The Procuring Entity shall have the right to test the Goods to confirm and Tests their conformity to the Contract specifications The PCC and Technical specifications shall specify what tests the Procuring Entity requires and where they are to be conducted The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such tests of the Goods and related services as are specified in the Contract 30 2 The Supplier shall provide the Procuring Entity with a report of the results of any such test 30 3 The Procuring Entity may engage external agents for the purpose of conducting inspection of Goods provided that the Procuring Entity shall bear all of its costs and expenses 30 4 The Procuring Entity or its designated representative as specified shall be entitled to attend the tests and or inspections under GCC Clause 30 1 provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance 30 5 Whenever the Supplier is ready to carry out any such test and inspection it shall give a reasonable advance notice including the place
110. he acceptance of the Tender by the Procuring Entity b the price at which the contract is awarded c the amount of the Performance Security and its format d the date and time within which the Performance Security shall be furnished and e the date and time within which the contract shall be signed The NOA shall be accepted in writing by the successful Tenderer within seven 7 working days from the date of its issuance In the event the Tenders were invited for one 1 or more items on an item by item basis contract s will comprise the corresponding item s awarded to the successful Tenderer s and Contract s will be signed per each of the successful Tenderer s covering the corresponding item s In the event the Tenders were invited for a single lot contract will comprise the corresponding items in the lot awarded to the successful Tenderer and Contract will be signed with the successful Tenderer of the lot covering the item s In the event the Tenders were invited for a number of lots on a lot by lot basis contracts will comprise the corresponding items in a lot awarded to the successful Tenderer s and Contract s will be signed per each of the successful Tenderer s per lot covering the corresponding item s Until a formal contract is signed the NOA shall constitute a Integration of Automation System Works Hardware Page 23 62 Performance Security 63 Form and Time Limi
111. he buyer by reasonable observation A latent defect is hidden or one that is not immediately determinable ii For example a ball pen that writes 0 75 km instead of the expected 1 5 km has a latent defect Integration of Automation System Works Hardware Page 40 28 6 If the Supplier having been notified fails to remedy the defect s within the period as stated under GCC Sub Clause 31 7 the Procuring Entity may proceed to call upon the security without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law 29 Specifications 29 1 The Goods and related services supplied under this Contract shall and conform to the technical specifications and standards mentioned in Standards Section 7 Technical Specification and in Section 8 Drawings if any 29 2 If there is no applicable standard the Goods must conform to the authoritative standards appropriate to the Good s country of origin Such standards must be the latest issued by the concerned institution 29 3 Subject to the GCC Clause 18 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 Procuring Entity by giving a notice of such disclaimer to the Procuring Entity 29 4 Wherever references are made in the Contract to codes and standards in accordance with whic
112. he contract does not contain any rate applicable to the additional items then suitable prices shall be mutually agreed upon between the parties based on prevailing market prices and also the Delivery and Completion Schedule 19 2 Ilf any change under GCC Sub Clause 18 2 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 and Completion Schedule or both as applicable 20 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 and in accordance with existing industry standards 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 20 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 as stated under GCC Sub Clause 20 1 including additional requirements if any specified in the PCC and in any subsequent instructions ordered by th
113. hine SL No Tag No Shown in BIOS setup Hard Disk Drive Minimum 1 x 500GB SATA 7200 RPM Audio 1 x Optical S PDIF out 3 x Audio Jack s Line in Mic in Speaker out Speaker Minimum 2 x 2 W integrated speaker I O Ports amp Interfaces Minimum 2 X USB3 0 4 X USB2 0 Ports 1 X Integrated Display VGA amp 1 X HDMI ports Network Card Integrated Gigabit Ethernet Card with RJ 45 interface Graphics Integrated Intel HD Graphics 4400 Wi FI In Built with 802 11 ac Bluetooth In Built Card Reader Minimum 2 in 1 Card Reader Keyboard Same Brand Original Wireless Keyboard Mouse Same Brand Original Wireless Mouse Web storage Minimum 30 GB web storage provided by manufacturer for minimum 3 years Vesa mounting Kit Yes Others 1 x Kensington Lock Monitor Min 18 5 LCD LED Color monitor Same Brand as System Unit Warranty period 3 Years full warranty with parts amp labor Certification ISO Certificate required Operating System Free Dos 2 Barcode Scanner Item Description Brand Required Specification Any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country Of Origin To be mentioned by the bidder Scan rate 300 scan per second Microprocessor 32 bit Depth of field 35 200mm Light source 650NM Indicators LED Three color LED System Interface Keyboard RS 232 USB USB Virtual com W
114. hing from one replication mode to another mode Storage should deliver minimum 140000 IOPS Should deliver sustained throughput of 6000 MB S Non Distruptive controller fitmware upgrade Licensing All the licenses on the storage system must be provided for an entire capacity supported by the system from day one Upgradeability Investment The proposed system should be field upgradeable to a higher model in the family through data in place upgrades without requiring forklift Protection upgrade and without requiring replacement of the disk shelves Easy to use GUI based and web enabled administration interface for Management configuration storage management Storage management alerting and reporting tools also should be bundled with the storage OS support Support for industry leading Operating System platforms including LINUX UNIX Microsoft Windows Remote Diagnostics The proposed system should support Web based Email facility for remote service amp also support dial in dial out to report errors and warnings Warranty 3 years warranty should be offered with Auto Support directly from OEM Integration of Automation system Works Hardware Page 108 23 Category 6 UTP Cable Qty 35 Box Required Specification Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder General Specifications Suitable Applicat
115. hout dropping any traffic There should not be any impact on the performance in the event of active processing engine failure Ensure 1 1 power supply redundancy protection mechanism Integration of Automation system Works Hardware Page 125 Section 8 Drawings Network Diagram Page 126 Integration of Automation system Works Hardware
116. ications submitted by the Tenderer as stated under ITT Clause 26 and 28 clarifications as stated under ITT Clause 49 and the qualification criteria as stated under ITT Clause 12 13 14 and 15 Factors not included therein shall not be used in the evaluation of the Tenderer s qualification 55 2 An affirmative determination shall be a prerequisite for award of the Contract to the Tenderer A negative determination shall result in rejection of the Tenderer s tender in which event the TEC shall proceed to the next lowest evaluated tender to make a similar determination of that Tenderer s capabilities to perform Integration of Automation System Works Hardware Page 21 56 Procuring Entity s Right to Accept any or to Reject Any or All Tenders 57 Rejection of All Tenders 58 Informing Reasons for Rejection 59 Award Criteria 55 3 56 1 57 1 57 2 57 3 58 1 59 1 the Contract satisfactorily if awarded TEC may verify information contained in the Tender by visiting the premises of the Tenderer as a part of the post qualification process if practical and appropriate The Procuring Entity reserves the right to accept any Tender or to reject any or all the Tenders any time prior to contract award and to annul the Procurement proceedings with prior approval of the Head of the Procuring Entity any time prior to the deadline for submission of Tenders following specified procedures without thereby
117. imes use all reasonable endeavours to minimise Minimise any delay in the performance of the Contract as a result of Force Delay Majeure 38 2 A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure 39 Consequenc 39 1 The Supplier shall not be liable for forfeiture of its security liquidated es of Force damages or termination for default if and to the extent that it s delay Majeure in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure 39 2 The Procuring Entity may suspend the delivery or contract implementation wholly or partly by written order for a certain period of time as it deems necessary due to Force Majeure as defined in the Contract 39 3 Delivery shall be made either upon the lifting or the expiration of the suspension order However if the Procuring Entity terminates the contract as stated under GCC Clause 40 resumption of delivery cannot be done 39 4 After receiving notice under GCC Sub Clause 37 1 the Procuring Entity shall proceed to determine these matters under the provisions of the Contract 40 Termination Termination for Default 40 1 The Procuring Entity without prejudice to any other remedy for breact of Contract by giving twenty eight 28 days written notice of defauli 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 Good
118. incurring any liability to Tenderers or any obligations to inform the Tenderers of the grounds for the Procuring Entity s action The Procuring Entity may in the circumstances as stated under ITT Sub Clause 57 2 reject all Tenders following recommendations from the TEC only after the approval of such recommendations by the Head of the Procuring Entity All Tenders can be rejected if a the price of the lowest evaluated Tender exceeds the official estimated cost provided the estimate is realistic or b there is evidence of lack of effective competition such as non participation by a number of potential Tenderers or c the Tenderers are unable to propose completion of the delivery within the stipulated time in its offer though the stipulated time is reasonable and realistic or d all Tenders are non responsive or e evidence of professional misconduct affecting seriously the Procurement process is established pursuant to Rule 127 of the Public Procurement Rules 2008 Notwithstanding anything contained in ITT Sub Clause 57 2 Tenders may not be rejected if the lowest evaluated price is in conformity with the market price Notice of the rejection will be given promptly within seven 7 working days of decision taken by the Procuring Entity to all Tenderers and the Procuring Entity will upon receipt of a written request communicate to any Tenderer the reason s for its rejection but is not required to justify those r
119. ine of Credit will be maintained by us until issuance of Acceptance Certificate by the Procuring Entity In witness whereof authorised representative of the Bank has hereunto signed and sealed this Letter of Commitment Signature Signature Integration of Automation system Works Hardware Page 68 Notification of Award Form PG3 9 Contract No Date To Name of Contractor This is to notify you that your Tender dated insert date for the supply of Goods and related Services for name of contract for the Contract Price of Tk state amount in figures and in words as corrected and modified in accordance with the Instructions to Tenderers has been approved by name of Procuring Entity You are thus requested to take following actions i accept in writing the Notification of Award within seven 7 working days of its issuance pursuant to ITT Sub Clause 61 3 ii furnish a Performance Security in the specified format and in the amount of Tk state amount in figures and words within fourteen 14 days of acceptance of this Notification of Award but not later than specify date in accordance with ITT Clause 63 2 iii sign the Contract within twenty eight 28 days of issuance of this Notification of Award but not later than specify date in accordance with ITT Clause 66 2 You may proceed with the execution of the supply of Goods and related Services only upon completion of the above tasks You may also pleas
