TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX...

59
SECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION OF 01 X MOBILE GAP FILLER RADAR (WESTERN ORIGIN) FOR BANGLADESH AIR FORCE PART 1: GENERAL INFORMATION AND BIDDER’S RESPONSIBILITIES Introduction 01. Bangladesh Air Force (BAF) has planned to procure a 3 Dimensional Solid-State, Mobile/Transportable Gap Filler Air Defence Radar in the financial year 2018-2019. The radar will augment the Air Defence radar coverage of static radars in areas where low level coverage is inadequate. The radar shall have the ability to detect aircraft within its radar coverage (including the low-level targets for air defence applications) and automatically extract three-dimensional data (range, bearing and height). The radar must be fully mobile/transportable. The offered equipment should satisfactorily operate in the climatic conditions of Bangladesh. The radar system shall allow accommodating any future modification/up gradation e.g; change of technology. 02. For better understanding and to evaluate, all the prospective bidders on the same platform, the tender specification has been divided into three parts: a. Part-1: General Information and Bidder’s Responsibilities. b. Part-2: Operational and Technical Specification (Essential and Optional Requirement). c. Part-3: General Terms and Conditions. 03. In Part-2, there are essential criteria and optional items. Bidders failing to comply with essential criteria will be disqualified. However, bidder has to quote price of all the optional items, but BAF may take some or all optional items as per the requirement. Price of optional features/items will not be considered for determining financial competitiveness. 04. Prospective bidders are to comply with the requirements and terms and conditions of the tender specification mentioned in Part-1, Part-2 and Part-3 of the tender specification. In order to help the bidders to participate, compliance sheet has been prepared and attached as appendix-1 to this annex A, to this tender specification. The bidders are requested to provide the detailed explanation of the technical matters wherever necessary and cross-reference to relevant pages of their offer/original supporting documents. The bidder is also to provide performance/technical data, specific figures and information as asked against each clause/condition. 05. Prospective bidders are to submit their offer in the double envelops system as per the DGDP’s rule: a. Technical Offer. b. Financial Offer. 06. Bidders qualifying in technical offer will only be eligible for evaluation of financial offers. On completion of technical evaluation, final selection of bidder will be done on the basis of financial competitiveness. BAF reserves the right to accept or reject any/all offers without assigning any reason. 07. Bidders shall quote all main equipment as mentioned in Part-2 in foreign currency (USD/EURO) on FOB basis.

Transcript of TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX...

Page 1: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018

TENDER SPECIFICATION OF 01 X MOBILE GAP FILLER RADAR (WESTERN ORIGIN) FOR BANGLADESH AIR FORCE

PART 1: GENERAL INFORMATION AND BIDDER’S RESPONSIBILITIES

Introduction

01. Bangladesh Air Force (BAF) has planned to procure a 3 Dimensional Solid-State, Mobile/Transportable Gap Filler Air Defence Radar in the financial year 2018-2019. The radar will augment the Air Defence radar coverage of static radars in areas where low level coverage is inadequate. The radar shall have the ability to detect aircraft within its radar coverage (including the low-level targets for air defence applications) and automatically extract three-dimensional data (range, bearing and height). The radar must be fully mobile/transportable. The offered equipment should satisfactorily operate in the climatic conditions of Bangladesh. The radar system shall allow accommodating any future modification/up gradation e.g; change of technology.

02. For better understanding and to evaluate, all the prospective bidders on the same platform, the tender specification has been divided into three parts:

a. Part-1: General Information and Bidder’s Responsibilities.

b. Part-2: Operational and Technical Specification (Essential and Optional Requirement).

c. Part-3: General Terms and Conditions.

03. In Part-2, there are essential criteria and optional items. Bidders failing to comply with essential criteria will be disqualified. However, bidder has to quote price of all the optional items, but BAF may take some or all optional items as per the requirement. Price of optional features/items will not be considered for determining financial competitiveness.

04. Prospective bidders are to comply with the requirements and terms and conditions of the tender specification mentioned in Part-1, Part-2 and Part-3 of the tender specification. In order to help the bidders to participate, compliance sheet has been prepared and attached as appendix-1 to this annex A, to this tender specification. The bidders are requested to provide the detailed explanation of the technical matters wherever necessary and cross-reference to relevant pages of their offer/original supporting documents. The bidder is also to provide performance/technical data, specific figures and information as asked against each clause/condition.

05. Prospective bidders are to submit their offer in the double envelops system as per the DGDP’s rule:

a. Technical Offer.

b. Financial Offer.