120. ing the Procuring Entity for a decision upon the effect of a Variation Orders or Repeat Orders or Order for Additional Delivery and submitting full supporting information If the Supplier has failed to give early warning of a delay or has failed to cooperate in dealing with a delay the delay by this failure shall not be considered in assessing the extension of the Delivery and Completion Schedule 32 4 The Procuring Entity may extend the Delivery and Completion Schedule by twenty 20 percent of the original Contract time as stated under GCC Sub Clause 32 1 if a Variation Orders Repeat Orders or Order for Additional Delivery issued which does not make it possible to complete the delivery of the Goods by the Delivery and Completion Schedule without incurring additional cost 32 5 In the case an extension of the Delivery and Completion Schedule required under GCC Sub Clause 32 3 is or will be more than twenty 20 percent of the original Contract time approval of the Head of the Procuring Entity or an officer authorized by him or her for the same shall be required to be obtained 32 6 Except in case of Force Majeure as provided under GCC Clause 36 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 33 unless an extension of the Delivery and Completion Schedule is agreed upon pursuant to GCC Clause 32 33 Liquid
121. ions DHCP Server client DNS Relay Agent DDNS support UPnP Universal Plug and Play PPP Auto Reconnect ALG for SIP FTP TFTP H323 IRC PPTP and RTSP IPSec VPN Internet Control Website Filtering amp Application Filtering Identity based Internet Access Block offensive and inappropriate websites and applications Different Level of Internet Access Website and Application Control provide scheduled Access to Website categories and applications Customize usage with Internet controls Customize the Access privileges for each user based on needs MAC Address white list Security Features Firewall with SPI Stateful Packet Inspection IP Sharing Method Network Address Translation NAT Integration of Automation system Works Hardware Page 84 Intrusion Prevention System IPS Authentication protocols PAP CHAP TCP IP Port filtering rules Port Forwarding Packet and MAC Address filtering Access Control Management User friendly Web Interface Password Protected System Management Automatic System clock synchronization with NTP Server Configuration backup and restoration Software upgrade via HTTP NetGenie DDNS TR 069 Support Should support Cable Internet 3G modem NCMS NetGenie s On Cloud Management Reports Monitor web and application activity of each office user over Internet
122. ions Premise Horizontal Cable Gigabit Ethernet 100BaseTX 100BaseVG ANYLAN 155ATM 622ATM NTSC PAL Component or Composite Video AES EBU Digital Video RS 422 250MHz Category 6 Cable Type U UTP unshielded Pairs quantity 4 Conductor Gauge singles 23 AWG Conductor Material Bare Copper Conductors quantity 8 Environmental Space Non plenum Outer Jacket Materials PVC UL Flame Test UL 1685 UL Loading TIA EIA Specification 568 B 2 Category 6 Operating Temp 20 Deg to 75 Deg ROHS Compliance Yes Box Length 305 Meter or 1000 ft 24 Face Plate for Modular Qty 200 Pcs Required Specifications Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder Modular Shuttered Dual port Faceplate white General Specifications Color White Mount Type Flush Product Type European 6C Style faceplates Application Compatible with offered Modular Should supplied required MK Box with Face Plate 25 Cat6 I O Modular Qty 200 Pcs Required Specification Brand To be Mention by the bidder Country of Origin USA Part To be Mention by the bidder ANSI TIA Category 6 Bandwidth 300 MHz Data Rate 4 8 Gb s Current Rating 1 5A Max Dielectric Strength 1 000 V RMS Insulation Resistance 200 M Ohms Min Contact Resistance 1 M Ohms Min Integration of Automation system Works Hardware Pag
123. itch port auto recovery to automatically re enable a link that is disabled because of a network error Support Automatic media dependent interface crossover automatically Basic L3 Feature Basic IP unicast routing protocols static RIPv1 and RIPv2 RIPng Supportfor IPv4 unicast routing protocols like OSPF BGPv4 and IS ISv4 in future if required Support for IPv6 routing protocols like OSPF v3 in future if required Support IPv6 features in hardware Support for Protocol Independent Multicast PIM for IP multicast routing PIM sparse mode PIM SM PIM dense mode PIM DM PIM sparse dense mode and Source Specific Multicast SSM in future if required Support Protocol Independent Multicast PIM for IP Multicast routing including PIM sparse mode PIM SM PIM dense mode PIM DM and PIM sparse dense mode Support for Multicast VLAN registration MVR to continuously send multicast streams in a multicast VLAN while isolating the streams from subscriber VLANs for bandwidth and security reasons QoS Features Support 802 1p CoS and DSCP field classification marking and re classification based on per packet by source and destination IP address MAC address or Layer 4 TCP UDP port number Support Control plane and data plane QoS ACLs for security and threat mitigation Support Weighted tail drop WTD to provide congestion avoidance Support Eight egress queues per port Support
124. ize 1 1 5 WATER QUALITY PIPE PVC Flexible Pipe and Plastic channel 1 1 5 inch dia PVC white colored Plastic channel 1 2 1 5 2 inch dia RFT RFT RFT 1500 1300 1300 Accessories Cable Tie Screw GI wire Royal Plug Royal Set Node Installation UTP with required accessories 200 UTP for Wifi Qty 253 and access control Qty 38 with required accessories 291 Termination of 42 Node Installation Fiber Splicing 110 Fiber Cable Laying 1500 ka JUL Integration of Automation System Works Hardware Page 62 Monitor for Server Pcs 1 Room 46 Online UPS 10 KVA Pcs 1 47 Auto Fire Detection amp Set 1 Suppression System 48 Raised Floor for Sq Ft 100 Server Room 49 Electrical Goods Set 1 lighting etc for erver Room Access Switch Type 2 Pcs 24 OS for Server Pcs 5 Microsoft Windows Server 2012 52 Database Microsoft Pcs 1 SQL Server 2012 Total Quoted AMOUNT TK ccssseesesseeeeeesssnnnnccceceeseseensneceeeeeeeseesennnnees Total Quoted AMOUNT in WOMKS 2 ccceeeeessssseeseeeeeseeeesseeeeeeeeeseensnsneoeooeseeeeessnaaascaaaeeseeeeneeseeaeaaees Note 1 All unit rates and prices quoted by the Tenderers against each basic item or activity shall include the Tenderer s profit overheads VAT and all other charges including corresponding i
125. jatan Motel Rajshahi 1 Parjatan Motel Rangpur 1 Parjatan Motel Dinajpur 1 Note 7 Delivery and installation of the Interactive Board should be made to the following points according to the given quantity Head office 8 Note 8 Delivery and installation of the Laptops should be made to the following points according to the given quantity Head office 16 Hotel Shaibal Cox s Bazar 1 Note 9 Delivery and installation of the Scanners should be made to the following points according to the given quantity Head office 12 Duty free shops in Dhaka Chittagong and Sylhet 3 all the hotels 25 Note 10 Delivery and installation of the wi fi routers should be made to the following points according to the given quantity Hotel Abakash Dhaka 10 Joy restaurant Savar 6 Parjatan Motel Bogra 16 Parjatan motel Rajshahi 20 Parjatan motel Rangpur 16 Parjatan motel Dinajpur 16 hotel Pashur Mongla Bagerhat 12 Mptel Shaikat Chittagong 30 Parjatan Holliday Complex Rangamati 26 Motel Probal Cox s Bazar 10 Motel Upal Cox s Bazar 10 Hotel Shaibal Cox s Bazar 12 Parjatan Holiday Homes Kuakata 25 Hotel Madhumoti Tungipara 10 Hotel Ne Taung Teknaf 8 Parjatan Motel Khagrachori 12 Parjatan motel Benapole 12 Parjatan restaurant Madhobkunda 2 Note 11 Delivery and installation of the access control devices should be made to the following points according to the given quantity Head office 4 Duty free shops 10 all the hotels 24
126. ket capturing facilities on each interface Support for several methods of accessing captured packets including through the console secure Web access or a file exported to a TFTP server Should capable to provide a convenient method for alerting administrators when critical events are encountered by sending e mail alert messages to administrator defined e mail addresses Warranty Mentioning manufacturer warranty part number should be quoted Application Visibility Web security license should be 3 years Minimum Three 03 year warranty should be provided for this unit from the date of successful commissioning Integration of Automation system Works Hardware Page 91 15 Core Switch Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality Assurance Brand To be mentioned by the bidder Model To be mentioned by the bidder Country of Origin USA Quantity One 01 Enclosure Type Rack mountable Chassis Environmental Maintain International Quality Environmental Safety Standard Part No Bidder should submit BOQ of proposed device including the details part numbers General The switch should have minimum 24 x 10 100 1000 SFP Ports Features and4 x 1 Gigabit Ethernet SFP uplink ports The switch should have minimum 4 SFP ports uplinks from day one Switch should have stacking feature with 60 Gbps stack throughput
127. ket ordering Support SYN detection and protection for both targets and IPS devices Support detection for Port Scan including full connect SYN stealth FIN stealth and UDP scans Support built in custom signature tool to add copy and modify existing signatures Application Control Features Device should have 3 years Application Visibility amp Web security license included from day one Device should support Granular Application User and Device Control mechanism Device can blocks port and protocol hopping applications such as Skype and other peer to peer applications Device can identify 1100 applications and 140 000 micro applications for granular control on application Device can Support at least 75 URL categories amp More than 19 million URLs categorized Device can control users by identifying user locations or type of device being used by users Device can integrate with Active Directory LDAP Kerberos Device should support URL filtering to granular control of web traffic Integration of Automation system Works Hardware Page 90 Device should have threat intelligence inputs for near real time protection from zero day malware protection Device should have Layer 7 context aware policies and stateful firewall features Support central management to management of context aware firewalls policies Management Features Support for Built in Management
128. l VPN dynamic multipoint VPN access control lists ACLs deployment and management Support device level support for ACLs Routing Information Protocol RIP OSPF static routes Ethernet interfaces and Network Address Translation NAT configuration Support reports to use to monitor the system and network health as well as troubleshoot problems Support AAA for local RADIUS or Single Sign on options support Role based access control Support workflows and tools to help administrators assess service disruptions receive notices about performance degradation research resolutions and take action to remedy non optimal situations Manufacturer part Bidder should submit BOQ of proposed software including the details part number numbers and Manufacturer Warranty Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty Software Update amp upgradation should be provided for this unit from the date of successful commissioning 21 Bandwidth Controller Features Specifications Quality Product or OEM should be ISO 9001 2000 Certified Brand To be mentioned by the bidder Model To be mentioned by the bidder Country of Origin To be mentioned by the bidder Quantity One 01 Architecture Proposed solutions should be appliance based solutions with inbuilt HDD for storage of Logs amp reports Hardware platform must be
129. l law as stated under ITT Sub Clause 5 9 in case of government owned entity and l any other document as specified in the TDS Tenderers shall submit the Tender Submission Letter Form Integration of Automation System Works Hardware Page 8 Submission Letter and Price Schedule 23 Alternatives 24 Tender Prices and Discounts 22 2 22 3 23 1 23 2 24 1 24 2 24 3 24 4 24 5 24 6 PG3 1 which shall be completed without any alterations to its format filling in all blank spaces with the information requested failing which the Tender may be rejected as being incomplete Tenderers shall submit the priced Schedule using the form s furnished in Section 5 Price Schedule If in preparing its Tender the Tenderer has made errors in the unit rate or the total price and wishes to correct such errors prior to submission of its Tender it may do so but shall ensure that each correction is initialled by the authorised person of the Tenderer Unless otherwise stated in the TDS Technical alternatives shall not be considered Only the technical alternatives if any of the lowest evaluated Tenderer conforming to the basic technical requirements will be considered by the Procuring Entity The prices and discounts quoted by the Tenderer in the Tender Submission Letter Form PG3 1 and in the Price Schedule Form PG3 4A and PG3 4B shall conform to the requirements specified below Tenderers sh
130. lements to Clauses in the General Conditions of Contract GCC 1 1 n The Procuring Entity is Bangladesh Parjatan Corporation GCC 1 1 s The site s point s of delivery is are Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka All the DFO s and all the hotels motels as directed by the authority GCC 3 1 For notices the Procuring Entity s contact details shall be Attention Program Director IAS Program Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 For notices the Supplier s contact details shall be Attention Address Telephone Facsimile number Electronic mail address GCC 7 1 i The following documents shall also be part of the Contract Finalized bill of quantity GCC 8 1 The Scope of Supply shall be defined in Section 6 Schedule of Requirements GCC 10 The Supplier or the Subcontractor that is a national of or registered in the following countries are not eligible Israel Goods and related services to be supplied shall not have their origin in the following countries Israel GCC 20 2 The packing marking and documentation inside and outside the packages shall be The outer packing may be clearly marked on at least four slides as follows Integration of Automation System Works Hardware Page 48 Name and address of Procuring Entity Name of the Supplier Contract Descripti
131. ling software Color display with 24 bit color output capability 512 MB RAM or more Mac computer Intel CPU with built in USB port Mac OS X 10 3 10 6 Inbox Contents Scanner unit Hi Speed USB cable USB 2 0 Power adaptor Integration of Automation system Works Hardware Page 83 Software CD s User s manual s 9 Wi fi Router Features Specifications 4 Features Certification Quality Product or OEM should have following certification ISO 9001 2000 ITIL Compliance FCC CE norms ROHS etc Please provide certificate Brand Internationally Reputed Brand Model To be mentioned by the bidder Country of Origin To be mentioned by the bidder Power Supply External Power Adapter Interfaces 4x 10 100 LAN Ports RJ45 MDI MDIX 1x USB Port 2 0 Host Wireless Features 4 Performance Wireless Standard IEEE 802 11 b g n Antenna Power External 3 dBi Wireless Transmit Power 20dBm Access Points Multiple SSID up to 4 WPA WPA2 WEP encryption Data Rate Upto 300 Mbps Number of selectable channels 11 Channels US Canada 13 Channels Europe 14 Channels Japan RF Operating Frequency 2 4 Ghz Range Indoor up to 100 meters Outdoor up to 300 meters Network Protocols Static IP Network Address Translation NAT Port Forwarding NAT Application Level Gateway for popular applicat
132. m Qty 100 sq ft Features Specifications Brand Any International Reputed Brand Model Please mention Country of Origin Please mention General Specification HPL Panel FS 800 FS Panels combine and advanced steel panel design consisting of uniformly drawn cups with a newly formulated cementitious core Breadth Size 600 mm x 600mm Panel Thickness 35mm Finished Floor Height FFH 300 450mm Concentrated Load 800lbs Pedestal Stringer and fasteners amp other materials will be in accordance to match for the above Integration of Automation system Works Hardware Page 119 Systematically anti static Fire proof Damp proof Support heavy load easy to install disassembly and interchange using term Difficult to be dirty easy to clean decorative appearance and durable With one Panel Lifter Double Cup Suction Type 48 Electrical Goods lighting etc for Server Room Qty 1 Set Features Specifications Brand Any International Reputed Brand Model Please mention Quantity 1 Set General Specification Item Description of Items QTY UoM Controlling Equipment Distribution Box DB Box with BUS BAR Sheet steel fabricated Powder coated wall mounting tropicalized design As required indoor type low tension switchge
133. manufacturing processing or assembling another commercially recognized new product results that differs substantially in its basic characteristics from its components 6 3 7 1 8 1 8 2 8 3 9 1 The origin of Goods and related services is distinct from the nationality of the Tenderer The costs of visiting the Site shall be at the Tenderer s own expense B Tender Document The Sections comprising the Tender Document are listed below and should be read in conjunction with any addendum issued under ITT Clause 11 Section1 Instructions to Tenderers ITT Section2 Tender Data Sheet TDS Section3 General Conditions of Contract GCC Section4 Particular Conditions of Contract PCC Section5 Tender and Contract Forms Section 6 Schedule of Requirements Section7 Technical Specifications e Section8 Drawings The Procuring Entity is not responsible for the completeness of the Tender Document and their addenda if these were not purchased directly from the Procuring Entity or through its agent as specified in the TDS Tenderers are expected to examine all instructions forms terms and specifications in the Tender Document as well as in addendum to Tender if any A prospective Tenderer requiring any clarification of the Tender Document shall contact the Procuring Entity in writing at the Integration of Automation System Works Hardware Page 4 Documents 9 2 9 3 9 4 9 5 10 Pre Tender 10 1 Meeting
134. minimum 70 Mpps MTU Minimum 9198 bytes Jumbo Frame 9216 bytes Switch should optionally support stacking of multiple switches with single management IP address Layer 2 Features Supported RFC IEEE 802 1p IEEE 802 1Q IEEE 802 1ab IEEE 802 1X IEEE 802 1w IEEE 802 3ad IEEE 802 3ah IEEE 802 3x IEEE 802 3u IEEE 802 3ab IEEE 802 3z Support port Auto negotiation MDIX LACP UDLD Support IGMP Snooping for IPv4 and IPv6 MLD v1 and v2 Support Remote Switch Port Analyzer RSPAN IEEE 802 1Q VLAN encapsulation Upto 1000 VLANs should be supported Support for 4000 VLAN IDs Integration of Automation system Works Hardware Page 99 Network security 802 1X Features Flexible Authentication 802 1x Monitor Mode and features RADIUS Change of Authorization Support IPv6 First Hop Security for protecting against rogue router advertisements address spoofing fake DHCP replies and other risks in IPv6 technology Support Port Security Dynamic ARP Inspection and IP Source Guard Support Private VLANs Private VLAN Edge Spanning Tree Root Guard STRG Bridge protocol data unit BPDU Guard IGMP filtering Support Unicast Reverse Path Forwarding RPF Support Multidomain Authentication RADIUS authentication and Multilevel security on console access Support Access Control Lists for Pv6 and IPv4 for security and QoS Support VLAN ACLs Router ACLs Port based ACLs Sup
135. n ISO Certificate required Operating System Free Dos 8 Scanner Item Description Required Specification Brand Any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country Of Origin To be mentioned by the bidder Scanner Type Desktop color flatbed scanner Image Sensor Type CCD Resolution 2400 x 4800 dpi Light Source CCFL Scanning Area Reflective 8 5 x 11 7 216 x 297 mm Scanning Speed 7ms line at 600 dpi 10ms line at 1200 dpi 12ms line at 2400 dpi Bit Depth 48 bit internal Paper Size A4 Connectivity Hi Speed USB USB 2 0 Drivers TWAIN Smart Touch Buttons 7 buttons Scan Copy Email OCR Scan to web Setup Cancel Custom Scanable Media Types Reflective Supported File Types TIF BMP EPS JPG PSD IFF PCX PXR TGA WMF PDF SCT GIF Supported Film Types 135 mm film strip 35 mm slide framed OS Support Windows 2000 XP Vista Windows 7 Mac OS X 10 3 10 6 Dimensions L x W x H 483 x 294 x 60 mm Weight 5 7 lbs 2 6 kg Power Source DC 12V 1 25A Power Consumption 15 Watts System Requirements PC CD ROM drive for installing software Color display with 24 bit color output capability 512 MB RAM or more Pentium IV PC or higher with USB 2 0 port Microsoft Windows 2000 XP Vista Windows 7 System Requirements MAC CD ROM drive for instal
136. nananaaansasasasasasaaannna 13 33 Return of Tender Security naaa GRANT NANANG 13 34 Forfeiture of Tender Security 13 35 Format and Signing Of Tender sssecssessseseeessesseesseeeseeesseesseessneeseesseessseesseeeseeeseeeeeees 13 E Tender SUBMISSION v scesisisscsvecssesetssieieneveeasacrdioeerecsvansevaiaianniansedasvdecceudedsagriaaransedvaniuecss 14 36 Sealing Marking and Submission Of Tender scesceseeseresenesseeeseeeseesssensseesseeeseesseeeeees 14 37 Deadline for Submission Of tenders sscsecceeeeeeeeseeeeseeeeeseeeeeeeenseeeeeseeeeeeeeeeeaeeenseeeenseeeess 14 38 Late TONG ka AGA AA AN 15 39 Modification Substitution or Withdrawal of Tenders m munanunanunanunaanunanananunanuuaanun0na 15 40 Tender Modification vse mgA RA AA 15 41 Tehder Substitution 212 a aNG ARAL A RG NAGANA a 15 42 Withdrawal Of Tandem anna 15 F Tender Opening and Evaluation cccseeccsseeesseeeeseeeeeeeeeesneeeeseeeeseeeeeseeeeeeseeesneees 15 43 ender pening saa ANA T 15 44 Evaluation of Tenders nassanamananaanaaanaaANABNAN NANANA AANAANAANANNANAANANNAANANNN KAANAK KANAN KKAKAKKKNAANAAN 16 45 Evaluation PrOCOSS iecscy ceccseccesctesecesueccecctestescerguestdccecutesdecsuiecceesebuesdessuarsdeeehivdeauescetebeeevee 17 46 Preliminary Examination mm aaa 17 47 Technical Examinations and Responsiveness mmmnamanananamanaanunanananannaaunanananananann0a 17 48 Clarification ON Tender
137. nary 47 1 TEC shall examine the Tenders to confirm that all documentation Examination as stated under ITT Clause 21 has been provided to determine the completeness of each document submitted 47 2 TEC shall confirm that the following documents and information have been provided in the tender If any of these documents or information is missing the offer shall be rejected a Tender Submission Letter b Priced Schedule c Written confirmation authorizing the signatory of the Tender to commit the Tenderer and d Valid Tender Security 48 Technical 48 1 TEC s determination of a Tender s responsiveness is to be based Examinations on the contents of the Tender itself without recourse to extrinsic and evidence Responsiveness 48 2 A responsive Tender is one that conforms in all respects to the requirements of the Tender Document without material deviation reservation or omission A material deviation reservation or omission is one that a affects in any substantial way the scope quality or performance of the Goods and related services specified in the Contract or b limits in any substantial way or is inconsistent with the Tender Documents the Procuring Entity s rights or the Tenderer s obligations under the Contract or c if rectified would unfairly affect the competitive position of other Tenderers presenting responsive tenders During the evaluation of Tenders the following definitions shall apply
138. ncidental service charges and premiums for banking and insurances as applicable and shall be the delivered price in final destination or at point of delivery and thus forth the total Tender Price quoted by the Tenderers Note 2 Tenderer will complete these columns as appropriate following the details specified in Section 6 Schedule of Requirements Signature insert signature of authorised representative of the Tenderer Name insert full name of signatory with National ID In the capacity of insert designation of signatory Duly authorised to sign the Tender for and on behalf of the Tenderer Integration of Automation System Works Hardware Page 63 Specifications Submission and Compliance Sheet Form PG3 5 Invitation for Tender 30 015 014 28 00 006 2014 Part 1 Date No Tender Package Package enter description No Description as specified in Section 6 Item Name of Goods Country Make and Full Technical Specifications and No or Belated Servi e of l Model when Standards Origin applicable 1 2 3 4 5 FOR GOODS Note 1 FOR RELATED SERVICES The Tenderer should complete all the columns as required Signature insert signature of authorised representative of the Tenderer Name insert full name of signatory with National ID In the capacity of insert designation of signatory Duly authorised to sign the Tender fo
139. nderer for delivery of Goods and Related Services to the Procuring Entity in response to an Invitation for Tender The Procuring Entity has been allocated public funds from the source as indicated in the TDS and intends to apply a portion of the funds to eligible payments under the contract for which this Tender Document is issued For the purpose of this provision public funds means any funds allocated to the Procuring Entity under Government budget or loan grants and credits placed at the disposal of the Procuring Entity through the Government by the development partners or foreign states or organizations Payments by the development partner if so indicated in the TDS will be made only at the request of the Government and upon approval by the development partner in accordance with the applicable Loan Credit Grant Agreement and will be subject in all respects to the terms and conditions of that Integration of Automation System Works Hardware Page 1 4 Corrupt Fraudulent Collusive or Coercive Practices 4 1 4 2 4 3 4 4 Agreement The Government requires that the Procuring Entity as well as the Tenderers shall observe the highest standard of ethics during implementation of procurement proceedings and the execution of Contracts under public funds For the purposes of ITT Sub Clause 4 3 the terms set forth below as follows a corrupt practice means offering giving or promising to give