06. Bidders qualifying in technical offer will only be eligible for evaluation of financial offers. On completion of technical evaluation, final selection of bidder will be done on the basis of financial competitiveness. BAF reserves the right to accept or reject any/all offers without assigning any reason.

07. Bidders shall quote all main equipment as mentioned in Part-2 in foreign currency (USD/EURO) on FOB basis.

Page 2: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

Eligibility of the Bidders

08. The bidder is to participate in the tender as per the Directorate General of Defense Purchases (DGDP),s procedure. The bidder is to be a reputed manufacturer of radar or authorized by the manufacturer. If the bidder is a manufacturer, then the bidder is to submit an authentication certificate mentioning that they are the original manufacturer of radar (mentioning brand and model of their produced radar). If a bidder is not a manufacturer, then the bidder is to mention the name and address of the manufacturer and must submit a manufacturer’s authorization certificate along with the offer to establish that they are authorized to participate in the tender process.

09. Each offer should contain only one type of radar along with its accessories. One bidder may submit an alternative offer. Each offer must be independent and complete in all respects.

10. The bidder must provide Original Equipment Manufacturers (OEM) certificates of the radar and all other items at the time of delivery (if any) and the same is to be shown to the pre-shipment inspection (PSI) team.

Bidder’s Responsibility.

11. It is the responsibility of bidders to have valid Government Assurance Certificate that there is no restriction from the respective Government to export the offered Radar and its associated equipment to Bangladesh and export permit for Bangladesh will be issued to bidder if contract is awarded.

12. Bidder is to comply with all the clauses of this tender specification. The bidder is to submit full specification and relevant documents, latest brochures of the radar along with the offer. The information in brochures needs to be self-explanatory and must support and validate the information mentioned in the tender specification. Deviation or variation of information between the brochure and formally offered documents would be treated as non-compliance.

13. The bidders are to provide the detailed explanation of the technical and cross reference to relevant pages of their offer/original supporting documents. The bidder is to provide performance/ technical data, specific figures and information as asked against each condition of tender specification. In addition, the bidder is to mention compliance/ non-compliance against each condition. BAF preserves the right to reject those offers which merely mention ‘Complied/Agreed’ without highlighting required information/data/figures/graphs as asked against each condition.

14. The bidder may request for clarifications on any issue relating to the information contained in the tender specification from Air Headquarters (Directorate of Plans)in writing with an information copy to DGDP and apply for a pre-bid meeting at DGDP/ BAF (if felt necessary) on pre-agreed schedule from the Directorate of Plans and DGDP.

15. Pre-Bid Meeting. A bidder may attend a pre-bid meeting at the Directorate of Plans, Air Headquarters within 04 (four) weeks from the day of floating the tender by DGDP. In that case, bidders are to submit necessary information and bio-data including photographs and passport information of the team to Air Headquarters (Directorate of Plans) at least 02 weeks before the presentation for arranging necessary security clearance. The purpose of the meeting will be to clarify issues about the project.

Page 3: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

16. Evaluation Procedure. A bid proposal submitted by the bidder will be evaluated primarily on the basis of (but not only) the following elements (not in any priority order). In addition to hard copy, bidders are to submit the authenticated soft copy of the compliance sheet:

a. Compliance to eligibility criteria for bidding. b. Financial competitiveness. c. Responsiveness and compliance with the Technical Specifications and General Terms & Conditions. d. Presentation by the bidders at BAF Headquarters. e. Bidders’ international standard certification. f. Technical and functional performance of the system in the manufacturer country by a visiting team from Air Headquarter will be a part of the evaluation procedure. The evaluation will be carried out in the manufacturer country by the members of a team from Air HQ of selected bidders after submission of their tender offer. The team will afterwards recommend technically viable/suitable bidders for onward opening of financial offers. All the expenses related to field evaluation will be carried out by BAF. During the evaluation period representatives from the concerned bidders have to accompany the team and provide necessary support in the manufacturer country.

g. Assurance, planning and compliance with the ‘Open System Architecture’.

h. The lowest bidder will be determined from the technically accepted bidders. 17. Presentation by Bidders. The bidder is to give a presentation at Bangladesh Air Force (BAF) Headquarters as desired by BAF any time after submitting the offer at bidder’s expense. The presentation may cover detail aspects which have been covered in the bidder’s proposal.

18. Additional Features Offered by the Bidders. The bidders may suggest and/or offer features for the system additionally supplied in this tender schedule. In this case, bidders have to explain the detailed advantage of that/those features of the system.

19. Acceptance/Rejection of Bid. BAF reserves the right to accept or reject any offer or to annul the tender process and reject all bids at any time prior to signing of the contract.