140. ndwidth minimum 200 Gbps Minimum Forwarding bandwidth minimum 100 Gbps Integration of Automation system Works Hardware Page 97 Forwarding rate 64 Byte L3 Packets minimum 70 Mpps MTU Minimum 9198 bytes Jumbo Frame 9216 bytes Switch should optionally support stacking of multiple switches with single management IP address Layer 2 Features Supported RFC IEEE 802 1p IEEE 802 1Q IEEE 802 1ab IEEE 802 1X IEEE 802 1w IEEE 802 3ad IEEE 802 3ah IEEE 802 3x IEEE 802 3u IEEE 802 3ab IEEE 802 3z Support port Auto negotiation MDIX LACP UDLD Support IGMP Snooping for IPv4 and IPv6 MLD v1 and v2 Support Remote Switch Port Analyzer RSPAN IEEE 802 1Q VLAN encapsulation Upto 1000 VLANs should be supported Support for 4000 VLAN IDs Network security features 802 1X Features Flexible Authentication 802 1x Monitor Mode and RADIUS Change of Authorization Support IPv6 First Hop Security for protecting against rogue router advertisements address spoofing fake DHCP replies and other risks in IPv6 technology Support Port Security Dynamic ARP Inspection and IP Source Guard Support Private VLANs Private VLAN Edge Spanning Tree Root Guard STRG Bridge protocol data unit BPDU Guard IGMP filtering Support Unicast Reverse Path Forwarding RPF Support Multidomain Authentication RADIUS authentication and Multilevel security on console
141. neer for cabling Product One Certified Engineer for Bandwidth Controller Product offered on this tender Valid certificate should be submitted with tender documents Bidder must submit CV s of technical resources with responsibility matrix Active product Warranty information with Manufacturer s Part No either in documents Website should be providing by Bidder Implementation plan Gantt chart should be provided with the Tender documents The minimum supply and or production capacity of Goods is are None The minimum amount of liquid assets i e working capital or credit line s of the Tenderer shall be Tk 70 Lacs Integration of Automation System Works Hardware Page 27 D Preparation of Tender ITT 21 1 l The Tenderer shall submit with its Tender the following additional documents Product s supplied under this contract Manufacturer s Country of origin must be certified by the Manufacturer otherwise the Bidder will be technically disqualified The bidder shall be a certified partner distributor of the IT peripherals being supplied under the contract Distributorship partnership Certificates should accompanied with Tender document ITT 23 1 Alternatives will not be permitted ITT 24 3 Tenders are being invited for a single lot ITT 24 9 The price for the following particular item must be quoted by the Tenderers None ITT 28 1 e The required information regarding claims under litigation shall be current
142. ns to Tenderers 1 Scope of Tender 2 Interpretation 3 Source of Funds 1 1 1 2 2 1 3 1 3 2 3 3 A General The Procuring Entity as indicated in the Tender Data Sheet TDS issues this Tender Document for the supply of Goods and related services incidental thereto as specified in the TDS and as detailed in Section 6 Schedule of Requirements The name of the Tender and the number and identification of its constituent lot s are stated in the TDS The successful Tenderer shall be required to complete the delivery of the Goods and related services as specified in the General Conditions of Contract Throughout this Tender Document a the term in writing means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail b if the context so requires singular means plural and vice versa and c day means calendar days unless otherwise specified as working days d Person means and includes an individual body of individuals sole proprietorship partnership company association or cooperative society that wishes to participate in Procurement proceedings e Tenderer means a Person who submits a Tender f Tender Document means the Document provided by the Procuring Entity to a Tenderer as a basis for preparation of its Tender g Tender depending on the context means a Tender submitted by a Te
143. o Fire Detection 4 Suppression System 1 Set Features Specifications Brand Any International Reputed Brand Model Please mention Specification Fire Detection amp Alarm Systems Conventional Fire Alarm Control Panel 1 Zone Brand Specify Origin USA UK Heat Detector Integration of Automation system Works Hardware Page 118 Flashing LED Supply Voltage 9to 33V Alarm Current at 24V 52mA Alarm Indication Red LED Brand Specify Origin USA UK Photo electric smoke detector Flashing LED Supply Voltage 9to 33V Alarm Current at 24V 52mA Alarm Indication Red LED Brand Specify Origin USA UK Alarm Bell Output 1Meter 95dBA 3Meter 92dBA Current Consumption 25mA Dimensions 6 Brand Specify Origin USA UK Manual Release or Break Glass Brand Specify Origin USA UK Auto Exit Sign Caution Sign 1 5rm BYA FR Cable Brand BRB Fire Suppressionn Systems Supply of Fire Suppression Aerosol Type Pyrogen EXA 30E With integrated junction Box Brackets 4 PCB Card Materials M S Nozzle Outlet Lateral Temperature Range 50 C to 65 C Model Specify Brand Specify Origin Malaysia Thermal Activation Device TAD 72 activation temp point 72 C with Brackets Connectors and FR Flying Lead Model Specify Brand Specify Origin Malaysia Installation amp commissioning 47 Raised Floor for Server Roo
144. o eligible Tenderers from all countries except for any specified in the TDS Tenderers shall have the legal capacity to enter into the Contract Tenderers shall be enrolled in the relevant professional or trade organisations registered in Bangladesh Tenderers may be a physical or juridical individual or body of individuals or company invited to take part in public procurement or seeking to be so invited or submitting a Tender in response to an Invitation for Tenders Tenderers shall have fulfilled its obligations to pay taxes and social security contributions under the provisions of laws and regulations of the country of its origin Tenderers should not be associated or have been associated in the past directly or indirectly with a consultant or any of its affiliates which have been engaged by the Procuring Entity to provide consulting services for the preparation of the specifications and other documents to be used for the procurement of the Goods to be supplied under this Invitation for Tenders Tenderers in its own name or its other names or also in the case of its Persons in different names shall not be under a declaration of ineligibility for corrupt fraudulent collusive or coercive practices as stated under ITT Sub Clause 4 4 Tenderers are not restrained or barred from participating in public Procurement on grounds of execution of defective supply in the past under any Contract Tenderers shall not be insolvent be in
145. o meet the aggregate of the qualifying criteria for the individual contracts The requirement of general experience as stated under ITT Sub Clause 14 1 a and specific experience unless otherwise of different nature as stated under ITT Sub Clause 14 1 b shall not be separately applicable for each individual lot 13 Litigation 13 1 Litigation history shall comply with the requirement as stated History under ITT Sub Clause 15 1 b 14 Experience 14 1 Tenderers shall have the following minimum level of supply Criteria experience to qualify for supplying the Goods and related Services under the contract a a minimum number of years of general experience in the supply of Goods and related services as specified in the TDS b specific experience of satisfactory completion of supply of Goods similar to the proposed goods in at least a number of contract s and each with a minimum value over the period as specified in TDS and c a minimum supply and or production capacity of Goods as Integration of Automation System Works Hardware Page 6 specified in the TDS 15 Financial 15 1 Tenderers shall have the following minimum level of financial Criteria capacity to qualify for the supply of goods under the contract a availability of minimum liquid assets i e working capital or credit line s from any scheduled Bank of Bangladesh net of other contractual commitments of the amount as specified in the TDS b sati
146. of the goods and complete the same as soon as practicable 23 Contract 23 1 The Contract Price shall be as specified in the PCC subject to any Price additions and adjustments thereto or deductions therefrom as may be made pursuant to the Contract 23 2 Prices charged by the Supplier for the Goods delivered and the related services performed under the Contract shall not vary from the price as stated under GCC Sub Clause 23 1 with the exception of any change in price resulting from a Variation Order or Repeat Order or Order for Additional Delivery issued under GCC Clause 18 24 Transportation 24 1 The Supplier is required under the Contract to transport the Goods to a specified place of destination as specified in Section 6 Schedule of Requirements defined as the Site transport to such place of destination including insurance other incidental costs and temporary storage if any 25 Terms of 25 1 The Contract Price including any Advance Payments if applicable Payment shall be paid in the manner as specified in the PCC 25 2 The Suppliers request for payment shall be made to the Procuring Entity in writing accompanied by an invoice describing as appropriate the Goods delivered and related services performed and accompanied by the documents as stated under GCC Clause 21 and 22 and upon fulfilment of any other obligations stipulated in the Contract Agreement 25 3 Payments shall be made promptly by the Procuring Entity but in no
147. om its performance Supplier shall retain full responsibility for the contract and can not pass any contractual obligations to the Subcontractor and under no circumstances assignment of the contract to the Subcontractor be allowed Subcontractors shall comply with the provisions of GCC Clause 6 and 10 The Supplier shall supply all the Goods and related services specified in the Scope of Supply as stated under GCC Clause 8 and the Delivery and Completion schedule as stated under GCC Clauses 21 and 23 in conformity with the provisions of the Contract Agreement Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits approvals and other license from local public authorities the Procuring Entity may if so needed by the Supplier make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner However the supplier shall bear the costs of such permits and or licenses The Procuring Entity shall pay the Supplier in consideration of the provision of Goods and related services the Contract Price under the provisions of the Contract at the times and manner prescribed in the Contract Agreement The Procuring Entity may at any time order the Supplier through notice in accordance with GCC Clause 3 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 b
148. on Final Destination Delivery Point Gross weight Package number of total number of packages Brief description of the content Any special lifting instructions Any special handling instructions GCC 21 1 The documents to be furnished by the Supplier shall be as follows insert the detail requirements of documents The documents to be furnished by the Supplier as follows a Copies of Supplier s invoice showing goods description quantity unit price total amount b Delivery note railway receipt or truck receipt Manufacturer s Supplier s warranty certificate if any Inspection certificate issued by the nominated inspection agency or Procuring Entity and or the Supplier s factory inspection report if any e Certificate of origin if any GCC 23 1 The original Contract price is GCC 25 1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows a On Delivery and Acceptance After receiving bill on supplied goods under the contract from supplier and acceptance certificate from the purchaser along with necessary document stated in GCC27 2 necessary action shall be taken for payment of bill after deducting penalty if any necessary income Tax amp VAT or any other deduction as per Government rule b Bill is payable on Subject to availability of fund 1 50 of the cost of total supplied goods in whole shall be payable to the supplier after relevant authority of
149. on s signing the Tender E Tender Submission Tenderer shall enclose the original in one 1 envelope and all the copies of the Tender including the alternative if permitted under ITT Clause 23 in another envelope duly marking the envelopes as ORIGINAL O ALTERNATIVE A if permitted and COPY These sealed envelopes will then be enclosed and sealed in one 1 single outer envelope The inner and outer envelopes shall be addressed to the Procuring Entity as stated under ITT Sub Clause 38 1 bear the name of the Tender and the Tender Number as stated under ITT Sub Clause 1 1 bear the name and address of the Tenderer bear a statement DO NOT OPEN BEFORE the time and date for Tender opening as stated under ITT Sub Clause 44 1 bear any additional identification marks as specified in the TDS Tenderers are solely and entirely responsible for pre disclosure of Tender information if the envelope s are not properly sealed and marked Tenders shall be delivered by hand or by mail including courier services to location as designated in the ITT Sub Clause 38 1 The Procuring Entity will on request provide the Tenderer with a receipt showing the date and time when it s Tender was received Tenders shall be delivered to the Procuring Entity at the address specified in the TDS and not later than the date and time specified in the TDS The Procuring Entity may at its discretion extend the deadlin