PART-2:OPERATIONAL AND TECHNICAL SPECIFICATION

ESSENTIAL REQUIREMENTS

Operational Specification

20. Operational Characteristics. The radar has to be 3 Dimensional, fully Solid-State with the ability of detecting low-level targets for air defence applications. The radar must be fully mobile/transportable. The actual detection range of the air defence radar is to be minimum 60 NM or more (Not using Burn Through Technology)for full scale 3600 detection with height coverage of 30,000 feet or more. It shall have low looking capability of detecting targets of 1m2 RCS at 500 ft height to the range of at least 30 NM. Radar shall have the ability to detect aircraft within its radar coverage and automatically extract three-dimensional data (range, bearing and height).Radar shall have a high probability of detection up to the maximum detection ranges in different environments. Probability of detection should be more than 80% within its coverage. The composition of main equipment including its components and functions are as following:

Page 4: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

21. Probability of Detection. The radar shall have a high probability of detection up to the maximum detection ranges in different environments assuring an early evaluation and response to enemy intrusion. Probability of detection should be more than 80% within its full coverage.

22. Tracking Capability. The radar shall have the following features:

a. Features of automatic tracking, and computer assistance in profiling simultaneous fighter interceptions and recovery for multiple numbers of aircraft. The radar terminal shall have target processing capacity 500 plots/scan and 200 tracks/scan.

b. The display shall have a relative table and coupling facilities, both between air to air and air to ground points.

23. Data and Communication Facilities. The system is to allow transmission of target data(Radar data) through data link provision and voice communication to Air Defence Operation Center (ADOC), Air Defence Coordination Center(ADCC),Air Defence Radar stations, airfields and SAM sites in known format preferable in ASTERIX protocol.

24. Electronic Counter Counter Measures (ECCM) Features. The Radar is to be equipped with ECCM features to avoid jamming/Electronic Counter Measures (ECM). The following ECCM options are to be available:

a. Side Lobe Cancellation and Blanking. b. Very Wide Band Frequency Agility, pulse and burst agile c. Constant False Alarm Rate (CFAR) Processing Functions. d. Digital Pulse Compression. e. Variable PRF: Fixed, Stagger and Burst. f. Emission Control/Sector Blanking/Strobe Jamming g. Coded Pulse Anti-Clutter System (CPACS) or equivalent. h. Automatic Clear Channel Search. j. Jamming Analysis and Transmission System (JATS). k. Multiple variable signal waveforms. l. Burn-through function to focus power to certain elevation sector. m. The other available ECCM facilities are to be mentioned. ECCM facilities are to be tested both at the manufacturers and the user’s premises in the presence of BAF experts before shipment and after installing the equipment.

25. Moving Target Indicator (MTI) Features. The radar system shall have superior clutter rejection capability to suppress all types of clutter (weather, terrain etc) and anti-chaff performance to ensure automatic detection and track continuity under all environmental condition. Full range moving target indicator (MTI) facilities are to be incorporated with operators/ controllers console for setting selected cancellation ratio at different MTI range. MTI performance is to be mentioned in detail.

26. Weather Information. The radar shall have the ability to display the weather information (cloud picture) throughout its range in weather mode. The radar shall be able to differentiate different types of cloud basing on intensity and colour code assigned by the operator and/or manufacturer.

27. Display Features. The track shall be displayed with an identification number, heading, speed, all Secondary Surveillance Radar (SSR) and Identification Friend or Foe (IFF) modes along with the track as assigned by the operator and in separate windows on the console. The following display facilities are to be included:

Page 5: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

a. Track Parameter.

b. Manual Control area:

(1) Manual track initiator with parameter changing facilities (optional).

(2) Delete track.

(3) Switching on all Modes of IFF system, including secret modes.

(4) Change Label Position and Size.

(5) Change Dot Quantity/ Track history.

(6) Replay data and track.

(7) Measure the distance and heading.

(8) Change Range Scale.

(9) Jamming Area Selection (Active or passive) and delete.

(10) Area selection and delete.

(11) Range and Bearing marking.

(12) Draw a map (City, Airfield, Border etc.).

(13) Track History.

c. Video and display Control features/areas.

d. Parameter set area.

e. Full Scale Digital Mapping. Digital map with terrain features is to be provided. The digital map shall be able to interface radar picture with real ground picture/scenario (as seen in satellite/Google map) when switched on. Under this condition electronic cursor/pointer pointing shall show latitude and longitude of the pointed place in separate window. Subsequently, the range and bearing option also shall be active. The bidder is to specify the number of layers designed for video mapping including name and features of each layer.

f. Manual identification option to modify/change auto identification number.