150. onable time in which to take an amendment into account in preparing its Tender the Procuring Entity may at its discretion extend the deadline for the submission of Tenders pursuant to ITT Clause 37 2 11 5 If an Addendum is issued when time remaining is less than one third of the time allowed for the preparation of Tenders thea Procuring Entity shall extend the deadline by an appropriate number of days for the submission of Tenders depending upon the nature of the Procurement requirement and the addendum The minimum time for such extension shall not be less than three 3 working days C Qualification Criteria 12 General Criteria 12 1 Tenderers shall possess the necessary professional and technical qualifications and competence financial resources equipment and other physical facilities managerial capability specific experience reputation and the personnel to perform the contract which entails setting pass fail criteria which if not met by the Tenderers will result in consideration of its Tender as non responsive 12 2 In addition to meeting the eligibility criteria as stated under ITT Clause 5 the Tenderer must satisfy the other criteria as stated under ITT Clause 13 to 15 inclusive 12 3 To qualify for multiple number of contracts lots in a package made up of this and other individual contracts lots for which Tenders are invited in the Invitation for Tenders the Tenderer shall demonstrate having resources sufficient t
151. onfiguration whenever PPPOE get changed The proposed solution should support SNMP v1 v2c amp v3 The proposed solution must be firmware based instead of normal software with capability to keep three firmware instant roll back The proposed solution must provide flexible granular role based GUI administration Integration of Automation system Works Hardware Page 104 The proposed solution must provide support of multiple authentication servers for each module Firewall Different type of VPN The proposed solution must support of Thin Client Microsoft TSE Citrix authentication and must be able to differentiate users coming from same IP address Multiple ISP Load Balancing and Failover The proposed solution should support load balancing 8 failover for more than 3 ISPs The proposed solution should support explicit routing based on Source Destination Username Application The proposed solution should support weighted round robin algorithm for Load balancing The proposed solution should provide option to create failover condition on ICMP TCP or UDP protocol to detect failed ISP connection The proposed solution should send alert email to admin on change of gateway status The proposed solution should have Active Active Round Robin and Active Passive gateway load balancing and failover support High Availabiliy The proposed solution should support High Avail
152. ontrol feature from day one The Firewall should have innovative extensible multi core processor design and software architecture that enables to easily install additional security services Firewall should be on purpose built hardware platform and should not use any of the commercially available operating system Firewall should have separate bus system Should have minimum 7 GB System Memory and minimum 7 GB Flash Memory Interface Firewall device should have at least 8 x 1GE interfaces as Traffic interface Requirement from day 1 Firewall device should have one expansion module slot for future expansion Firewall can be upgraded to 13 ports 1GE interfaces in future Expansion Interface module should support optical Gigabit Ethernet interfaces Should have 1 console and auxiliary port Firewall Performance Minimum 2 0 Gbps statefull firewall traffic inspection throughput or more Minimum 1 0 Gbps statefull firewall multi protocol traffic inspection throughput Minimum 650 Mbps Next Generation NG firewall content firewall multiprotocol traffic throughput 3DES VPN performance should be minimum 290 Mbps IPSec VPN peers minimum gt 750 Minimum concurrent connection gt 5 00000 Integration of Automation system Works Hardware Page 89 Minimum New Connections Second gt 19 000 Support for Jumbo frames of up to 9000 bytes Minimum Securi
153. or Line of Credit Form PG3 8 This is the format for the Credit Line to be issued by any scheduled Bank of Bangladesh in accordance with ITT Clause 28 1 d Invitation for Tender No Date 30 015 014 28 00 006 2014 Part 1 Tender Package No Lot No To Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 CREDIT COMMITMENT No insert number We have been informed that name of Tenderer hereinafter called the Tenderer intends to submit to you its Tender hereinafter called the Tender for the supply of Goods of description of Goods and related services under the above Invitation for Tenders hereinafter called the IFT Furthermore we understand that according to your conditions the Tenderer s Financial Capacity i e Liquid Asset must be substantiated by a Letter of Commitment of Bank s Undertaking for Line of Credit At the request of and arrangement with the Tenderer we name and address of the Bank do hereby agree and undertake that name and address of the Tenderer will be provided by us with a revolving line of credit in case awarded the Contract for the delivery of Goods and related services viz insert name of supply for an amount not less than BDT in figure in words for the sole purpose of the supply of Goods and related services under the above Contract This Revolving L
154. ory add other boxes and sign accordingly Attachment 1 Written confirmation authorising the above signatory ies to commit the Tenderer in accordance with ITT Sub Clause 36 3 Integration of Automation System Works Hardware Page 54 Tenderer Information Sheet Form PG3 2 The Tenderer 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 Invitation for Tender No 30 015 014 28 00 006 2014 Part Date Insert date of 1 Tender Submission Tender Package No Package No 1 Eligibility Information of the Tenderer ITT Clauses 5 amp 26 1 1 Tenderer s Legal Name 1 2 Tenderer s legal address in Country of Registration 1 4 Tenderer s Year of Registration 1 5 Tenderer s legal status complete the relevant box Proprietorship Partnership Limited Liability Concern Government owned Enterprise Others please describe if applicable 1 6 Tenderer s Authorised Representative Information Name National ID number Address Telephone Fax Numbers e mail address 1 7 Litigation ITT Cause 13 A No pending litigation if no pending litigation put Tick Mark in Box B Pending litigation Year Matter in dispute Value of Pending Claim Value of Pending in Taka Claim as Percentage of Net Worth In
155. ot to indulge in such practices in competing for or in executing the Contract k we intend to subcontract an activity or part of the Supply in accordance with ITT Sub Clause 16 1 to the following Subcontractor s Nature of the Supply or related service Name and address of Subcontractor Integration of Automation System Works Hardware Page 53 I We confirm that we do not have a record of poor performance such as abandoning the Supply not properly completing contracts inordinate delays or financial failure as stated in ITT Sub Clause 5 8 and that we do not have or have had any litigation against us other than that stated in the Tenderer Information Sheet Form PG3 2 m we are not participating as Tenderers in more than one Tender in this Tendering process We understand that your written Notification of Award shall become a binding Contract between us until a formal Contract is prepared and executed n we understand that you reserve the right to accept or reject any Tender to cancel the Tender proceedings or to reject all Tenders without incurring any liability to Tenderers in accordance with ITT Clause 57 1 Signature insert signature of authorised representative of the Tenderer Name insert full name of signatory with National ID In the capacity of insert designation of signatory Duly authorised to sign the Tender for and on behalf of the Tenderer If there is more than one 1 signat
156. ould support ibound NAT load balancing The proposed solution should support 802 1q VLAN tagging support The proposed solution should support dynamic routing like RIP1 RIP2 OSPF BGP4 The proposed solution should support Cisco compliance command line interface for Static Dynamic routing The proposed system should provide alert message on Dash Board whenever default password is not changed non secure access is allowed amp module subscription is expiring Integration of Automation system Works Hardware Page 105 The proposed system must provide Mac Address Physical Address based firewall rule to provide OSI Layer 2 to Layer 7 security The proposed solution must be support IPv6 as per www ipv6ready org guidelines The proposed solution must support 3G UMTS GSM GPRS modem via USB interface for VPN and Gateway Failover Load Balancing The proposed solution should support Fully Qualified Domain Name FQDN based host and host group The proposed solution should support Differenciated Services Code Point DSCP Proxy Solution The proposed solution shoule be webcoast checkmark certified Web content The proposed solution should be integrated solution with local database filtering instead of quering to database hosted somewhere on the internet The proposed solution must work as Standalone HTTP proxy The proposed solution must have 82 web category with 40 Million URL data
157. out all kinds of activities connected with tourism acquire establish construct arrange provide and run hotels motels restaurants rest houses picnic spots camping sites amusement park institute of instruction and training of potential tourism personnel bring out tourism publications etc The organization performs various safety and operational functions as well as common corporate functions like administration accounts and store management BPC intends to automate its functions through implementing a large scale but integrated information 4 communication technology ICT and software based e governance system The computer network infrastructure shall extend to all BPC outlets of the country to enjoy corporate intranet services Vision and Mission Bangladesh Parjatan Corporation BPC was established in November 1972 by the order of the President Act 143 and commenced its function in 1973 It is an autonomous organization under the Ministry of Civil Aviation and Tourism Vision and Mission statement of Bangladesh Parjatan Corporation BPC VISION Develop Bangladesh as an Exotic Tourist Destination MISSION 01 Develop BPC as an Organization of excellence with adequate authority and capacity to regulate facilitate tourism industry in Bangladesh 02 Develop and maintain international standard tourism products and ancillary facilities 03 Involve government and encourage private sector in developing physical infrastructure i
158. port Switched Port Analyzer SPAN MAC Address Notification QoS Features Support automatic configuration of QoS Support eight egress queues per port Support congestion avoidance feature like SRR SRR similar protocol Support 250 aggregate or individual policies per port Support 802 1p class of service CoS and Differentiated Services Code Point DSCP classification with marking and reclassification on a per packet basis by source and destination IP address MAC address or Layer 4 TCP UDP port number Support QoS across the stack virtual switch members Support Rate limiting is provided based on source and destination IP address source and destination MAC address Layer 4 TCP UDP information or any combination of these fields using QoS ACLs IP ACLs or MAC ACLs class maps and policy maps Redundancy Support Link Aggregation or similar technology across different members of the stack virtual switch members for high resiliency Support link redundancy with convergence time less than 100 milliseconds Support IEEE 802 1s w Rapid Spanning Tree Protocol RSTP and Multiple Spanning Tree Protocol MSTP Management Support diagnostic commands and system health checks within the switch Support automatic configuration of QoS Support Remote Monitoring RMON software with four RMON groups history statistics alarms and events support Layer 2 troubleshoot features Support SSHv2 Telnet
159. ps Support multiple level of security on console port for device access Support Dynamic ARP Inspection and IP Source guard Device should support security on Layer 2 Ethernet data confidentiality and integrity on host facing ports protecting against man in the middle attacks snooping tampering and replay Management Support Telnet SSH SNMP management Support for enhanced traffic management monitoring and analysis Remote Monitoring RMON software agent should support RMON groups history statistics alarms and events Support Layer 2 troubleshoots to ease troubleshooting by identifying the physical path that a packet takes from source to destination Support Event Manager for customizable event correlation and policy actions during failure error threshold exceed Support Domain Name System DNS NTP TFTP Support RMON and Il standards Support SNMPv1 SNMPv2c Warranty Mentioning manufacturer warranty part number should be quoted minimum One 01 year warranty should be provided for this unit from the date of successful Commissioning Integration of Automation system Works Hardware Page 94 16 Core Firewall with IPS Features Specifications Quality ISO 9001 9002 for manufacturer FCC Class A B for quality Assurance Quantity One 01 Brand Any International Reputed Brand Model Please mention Country of Origin USA EU Enclosure Type 1
160. r and on behalf of the Tenderer Integration of Automation system Works Hardware Page 64 Manufacturer s Authorisation Letter Form PG3 6 The Tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions indicated This letter 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 Tenderer shall include it in its Tender if so indicated in the TDS as stated under ITT Sub Clause 27 1 f Invitation for Tender No Date 30 015 014 28 00 006 2014 Part 1 Tender Package No Tender Lot No To Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 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 Tenderer to supply the following Goods manufactured by us insert name and or brief description of the Goods We hereby extend our full guarantee and warranty as stated under GCC Clause 31 of the General Conditions of Contract with respect to the Goods offered by the above Tenderer Signed insert signature s of authorized representative s of the Manufact
161. r the Companies Act n Procuring Entity means a Entity having administrative and financial powers to undertake Procurement of Goods Works or Services using public funds as specified in the PCC o Related Services means Services linked to the supply of Goods contracts p PCC means the Particular Conditions of Contract q Subcontractor means any natural 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 r Supplier means a Person under contract with a Procuring Entity for the supply of Goods and related services under the Act s Site means the point s of delivery named in the PCC t Writing means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail 2 Interpretation 2 1 In interpreting the GCC singular also means plural male also means female or neuter and the other way around Headings in the GCC shall not be deemed part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract Words have their normal meaning under the English language unless specifically defined 2 2 Entire Agreement The Contract constitutes the entire agreement between the Procuring Entity and the Supplier and supersedes all communications negotiations and agreements whether
162. rbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial noncompetitive levels thereby denying a Procuring Entity the benefits of competitive price arising from genuine and open competition or d coercive practice means harming or threatening to harm directly or indirectly Persons or their property to influence a decision to be taken in a Procurement proceeding or the execution of a Contract and this will include creating obstructions in the normal submission process used for Tenders 6 4 Should any corrupt fraudulent collusive or coercive practice of any kind come to the knowledge of the Procuring Entity it will in the first place allow the Supplier to provide an explanation and shall take actions only when a satisfactory explanation is not received Such exclusion and the reasons thereof shall be recorded in the record of the procurement proceedings and promptly communicated to the Supplier concerned Any communications between the Supplier and the Procuring Entity related to matters of alleged fraud or corruption shall be in writing 6 5 If corrupt fraudulent collusive or coercive practices of any kind determined by the Procuring Entity against the Supplier alleged to have carried out such pratices the Procuring Entity will a exclude the Supplier from further participation in the particular Procurement proceeding or b declare at its discretion the Supplier to be ineligible to participat
163. re of Information 51 Correction of Arithmetical Errors 49 2 49 3 49 4 50 1 50 2 50 3 50 4 51 1 lead to a change in the substance of the Tender or in any of the key elements of the Tender as stated under ITT Sub Clause 49 2 will neither be sought nor be permitted Change in the Tender price shall not be sought or permitted except to confirm correction of arithmetical errors discovered by the Procuring Entity in the evaluation of the Tender as sated under ITT Clause 51 Any request for clarifications by the TEC shall not be directed towards making an apparently non responsive Tender responsive and reciprocally the response from the concerned Tenderer shall not be articulated towards any addition alteration or modification to its Tender If a Tenderer does not provide clarifications of its Tender by the date and time set in the TEC s written request for clarification its Tender shall not be considered in the evaluation Following the opening of Tenders until issuance of Notification of Award no Tenderer shall unless requested to provide clarification to its Tender or unless necessary for submission of a complaint communicate with the concerned Procuring Entity Tenderers shall not seek to influence in anyway the examination and evaluation of the Tenders Any effort by a Tenderer to influence a Procuring Entity in its decision concerning the evaluation of Tenders Contract awards may result in the reje
164. related services as if such items were expressly mentioned in the Contract Agreement The Supplier shall not assign his rights or obligations under the Contract in whole or in part except with the Procuring Entity s prior written consent The Supplier and its Subcontractor s shall have the nationality of a country other than that specified in the PCC All Goods and related services to be supplied under the Contract shall have their origin in the countries except any specified in the PCC No fees gratuities rebates gifts commissions or other payments other than those shown in the Tender or the contract shall be given or received in connection with the procurement process or in the contract execution The Supplier shall not except for purposes of performing the obligations in this Contract without the Procuring Entity s prior written consent disclose this Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Entity Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance Integration of Automation System Works Hardware Page 36 13 Trademark Patent and Intellectual Property Rights 14 Copyright 15 Sub contracting 16 Supplier s Responsibilit ies 17 Procuring Entity s Responsibilit ies 18 Issue Variation Orders Repeat Orders or
165. remedy which has accrued or will accrue thereafter to the Procuring Entity and or the Supplier Termination for Convenience 40 4 The Procuring Entity by giving twenty eight 28 days written notice sent to the Supplier may terminate this Contract in whole or in part at any time for its convenience The notice of termination shall specify that the termination is for the procuring Entity s convenience the extent to which performance of the Supplier under the contract is terminated and the date upon which such termination becomes effective 40 5 The Goods that have been delivered and or performed or are ready for delivery or performance within twenty eight 28 days after the Supplier s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices For Goods not yet performed and or ready for delivery the Procuring Entity may elect a to have any portion delivered and or performed and paid at the contract terms and prices and or b to cancel the remainder and pay to the Supplier an agreed amount for partially completed and or performed goods and for materials and parts previously procured by the Supplier 40 6 The expiration of the Delivery and Completion Schedule initiation of amicable settlement of disputes adjudication and arbitral proceedings under the set terms and conditions shall not be deemed a termination of the contract 41 Amendment 41 1 The amendment to Contract shall g
166. rrors its Tender shall be rejected 52 Financial 52 1 TEC will evaluate each Tender that has been determined up to Evaluation this stage of the evaluation to be responsive to the requirements set out in the Tender Document 52 2 To evaluate a Tender TEC will consider the following a Tender price for Item s or Lot b adjustment for correction of arithmetical errors as stated under ITT Sub Clause 51 2 c adjustment for application of the methodology for determining the equivalent lot value as stated under ITT Sub Clause 23 8 if any d adjustment for application of the economic factors as stated under ITT Sub Clause 52 6 if any e adjustment in order to take into consideration the unconditional discounts and methodology for application of the discount offered for being awarded more than one lot as stated under ITT Sub Clauses 24 11 and 24 12 if any 52 3 Variations deviations alternatives and other factors which are in excess of the requirements of the Tender Document or otherwise result in unsolicited benefits for the Procuring Entity will not be taken into account in Tender evaluation 52 4 If so indicated in the ITT Sub Clause 24 3 the TEC may award one or multiple lots to one Tenderer following the methodology specified in ITT Sub Clause 52 5 52 5 To determine the lowest evaluated lot or combination of lots the TEC will take into account a the lowest evaluated Tender for each item s or lot as appli
167. s letter shall be completed and signed by the Authorised Signatory preferably on the Letter Head pad of the Tenderer To Date Program Director IAS Program Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka Invitation for Tender No 30 015 014 28 00 006 2014 Part 1 IFT No Tender Package No Package No We the undersigned tender to supply in conformity with the Tender Document the following Goods and related services viz In accordance with ITT Clauses 24 and 25 the following price applies to our Tender The Tender Price is Tk ITT Sub Clause 24 10 and 25 1 in figures Taka in words In signing this letter and in submitting our Tender we also confirm that a our Tender shall be valid for the period stated in the Tender Data Sheet ITT Sub Clause 29 1 and it shall remain binding upon us and may be accepted at any time before the expiration of that period b a Tender Security is attached in the form of a Pay Order Bank Draft Bank Guarantee in the amount stated in the Tender Data Sheet ITT Clause 31 and valid for a period of twenty eight 28 days beyond the Tender Validity date c if our Tender is accepted we commit to furnishing a Performance Security in the amount stated in the Tender Data Sheet ITT Sub Clause 62 1 in the form stated in Tender Data Sheet ITT Sub Clause 63 1 and valid for a period of twenty eight 28 days beyond the date of completion of our
168. s within the period specified in the Contract or within any extension thereof granted by the Procuring Entity pursuant to GCC Clause 32 or ii if the Supplier fails to perform any other obligation under the Contract Integration of Automation System Works Hardware Page 45 or iii if the Supplier in the judgement of the Procuring Entity has engaged in corrupt fraudulent collusive and coercive practices as defined in GCC Clause 6 in competing for or in executing the Contract or iv if the deductible amount due to Liquidated Damages reaches its maximum as stated under GCC Sub Clause 33 40 2 In the event the Procuring Entity terminates the Contract in whole or in part as stated under GCC Clause 40 1 the Procuring Entity 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 Procuring Entity 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 Termination for Insolvency 40 3 The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction In this event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or
169. sanananananaanasasanaaananaaaanaaaannnaaaaananaansanaa0aanan 5 C Qualification Criteria mma 6 12 General Grite tal Fcccecici Naan a AA DAR NAA 6 13 Litigation HISTOrY 2na AE 6 14 Experience Critoria yarar eserse aaa a AA Aa 6 15 Financial Criteria 0 ABA sivas senueenteveviebivconuev aaaea aaoi 7 1 65 Subconltracton 8 maa na AALAGA a 7 17 Only One Tender masa ana NA KG ANAND 7 18 Cost 0t Tenderers aaeeea GAAN 7 19 Issuance and Sale of Tender DocumenNt m mmamanaanunanunanananananaanasanananasananaanasanasasasas0an 7 20 Language Of Tender bA GAB aan 8 Ale GONTSNTS OF TONG Cline a AA E A TAT 8 22 Alternative5 sana GANANG TSA NAA AA 9 23 Tender Prices and DISCOUNTS sasssasananaaaanannBNKKNNBAK KANAN KANAAAAANANAKANANAKNNAAAANNAAAANAAK ANAN ANAN 9 25 Documents Establishing the Eligibility of the Tenderer m mmmmunananaanunanunanunanuuaanunann 10 26 Documents Establishing the Eligibility and Conformity of the Goods and related SEIVICES umalma paan ARALAN AA ANG 10 27 Documents Establishing the Tenderers Qualifications mm asanaanunanunanunanunaanunaaa 11 28 Validity Period of Tender aura 12 29 Extension of Tender Validity and Tender Security mmanunanunanunananaanunanananunanunaaaunann 12 30 Tender Security AA AN KNA EDAP ANA eainiie 12 31 gt Form of Tender SOCUNILY aan aa 12 32 Authenticity of Tender Security m mmanunanunanananaaanaunanana