28. Control and Monitor (C&M) Unit. A C&M unit is to be provided which will have display to assist Switching-on/off of the equipment, preliminary troubleshooting through BITE, Change of antenna rotation (remote), assess fault history, maintenance record and operating manually when redundant units fails to take over automatically. If any trouble happens, the C&M unit should identify the fault down to the level of line replaceable unit (LRU).

29. Identification of Friend or Foe (IFF). The Radar shall have secondary surveillance Radar (SSR) /identification of Friend or Foe (IFF) system including active decoder and antenna (NATO standard). The IFF system shall have both passive and active decoding facilities as for the later system would implement Selective Identification Features (SIF) in accordance with tactical requirement. The system shall be capable of displaying Mode 1, Mode 2, Mode 3/A and Mode C and/or Mode S with specific digital code and raw radar impression separately. There must be provision for interfacing Secret /Encrypted Mode. Bidder may clarify the requirement during Pre-bid meeting. There shall be option for displaying Emergency modes and codes (eg, 7600, 7700 etc) along with visual and audio alarm system. The bidder is to provide all relevant technical information of radar and IFF system, give assistance and keep necessary provisioning to facilitate / accommodate integrating of secret/encrypted mode equipment. In order to ensure interoperability with onboard IFF systems from other origins, the bidder must provide following details of their secret/encrypted mode:

Page 6: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

a. Technical details of interrogator pulse patterns and relevant algorithm for encrypted mode.

b. Technical details of relevant responder pulse patterns for encrypted mode.

c. Hardware interface details (schematics, circuit diagrams etc) of encryption module/card for the interrogator.

30. Environment Conditions. The radar and associated equipment shall be able to sustain the following environmental conditions:

a. Tropical Weather i.e. hot and humid.

b. Can withstand rain, thunderstorm (Cyclone/Hurricane), sun, dust and moist weather.

c. Temperature Range : 00 C to +500 C (ambient).

d. Relative Humidity : 95%(indoor device), 98%(outdoor device)

e. Wind Speed : 80 kts (Antenna rotating) and 120 kts in on non-operating condition.

f. Sand and dust particle : To be mentioned.

g. Rain : Tropical intensity up to 4 inches/hour.

h. Salinity : All equipment shall have the capability to operate in salinity.

j. Hail Storm : Preferably able to sustain and continue operation in a tropical hail storm.

Technical Specification

31. Make and Model. The offered system is to be Western origin. The bidder is to mention the make and model of their offered radar which must be tested one and not modified. The system must be newly manufactured for BAF after signing the contract.

32. User's Name. Name of the countries presently using the offered model of the radar is to be mentioned (Minimum 03 x Countries, outside the country of origin) and in operation for at least 18 x months) with documentary evidence. A certificate is required in this regard.

33. Country of Origin/Manufacturer. USA, UK and EU countries only.

34. Date of Manufacture. The radar, its main components and all supporting equipment must be brand new, state of the art technology and not produced before the year of signing of contract.

35. Names of Major Equipment. The part number and names of major equipment has to be provided with technical nomenclatures.

36. Radar characteristics. The characteristics of the radar shall be as follows:

a. Frequency Band. It should be of C/L/S band or equivalent NATO frequency band.

Page 7: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

b. Coverage:

(1) Range. Actual range of the radar is to be 60 NM or more in all RPM (Not using Burn-through Technology). Minimum range should be 30 NM for 1 m2 (RCS) target at 500 ft height.

(2) Probability of Detection (PD): PD must be more than 80% at False alarm (FA) of 10-6 within range specified as above.

(3) Blip-Scan Ratio : More than 90%

(4) Azimuth : 3600

(5) Height: : 0 to 30,000 feet and above.

c. Accuracy.

(1) Range : Range accuracy should be maximum ± 100m or ±300 ft or better.

(2) Azimuth : Azimuth accuracy should be ± 0.250 or better.

(3) Height : Height accuracy should be ± 150 m or ±500 ft at max range.

d. Resolution. It will possess the following resolutions:

(1) Range : 200 m or less.

(2) Azimuth : 20 or less. e. Beam Width. 1.5o +10% is preferable.

f. Beam Elevation. To be mentioned.

g. Beam Tilting. Electronic beam steering facility should be available.

h. Blind Zone. To be mentioned

j. System Redundancy. The system should have adequate no of Tx, Rx and processor so that in case of failure of one module, S/by one can take over automatically. Every sub system should be fully redundant (doubled) in hot-s/by configuration.

k. Technology. The system shall be fully solid-state, electronically steered, independently phase controlled stacked/pencil beam architecture. All radar timing, processing and monitoring is to be controlled by microprocessor.

l. Cooling System. The system should have appropriate air/liquid cooling facilities for all sections of the radar and its ancillaries to sustain the ambient temperature. The bidder is to highlight the detail of cooling system for Tx, Rx, equipment room and other ancillaries of the radar system.

37. Transmitter Characteristics. Capable of generating frequency within the designated band (C, L or S band or equivalent NATO frequency band) with sufficient power to cover the designated range effectively. The transmitter should possess the following features:

a. Frequency Generator. It is to be frequency synthesized, capable of generating a variable frequency within the band.

b. Power Amplification. Solid-state Transmitter modules. Number of power module and output of each module is to be mentioned.

c. PRF. Fixed, Staggered and Burst.

Page 8: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

d. Frequency Agility. Random frequency hopping from burst to burst and frequency-to-frequency.

e. Peak Power. Sufficient power to cover the full range at given target cross section, PD and FA. Amount to be mentioned.

f. Beam Pattern. Electronically steered scanning stacked/pencil beam with high resolution, better discrimination and accuracy. The beam pattern and number of stacked beam with its coverage architecture is to be mentioned.

g. Average Power. To be mentioned.

h. Number of Beam. 15 beam or more.

38. Receiver Characteristics. The receiver should be of solid-state with following features:

a. Sensitivity : -110 dBm or better.

b. Noise figure : Not greater than 3.5 dB.

c. STC (Sensitivity Time Control) : This feature should be available for d. Band Width : To be mentioned. different

dynamic ranges.

e. Output Video Signals

(1) Normal Video in digital (plots/tracks).

(2) In phase / Quadrate phase (I/Q) Video.

(3) Video Recording and Replay System. It shall have capacity of storing minimum 500 hrs surveillance data with the Radar Performance Evaluation Subsystem (RPES). The sys should provide options for finding/searching any recorded data by date and time and extract and save them in different locations (HD/CD/DVD) with printing option. The data should be playable/ displayable in any computer based player.

(4) Appropriate weather video throughout its range to distinguish different types of cloud and intensity through different colours.

f. Database. The system shall have a database of all extracted plots and tracks. The data base is to have the standard facilities like sorting, finding and query by date, time, aircraft type, speed, range, bearing etc.

g. Moving Target Indicator(MTI) Features.

(1) Capability. Double cancellation up to full range is required. It should have the provision of adjusting the threshold/cancellation ratio for eliminating noise and display clear picture in different ranges. It should also have staggered MTI filtering against stationery and/or moving clutter by using cascade of fixed and adaptive notch MTI filters, adaptive A-MTI filtering of the low portion of the radar coverage offering good sub-clutter visibility in presence of any type of weather, towards adaptively detection criteria capable to assure the best filtering in every part of the radar sky.

(2) Processor anti-clutter (PAC). Capable of eliminating anomalous propagation and Ground clutter. (3) Multi-modes. Adaptive single processing with clutter elimination and simultaneous cancellation of fixed and moving clutters are required.

(4) Constant False Alarm Rate (CFAR). Processing or avoid saturation in the presence of extended clutter returns. It shall be optimized to

Page 9: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

maintain the best target output and lowest false track/echo in all environments.

39. Main Radar Antenna Features. The radar antenna is to be modern, high performance antenna capable of providing required bandwidth, narrow beam and lower antenna side-lobes. It will have the following features:

a. Type. Modern, high performance phased array antenna capable of providing required beam width, stacked/pencil beam and lower antenna side lobes.

b. RPM. 15 or more RPM without degrading the detection capability.

c. Antenna Gain. Min 35 dB with respect to the isotropic radiator.

d. Polarization. Horizontal. Linear to circular is preferable.

e. Ultra Low Side Lobe Design. The antenna must be designed to produce ultra low side lobes and narrow azimuth beam width to reduce the jamming signal influence.

40. Display Units/Consoles/Work Stations. The display consoles are to fulfill the following requirement:

a. Structure. Display design is to allow operator viewing the monitor at a comfortable 250-300 slant looking down angle. The viewing of monitor and control panel is to be placed close by for single directional view. The structure is to be adequately electroplated to withstand high humid (98%) atmospheric condition.

b. Number of Work Stations. The radar is to be equipped with adequate number of work station for op and maintenance. All the consoles are to be connected with each other through LAN (local area network). At least 02 x work stations are to be placed in the operation cabin of the vehicle and 01 x work station for maintenance personnel. Provision must be available to increase the number of work stations if required.

c. Type. All the work stations are to be LED monitor for displaying the radar picture as well as data.