170. scesccssseeeeseeeesseeeeseeeeeseeeenseeees 34 7 Documents Forming the Contract and Priority of Documents m mmanunanananananuuaanunaan 36 Bis Scope 0FSUppI E A AT Aang 36 9 2 ASSIGNMENT NANA naoa niay aaa raa a aaae raent aaa aanak aein seedesessedeventyZectetoceatte 36 TO Eligibility 2 aaa 36 11 Gratuities Agency PeBSuliu ama ALA AA aaa 36 eoe E A a a 36 13 Trademark Patent and Intellectual Property Rights s ssussussunsunsnnnnunnunnunnunnunnnunnnnnnnnnnnnne 37 14 COpy GN bla A EE WAN A E E 37 15 S p contracting a urens cesses cons ccdveuseeucte seunsceretivestee sncerutyseses ever estestusduces dust EAEk ia ranar 37 16 Supplier s ResponsibilitieS s s sssussunsunnunnennnnnnnnnunnannunnnnnnnnnunnnnnnnnnnnnnnnnnnnnnannnnnnnnnnnnann nnn 37 iii 17 Procuring Entity s Responsibilities mmmmananaununanunanananasanasanasaaasaasak 37 18 Issue Variation Orders Repeat Orders or Order for Additional Delivery 37 19 Costing variation Orders Repeat Orders or Order for Additional Delivery 38 20 Packing and DOCUM E NADIN 38 21 Delivery and Document uma ANAN NGRININA NN GAAN 39 22 ACCOPIANCE ian as E E ANNA NANANAHAN NATA 39 23 CONMACH PICS naaa NANA ANA BA aaa an anG 39 24 Transportation AAKALA DAAN BANANA 39 25 Terms ok Payment ARA aan 39 26 INSUPANCE APA 40 27 Taxes and DUES aa ENG Aa 40 28 Perormance SOCUIILY ssccsccccetaccest
171. sfactory resolution of all claims under litigation cases and shall not have serious negative impact on the financial capacity of the Tenderers All pending litigation shall be treated as resolved against the Tenderers 16 Subcontractor s 16 1 Tenderers may intend to subcontract an activity or portion of the Goods in which case such elements and the proposed Subcontractor shall be clearly identified 16 2 The Procuring Entity may require Tenderers to provide more information about their subcontracting arrangements If any Subcontractor is found ineligible or unsuitable to carry out the subcontracted tasks the Procuring Entity may request the Tenderers to propose an acceptable substitute 16 3 A Subcontractor may participate in more than one Tender but only in that capacity D Tender Preparation 17 Only One 17 1 If a Tender for Goods is invited for one or more items on an item Tender by item basis each such item shall constitute a Tender Tenderers shall submit only one 1 Tender for one or more items of each lot or single lot of a package Tenderer who submits more than one 1 Tender in one or more item s of one 1 lot will cause all the Tenders of that particular Tenderer to be rejected 17 2 fa Tender for Goods is invited for a number of lots on a lot by lot basis each such lot shall constitute a Tender Tenderers shall submit only one 1 Tender for each lot Tenderer who submits more than one 1 Tender in one 1
172. ssacssdereccucecenseceseesaccvsesdvascecdiesccveaseessdusodvedieansaseacesoncetes 40 29 Specifications and Standards maana aaa 41 30 Inspections andi Test RANA aaa 41 31 Wafranty maan chace ser desece2banddacdeecedeestacsntececessenssddeecte sousadaesaacvasevsidvanaeeeautiectevcesveee 42 32 Delays in Delivery and Extensions Of Time naannnamanaaanaananan anuna ananaannnaaanaaaanan0naan 43 33 Liquidated Damages aaa ANAKAN ABANGAN AGANG 43 34 Limitation Of Liability a errea eaa areare parar NAGA Apa 44 35 Adjustment for Changes in LegislatiOn s ssssussussensunsunsnunnunnunnunnnunnunnnnnunnennunnnnnennnnnnnnna 44 36 Force Majpung ab NANLABAN GAD Laan 44 37 Notice Of Force Majeure 2a BANGA RG 45 38 Duty to MIMIMISG Delay aan NANG LALG EAEN EES iaa EEEa 45 39 Consequences of Force Majeure esscessccseeessseessessseeseessnsesseensnerseessneesseesseesseeesseetenes 45 40 TerminatioN XX GAN conccecncnecssececeaterssterecncndcuatessszerecneteiecoasecteseanctezeccesectecese 45 41 Amendment to Contra tts AN GRE 46 42 Settlement Of DISPULCS Lana ANA ANNA NB ANINUN GANAN 47 Section 4 Particular Conditions of Contract cecceceeeeeeeeseneeeeeeeeeenenseeeeeeens 48 Section 5 Tender and Contract FOrms u uuummaaannannunuuanuanuwananawaaanauwauasunaunaausana 51 Tender Submission Letter Form PG3 1 c ccesecesseeeeeseeeeeseeeeseeeenseeeesseesesseeeeseeeeeees 52 Tenderer Information Sheet Form PG3 2
173. t OSPF Border Gateway Protocol BGP BGP Router Reflector Intermediate System to Intermediate System IS IS Multicast Internet Group Management Protocol IGMPv3 Protocol Independent Multicast sparse mode PIM SM PIM Source Specific Multicast SSM Distance Vector Multicast Routing Protocol DVMRP IPv4 to IPv6 Multicast MPLS Layer 2 and Layer 3 VPN IPSec Layer 2 Tunneling Protocol Version 3 L2TPv3 Bidirectional Forwarding Detection BFD IEEE802 1ag IEEE802 1ad and IEEE802 3ah Encapsulations Generic routing encapsulation Ethernet 802 1q VLAN Point to Point Protocol Multilink Point to Point Protocol MLPPP High Level Data Link Control HDLC Serial RS 232 RS 449 V 35 Voice and Video support Should have 3 slots over for the Digital Signal Processing cards for Voice and Video for Future use Router Should have the capability to support Voice features like Call Control and Remote site Telephony Survival QoS Features Shall support the QoS Class Based Weighted Fair Queuing Weighted Random Early Detection Hierarchical QoS Policy Based Routing PBR or similar following technology Performance Routing and Network base Application inspection and treatment QoS for tunnel interface Shall support WAN traffic TCP optimization mechanism Shall support Modular Quality of Service Compliant IEEE 802 3 IEEE 802 1Q IEEE 802 3af IEEE 802 3ah IEEE 802 1ag Standards Monitorin
174. t for Furnishing of Performance Security 64 Validity of Performance Security 65 Authenticity of Performance Security 66 Contract Signing 62 1 62 2 62 3 63 1 63 2 64 1 65 1 66 1 66 2 66 3 Contract which shall become binding upon the furnishing of a Performance Security and the signing of the Contract by both parties Performance Security shall be provided by the successful Tenderer in BDT currency of the amount as specified in the TDS The proceeds of the Performance Security shall be payable to the Procuring Entity unconditionally upon first written demand as compensation for Supplier s failure to complete its obligations under the Contract In the event a Government owned enterprise as stated under ITT Sub Clause 5 10 is the successful Tenderer there shall be Security Deposit as specified in the TDS in lieu of the Performance Security as stated under ITT Sub Clause 62 1 The Performance Security shall be in the form of a Bank Draft Pay Order or an irrevocable unconditional Bank Guarantee in the format Form PG3 11 without any alteration issued by any scheduled Bank of Bangladesh acceptable to the Procuring Entity Within fourteen 14 days from the date of acceptance of the NOA but not later than the date specified therein the successful Tenderer shall furnish the Performance Security for the due performance of the Contract in the amount specified under ITT Sub Clause 62 1 The
175. t is intended to be Subcontracted ITT Sub Clause 16 1 2 1 Elements of Activity Brief description of Activity 2 2 List of Similar Contracts in which the proposed Subcontractor had been engaged Name of Contract and Year of Execution Value of Contract Name of Procuring Entity Contact Person and contact details Type of Work performed Integration of Automation System Works Hardware Page 58 Price Schedule for Goods Form PG3 4A Invitation for Tender No 30 015 014 28 00 006 2014 Part 1 Date Tender Package No Package Supply Installation Testing Commissioning and Description implementation of server room infrastructure networks and computer hardware and other components under Integration of Automation System of Bangladesh Parjatan Corporation A PRICE OF GOODS Including Spare Parts if any AND DELIVERY SCHEDULE Pen with Software 1 2 3 3 4 5 6 7 8 Item Description Country of Unit of Qty Unit price Total price Point of Delivery Period N Of Item Origin Measuremen Of units Figure Delivery as Offered as per Schedule of t Required andin col 4 x 5 per Requirement Words Schedule of Requirement 01 Pcs 151 Note1 Note2 Desktop Computers Pcs 20 Barcode Scanner 03 Printer Pes 50 04 UPS Pes 165 05 Projector and Screen Pcs 14 06 Interactive Board and Pcs 8
176. tegration of Automation System Works Hardware Page 55 Tenderer to attach photocopies of the original documents All documents required under ITT Clauses 5 mentioned aside and 26 The following two information are applicable for National Tenderers Tenderer s Value Added Tax Registration VAT Number Tenderer s Tax Identification Number TIN The foreign Tenderers in accordance with ITT Sub Clause 5 1 shall provide evidence by a written declaration to that effect to demonstrate that it meets the criterion 2 Qualification Information of the Tenderer ITT Clause 28 2 1 General Experience in the supply of Goods and related services of Tenderer State years of experience 2 2 Specific Experience of satisfactory completion of supply of similar Goods Contract No insert reference no of insert year Name of Contract insert name Award date insert date Completion date insert date Total Contract Value insert amount Procuring Entity s Name Address Tel Fax e mail Brief description with state justification in support of its similarity compared to similarity compared to the Procuring Entity s requirements 2 3 Supply and or production capacity of Goods are Year Quantity Type of Goods 2 4 Liquid assets available No Source of Financing Amount Available Integration of Automation System Works Hardware Page 56 Subcontr
177. tomation System Works Hardware Page 15 44 5 44 6 44 7 44 8 44 9 45 Evaluation of 451 Tenders 45 2 Tenderer Tenderers or their authorised representatives will be allowed to attend and witness the opening of Tenders and will sign a register evidencing their attendance The authenticity of withdrawal or substitution of or modifications to original Tender if any made by a Tenderer in specified manner shall be examined and verified by the Tender Opening Committee TOC based on documents submitted under ITT Sub Clause 40 1 Ensuring that only the correct M S A O envelopes are opened details of each Tender will be dealt with as follows a the Chairperson of the TOC will read aloud each Tender and record in the Tender Opening Sheet TOS i the name and address of the Tenderer ii state if it is a withdrawn modified substituted or original Tender iii the Tender price iv any discounts v any alternatives vi the presence or absence of any requisite Tender Security and vii such other details as the Procuring Entity at its discretion may consider appropriate b only discounts and alternative read aloud atthe Tender opening will be considered in evaluation c all pages of the original version of the Tender except for un amended printed literature will be initialled by members of the TOC Upon completion of Tender opening all members of the TOC and the
178. ts from the date of contract signing Note 2 Delivery and installation of the desktop computers should be made to the following points according to the given quantity BPC head office 55 all the duty free shops 18 Joy restaurant savar 3 Parjatan motel Bogra 6 Parjatan motel Rajshahi 6 Parjatan motel Rangpur 6 Parjatan motel Dinajpur 4 Hotel Pashur Mongla Bagerhat 4 Motel Shaikat Chittagong 5 Parjatan Holiday Complex Rangamati 5 Motel Probal Cox s Bazar 4 Motel Upal Cox s Bazar 4 Hotel Shaibal Cox s Bazar 6 Parjatan Motel Sylhet 4 Parjatan Holiday Homes Kuakata 6 Hotel Madhumoti Tungipara 2 Hotel Ne Taung Teknaf 4 Parjatan Motel Khagrachori 4 Patjatan Motel Benapole 4 Parjatan Restaurant madhobkunda 1 Note 3 Delivery and installation of the barcode scanners should be made to all the duty free shops located in Dhaka Chittagong and Sylhet Note 4 Delivery and installation of the printers should be made to the following points according to the given quantity Head office 13 and the rest of the 37 printers to other 22 units Note 5 Delivery and installation of the UPS should be made to the following points according to the given quantity Head office 62 all the duty free shops 18 all the hotels 85 Note 6 Delivery and installation of the Projector and screen should be made to the following points according to the given quantity Head office 9 Hotel Shaibal Cox s Bazar 1 arjatan Motel Bogra 1 Par