d. Size. At least 24” inches 4:3 ratio flat coloured LED display (preferable) or as per system design.

e. Technology. Computer aided with colour graphics capability with adequate VRAM. Can be used for Video map, data etc. Video maps and vector shapes etc can be stored on the hard-disc (HD) displayed as required.

f. Software Protection. The software of the display consoles shall not have any sort of hardware binding/protection in the license, which will prevent the user from using field replaceable components procured from local sources. Software shall be of generic nature which can be installed on any commercially available hardware of similar type.

g. Display Resolution. High resolution to present HD quality pictures not less than 1280 x 1024 pixel or better. Pixel and size of the monitor to be mentioned.

h. Range Markers. 5, 10, 20 and 50 NM and KM (both NM and KM options are to be available).

j. Range Scales. It should allow selection of any range up to maximum pick-up range.

k. Range and Bearing Line(RBL) and Cursor Marker. Full scale RBL cursor with X and Y axis shifting facilities. Range and bearing info should be displayed at the end of the cursor line.

Page 10: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

l. Off-Centering. Provision must be there to off centre the scope to any place of the console and zoom-in up to minimum 5 KM.

m. Backup System of the Software and source code. The bidder is to provide backup of all system software in CD/DVD (Soft copy) with the system, so that it can be installed again in the system in case of a software or hardware failure/ crash. The bidder is to ensure the necessary training of installing software to the engineers of BAF.

n. Extractor. Each display shall have independent Extracting Processing Display board not coupled as slave or master amongst those.

p. Mapping/Overlay. Provision is to be available so that the users can draw maps, training areas, put desired symbols of common ground installations and natural features and display different set up separately.

q. Display Features. The track should be displayed with an identification number, heading, speed, all SSR/IFF modes along with the track as assigned by the operator and in separate windows on the console. The following should be included:

(1) Track parameter.

(2) Video and display control features/areas.

(3) Parameter set area.

(4) Manual identification option to modify/change auto Identification number.

41. Password. The hardware/software is not to be password protected and the software must be hardware/ platform independent. If so, the password must be delivered to BAF and tested prior to the acceptance.

42. Communication Equipment. The radar system shall have following communication equipment to ensure easy, smooth, reliable and redundant communication so that very quick exchange of information and data/intelligence can be done:

a. Very High Freq (VHF) Air Band RT. It shall have VHF rack consisting of at least 04 x independent VHF AM Air band RT sets connected through VCSS (Voice Communication Switching System) with headsets and foot press-to-talk (PTT) switch with loud speaker option. VHF AM Air band RT sets shall have the following technical features:

(1) Frequency Range : 118 MHz to 136 MHz

(2) Modulation : Amplitude Modulation

(3) Pre Set Channel : 30 Channels or more maximum capacity is to be mentioned.

(4) Channel Spacing : 12.5/8.33 KHz

(5) RF Power Output : 25 Watts or more.

(6) Sensitivity : 1µV or better at 6 dB S/N ratio.

(7) Selectivity : ≥ 70 dB at ± 25 KHz.

(8) The equipment is to have voice recording provision (recording jack with connecting lead is to be provided) with each RT set.

b. High Frequency (HF) (Ground-to-Ground and Ground-to-Air) RT 02xHF radio set to be placed near controller’s position in the operator’s cabin to facilitate ground-to-ground and ground-to-air voice communication. HF set is also to be

Page 11: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

interfaced with Voice Communication Switching System (VCSS). The HF set must have the following technical features:

(1) Frequency Range : 2 to 30 MHz

(2) Modulation : AM, USB, LSB and CW

(3) Preset Channel : 100 Channels (Minimum).

(4) RF Power Output : At least 125 W PEP or more (To be mentioned).

(5) Receiver Sensitivity : 0.5µ V or better for min 10 dB SNR

(6) Channel Spacing : 100 Hz.

(7) Selectivity : ≥ 65 dB at ± 5 KHz. Channel spacing.

(8) Special Features. The equipment shall have the Fax and Data transmission capacity through IBM compatible PC and Group III Fax machine. Equipment and software must be compatible of working with existing BAF CODAN Fax and Data Network.