179. ty Contexts virtual firewall VSYS 2 and Can be upgradable up to 20 Firewall should have high availability Active Active and Active Standby Firewall Features The Firewall should support transparent Layer 2 firewall or routed Layer 3 firewall operation Support Load sharing of traffic Support Ether Channel Link Aggregation Protocol for Link Failure protection Firewall should support maximum vians 200 Firewall should support static NAT Policy based NAT and PAT Firewall Should support antimalware capabilities including antivirus botnet traffic filter and antispyware Firewall should support IPSec data encryption Firewall should support client based IPSec VPN Tunnels Firewall should support IPSec NAT Traversal Support for Standard Access Lists and Extended Access Lists to provide supervision and control Control SNMP access through the use of SNMP with MD5 authentication Implement Access Lists on the router to ensure SNMP access only to the SNMP manager or the NMS workstation Support Multiple Privilege Levels for access Support for Remote Authentication Dial In User Service RADIUS and AAA or similar protocol IPS should have event correlation technology for detection blocks multi event attacks and malware in real time Supports full TCP IP and application protocol state spanning multiple packets in flows and support Full flow normalization for proper pac
180. uality Nylon fastener etc 41 Node Installation Qty 200 Node Features Specifications General Feature PVC pipe channel laying UTP Cable laying Patch panel and face plate fixing installation and configuration Labeling Identification Testing Design and Documentation 42 Termination of Fiber Splicing Qty 110 Core Features Specifications Specification Fiber Termination Fusion Splicing Work All Splicing Should be done by Fujikura Machine Integration of Automation system Works Hardware Page 116 43 Fiber cable Laying Qty 1500 Meter Features Specifications Specification Overhead fiber from Building Floor to Floor laying Should follow proper method with required accessories 44 Monitor Qty 01 unit Features Specifications Brand Any International Reputed Brand Model Please mention Country of Origin Korea General Specification 40 LED Monitor with wifi amp Lan Port support Provide with all required accessories like power cord wall mount kit 45 Online UPS 10 KVA Qty 01 unit Features Specifications Brand To be mention by the bidder Model Please mention Country of Origin USA EU Specification Capacity 10KVA Back up time 30 Min for IT Load Double Conversion Single in Single out Input parameters Rectifier Type IG
181. ublic funds Practices 6 2 The Government requires that Procuring Entity as well as the Supplier shall during the execution of Contracts under public funds ensure a strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 Act 24 of 2006 b abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules 2008 c that neither it nor any other member of its staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in GCC Sub Clause 6 3 Integration of Automation System Works Hardware Page 34 6 3 For the purpose of GCC Sub Clause 6 2 the terms a corrupt practice means offering giving or promising to give receiving or soliciting either directly or indirectly to any officer or employee of the Procuring Entity or other public or private authority or individual a gratuity in any form employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by the Procuring Entity in connection with a Procurement proceeding or contract execution b fraudulent practice means the misrepresentation or omission of facts in order to influence a decision to be taken in a Procurement proceeding or Contract execution c collusive practice means a scheme or arrangement between two 2 or more Persons with or without the knowledge of the Procuring Entity that is designed to a
182. ulation range baa nen Fuse amp current linited for both Mains and Battery modes Function Cool start Cool start computer even there is no main power Integration of Automation system Works Hardware Page 80 Automatic recharge Automatic recharge even UPS is off Type Lead Acid maintenance free DC Bus 12V8 2Ah Battery Number 2pcs Recharge time 8hours90 Back up time 35mins Body Type Metal H Temperature 120 VAC or 220 230 240VAC 10 Environmental zta Humidity 20 to 90 Warranty 01 ear Battery amp 2 years Service Warranty 5 Projector and Screen Item Description Required Specification Brand Any reputed brand to be mentioned by the bidder Model To be mentioned by the bidder Country Of Origin To be mentioned by the bidder Projector Technology DLP Brightness 3500 Lumens Native Resolution XGA 1024 x 768 Max Resolution UXGA 1600 x 1200 Contrast Ratio 6000 1 Full On Off Lamp Life 4500 6000 Hours Standard Economy Mode 190W Display Type Single 0 55 DLP Technology by Texas Instruments Projector Distance 3 28 to 32 8 1 0 to 10 0 m Image Size Diagonal 25 6 to 308 Speaker 10W Aspect Ratio 4 3 Native Microsoft Office 97 2001 DOC PPT XLS Adobe Reader PDF Text Document TXT Fil AVI DIVX MKV TS DAT VOD MPG MPEG MOV MP4 RM RMVB S Video WMV Format SUPRE P JPEG JPG BMP
183. urer Name insert complete name s of authorized representative s of the Manufacturer Address insert full address including Fax and e mail Title insert title Date insert date of signing Integration of Automation system Works Hardware Page 65 Bank Guarantee for Tender Security Form PG3 7 this is the format for the Tender Security to be issued by a scheduled Bank of Bangladesh as stated under ITT Clause 31 and 32 Invitation for Tender No Date 30 015 014 28 00 006 2014 Part 1 Tender Package No Tender Lot No To Program Director IAS Program Address Bangladesh Parjatan Corporation 83 88 Mohakhali C A Dhaka 1212 Telephone 88 02 9853301 Facsimile number 88 02 8834600 TENDER GUARANTEE No isert number We have been informed that insert name of Tenderer hereinafter called the Tenderer intends to submit to you its Tender dated insert date of Tender hereinafter called the Tender for the supply of description of goods and related services under the above Invitation for Tenders hereinafter called the IFT Furthermore we understand that according to your conditions Tenders must be supported by a Bank Guarantee for Tender Security At the request of the Tenderer we insert name of Bank hereby irrevocably unconditionally undertake to pay you without cavil or argument any sum or sums not exceeding in total an amount of Tk finsert amount in figures and in words upon r
184. use 30 5 30 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 Procuring Entity or its representative nor the issue of any report as stated under GCC Sub Clause 30 2 shall relieve the Supplier from any warranties or other obligations under the Contract 31 Warranty 31 1 The Supplier warrants that all the Goods supplied under the Contract are new unused and of the most recent or current models and that they incorporate all recent improvements in design and materials except when the design and or material required by the Procuring Entity provides otherwise under GCC Clause 18 31 2 The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in Bangladesh 31 3 In order to assure that manufacturing defects shall be corrected by the Supplier manufacturer or distributor as the case may be a warranty shall be required from the Supplier for a minimum period of three 3 months in the case of supplies and one 1 year in the case of equipment after performance of the contract or such other period as may be specified in the PCC 31 4 The Warranty Period of the Supplies shall start from the date of completion of delivery in the form of submission
185. utomation System Works Hardware Page 30 ITT 52 6 The applicable economic factors for the purposes of evaluation of Tenders shall be a Adjustment for Deviations in the Delivery and Completion Schedule The Goods covered by this Tendering process are required to be delivered in accordance with and completed within the Delivery and Completion Schedule specified in Section 6 Schedule of Requirements No credit will be given for earlier completion Tender offering late contract performance schedules within acceptable period will be accepted but the Tenders shall be adjusted in the evaluation by adding to the Tender Price at the rate of 0 5 of the Tender Price for each day of delay Tender offering delivery schedules beyond 1 week of the date specified in Section 6 Schedule of Requirement shall be rejected G Award of Contract ITT 60 1 The maximum percentage by which quantities per item may be increased is 15 at the time of Contract Award The maximum percentage by which quantities per item may be decreased is 15 at the time of Contract Award ITT 62 1 The amount of Performance Security shall be ten 10 percent of the Contract Price ITT 62 3 The Security Deposit shall be deducted ten 10 percent from the the successful Tenderer s payable invoices during Contract implementation if awarded the Contract ITT 69 1 The Adjudicator proposed by the Procuring Entity is Integration of Automation System Works Hardware
186. wise directed on account of the Tenderer a Tender Security in original form not copy and in the amount as specified in the TDS 31 2 One Tender Security in a separate envelope at the percentage as specified in TDS of the total value of the items quoted by the Tenderer shall be submitted if so indicated that the Tenders for one or more items are invited on an item by item basis 31 3 In case of substitution of the Tender as stated under ITT Clause 42 a new Tender Security shall be required in the substituted Tender 32 Form of 32 1 The Tender Security shall Tangar a atthe Tenderer s option be either Security i in the form of a Bank Draft or Pay Order or ii in the form of an irrevocable unconditional Bank Guarantee issued by any scheduled Bank of Bangladesh in the format Form PG3 7 without any alteration furnished in Section 5 Tender and Contract Forms b be payable promptly upon written demand by the Procuring Entity in the case of the conditions as stated under ITT Clause 35 1 being invoked and c remain valid for at least twenty eight 28 days beyond the Integration of Automation System Works Hardware Page 12 33 Authenticity of Tender Security 34 Return of Tender Security 35 Forfeiture of Tender Security 36 Format and Signing of Tender 33 1 33 2 33 3 34 1 34 2 34 3 35 36 1 36 2 36 3 expiry date of the Tender Validity in order to m
187. xtensive controls on Instant Messanging IM traffic for Yahoo and MSN messengers 1 Log of chat sessions for all or specific set of users 2 Rules to control allow or deny chat voice web cam and file transfer for specific ID or Group of IDs 3 Archieve of transfered files 4 Antivirus scanning on file transfered 1 Year OEM Hardware Warranty with Part code 22 Storage systems Description Brand Gartner Report based International reputed brand Model To be mentioned by the bidder Country of Origin USA Quantity One 01 Storage Controller The Storage system must have at least two controllers running in an active active mode with automatic failover to each other in case of one controller failure The storage system shall not be a re branded or re chirstened make of the technology can be offered Cache required each other s cache Minimum 8GB Cache across dual controllers applications and avoid any protocol related buying in future Any Protocols Supported hardware software required for this functionality shall be supplied along with it in NSPOF No Single Point Of Failure mode per storage controller specifications above Storage Capacity The storage shall support both SAS NL SAS SSD based disks simultaneously in the same enclosure The storage shall be supplied with 14 900GB 10K RPM SAS drives from day one The storage should be provided with
188. y evidence that the Tenderer s qualifications conform to the Tender Document and the Tenderer meets each of the qualification criterion specified in Sub Section C Qualification Criteria Provided that a Tender is responsive TEC may request that the Tenderer submit the necessary information or documentation within a reasonable period of time to rectify nonmaterial nonconformities or omissions in the Tender related to documentation requirements Such omission shall not be related to any aspect of the rates of the Tender reflected in the completed Price Schedule or any mandatory criteria Failure of the Tenderer to comply with the request may result in the consideration of its Tender as non responsive The TEC may regard a Tender as responsive even if it contains a minor or insignificant deviations which do not meaningfully alter or depart from the technical specifications characteristics and commercial terms and conditions or other mandatory requirements set out in the Tender Document or b errors or oversights that if corrected would not alter the key aspects of the Tender TEC may ask Tenderers for clarification of their Tenders in order to facilitate the examination and evaluation of Tenders The request for clarification by the TEC and the response from the Tenderer shall be in writing and Tender clarifications which may Integration of Automation System Works Hardware Page 18 50 Restrictions on the Disclosu

Download Pdf Manuals

image

Related Search

Related Contents

Ajouter une signature d`e-mail avec Outlook et Outlook Express    Massive Wall light 16315/47/10      Gigabyte K8100V2  www.philips.com/welcome FR Manuel d`utilisation 1 Assistance      USER`S MANUAL © VTECH - Pdfstream.manualsonline.com  

Copyright © All rights reserved.
Failed to retrieve file