(9) It shall have Omni directional antenna with auto tuning facility.

c. Voice Communication Switching System (VCSS). VCSS are to be available in all work stations (Controllers’ position) having facilities of independent operation for intercom (between workstation), radio communication (ground to air and ground to ground), landlines (control/plotting/supervisors etc.) routed through a multi-channel voice recorder. It shall have the provision of high sensitivity soft touch and no time delay switching option among all connected communication links. The VCSS shall have Communication Control Panels located at each operator position allowing the operator to access three modes of communication: VHF Radios (at least 04 x VHF R/T), long distance line of sight (LOS) voice communication (at least 12 x land lines provision to be incorporated) and site intercom (at least 16 x Land Lines site intercom provision to be incorporated). There shall be provision of receiving all 04 x VHF R/T channels at a time. Bidder is to submit the design and detail during the pre-bid meeting. The bidder is to quote the required hardware and software along with price. The Technical Specification for VCSS is to include the following additional features:

(1) Features.

(a) Radio Communication. To communicate with the aircraft or to other mobile units by interfacing VHF AM (Air band) /HF Radio without any processing delay.

(b) Telephone Communication. To interface different types of telephone (DTMF and PULSE) and data lines.

(c) Intercom. To communicate between work stations.

(d) HOT Communication. Point to point communication with remote operator on telephone.

(2) System Capacity.

(a) Radio. The configuration of the Radio part of the VCSS should have following facilities:

i. Eight (08) or more multi-channel radio equipment.

Page 12: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

ii. To permit minimum four (04) VCSS Radio Operators, appropriately equipped, to operate all the radio equipment from all the workstation (Controllers’ position).

(b) Telephone. The configuration of the telephone part of the VCSS should have following features:

i. To interface at least twelve (12) telephone lines (2/4 Wire PABX and PSTN).

ii. Each of the telephone lines must be capable of operating from each workstation.

iii. The VCSS shall have the provision to increase the workstation up to eight (08).

iv. Should be compatible with inter service communication system.

(c) Supervisory System. Bidder is to provide a supervisory system with one of the VCSS along with required hardware, software and accessories for the purpose of fault detection and easy maintenance.

(d) Connection Facilities with Fiber Optic. Provision with necessary equipment to use optical fiber communication.

(e) Voice Recorder. The Multi Channel Voice Recorder should be of solid state microprocessor based and have minimum 32x channel recording capacity. So that it can record all channels of VCSS on computer hard disk/compact disk. The tech spec of the Multi Channel Voice Recorder is to include the following additional features:

i. Dual drive.

ii. Auto drive change over from main to stand-by in case of fault (Hot standby).

iii. Provision for automatic fault alarm with fault detection.

iv. Provision of required recording DVD-RW/CD-RW for minimum 01 month data storage.

v. Provision of servicing kit with extension cord, microphone, monitoring headset and any other item required for satisfactory operation of the system.

vi. Built in erasing facilities.

vii. The recorder should have the provision for finding/searching any recorded data by date and time; extract and save them in different location (HD/CD/DVD). This data should be playable in any audio player/computer.

(f) Recording facility. VCSS should have the provision for recording each independent audio channel (reception and transmission) for each type of radio, telephone, landlines and intercom.

(g) Interfacing VCSS with existing BAF AD communication. The VCSS will have to be interfaced the existing AD communication network of BAF including other VCSS.

Page 13: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

43. Integration with other AD Installations. The system must have the facilities of transmitting digital target data to ADOC for integration with the automation system of BAF AD network. In doing so, the bidder must interface the radar with the BAF AD network and provide the complete UDP/TCP packet structure of both plot and track data which should have the provision of transmitting over the Ethernet based network of the Integrated Air Defence System and ASTERIX Cat 034/Cat 048. There shall be provision to integrate with ADNC, AD radar stations, Base Ops Room and SAM/GBAD sites also. The system should also have provision of data link with the aircraft to share the operational information.

44. Power Supply System. The sys will operate primarily on generator. It should have the provision to run on commercial power (380±5% V, 50Hz, 3-phase and 220±5% V, 50Hz, single phase) if available. The following equipment shall be available to meet the emergency and other operational requirements:

a. Generators. The system should be provided one built-in generator having appropriate capacity with one additional generator as backup. It should have auto voltage regulator for radar and communication equipment having the provision of auto start and auto changeover of power source. Generator must have the capacity to run the radar system and ancillary equipment including air conditioners of the operation cabin, communication system, switch room at a time.

b. Uninterrupted Power Supply (On line UPS). 01 x UPS (On Line) with sufficient capacity to run the main and its ancillary equipment with a full load for at least 15 minutes is to be provided. The system must have the provision to takeover automatically if there is commercial power failure, i.e. a no-break-system power supply.UPS Shall have a built-in Automatic Voltage Regulator (AVR) having tolerance of ±20% and surge protector. The bidder is to mention the detail technical specification of the offered UPS.

c. Power Line Surge Protector. Separate power line surge protector covering 180-250 Volt for each phase is to be provided for power line.

d. Firefighting Equipment. Automatic fire and smoke detection system with manual fire extinguishing equipment is to be provided for the whole system.

45. Ancillary Equipment. Bidder shall provide the following ancillary equipment:

a. Air Conditioning Facility. Adequate Air Conditioner should be provided to maintain required temperature inside all the vehicles of the system to ensure equipment survivability. The air conditioners should be of US/UK/EU origin/standard.

b. Dehumidifier. Required number of Dehumidifier should to be provided. The dehumidifier should be of US/UK/EU origin/standard.

c. Lightning Protection System. Appropriate surge protector and appropriate lightening arrester along with proper grounding facility should be there for safety of all equipment/components.

d. Earthing of the Equipment. The resistance must be less than 01 ohm for all electronic equipments.

Maintenance

46. Reliability and Maintainability. The system should be highly reliable and easy to maintain with low maintenance cost. Modular design of site replaceable units (SRU) would be highly preferable. Following desirable features should be included:

a. Built-in-test (BIT). Built in self-test facilities for all sections and sub-sections.

Page 14: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

b. Performance Monitoring and Automatic Fault Location. Provision of on-line test facilities with the help of computer and off-line computer controlled hardware tests. It should be able to monitor and localize the fault automatically.

c. Backup copy of onboard software. Back up of all onboard software loaded on all of the electronic boards of the system are to be provided for future maintenance and replacement of such boards.

d. Circuit diagram. Component level circuit diagrams of all the electronic boards with proper reference are to be provided. Interface ports for JTAG or other onboard programming interfaces are to be mentioned and indicated in the schematics of the relevant electronic boards.

47. Unit Repair Facility. The bidder is to provide complete list of tester/Test equipment and tools as per attached format (Appendix-2 to this annex A) for establishing 1st and 2nd line repair of radar equipment at the site. The bidder is also to provide cost of each equipment separately. The list will include the common tools for 1st and 2nd line maintenance. BAF shall have the option to select / accept all, some of the proposed tester/test equipment for establishing necessary repair facility.

48. Monthly Preventive Maintenance. The bidder is to highlight the scheduled maintenance required for the proposed Radar. However, it should not be more than 02 x hours in a month.

49. Overall Availability. It should be more than 95%.

50. Mean time between failures (MTBF). Must have the higher mean time between failures for lower life- cycle costs. It should not be less than 2000 hours.

51. Mean time to repair (MTTR).Not more than 30 min.

52. Expected Life. The life of the radar should be minimum 20 years. The bidder is to mention the life of offered Radar.

53. Special Tool. Special tool is to be provided as per attached format (Appendix-3 to this annex A) along with the equipment that may be required for the installation, replacement of unit or any other maintenance purposes. The bidder is to submit the list along with unit price of items.

54. Backup Spares. The bidder is to provide a detailed list of backup spares required for 02 (two) years uninterrupted operation of the radar after warranty period as per attached format (Appendix-4 to this annex A) and to be quoted separately. BAF shall have the option to select/accept all, some or none of the proposed backup spares.

55. Technical Support. The following types of support are to be provided by the bidder:

a. The bidder is to provide the critical backup spares which will be required for uninterrupted operation of the radar for 02 years after warranty period. If any additional items are required during 02 years for maintenance/repair and operation of the radar, the supplier is to provide the same free of cost.

b. The bidder is to replenish within 02 months if any of the critical back up spares is required or consumed during warranty period.

c. The bidder is to furnish a certificate of providing repair support to BAF throughout the life of the radar to sustain trouble free operation.

d. The bidder is to provide maintenance support to solve the hardware and software related problems during whole service life of the radar. e. The bidder is to assure of providing continuous spares support and other maintenance support for the next 20 years or more.

Page 15: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

f. A Guarantee Certificate is to be furnished for providing spare support to BAF throughout the life of the radar.

56. Publications/Manuals. Complete sets of following catalog/manuals and documents (in English) along with soft copies in the form of CD/DVD are to be provided along with the Radar system as free of cost. However the cost of the Manual/ Catalog/ Publication is to be mentioned separately:

a. 03 x sets of illustrated parts catalogue (IPC) up to component level, i.e. the part catalogue of component are to be provided.

b. 03 x sets of Interface Control Document (ICD) including all board pin configuration and data protocol details are to be provided.

c. 03 x sets of Operational and Technical manual of all equipment are to be provided in hard and soft copy (03 sets of DVD).

d. Maintenance/technical manual up to 2nd line maintenance are to be provided in 05 x sets along with DVDs (soft copy). The technical manual should consist of:

(1) Block diagram.

(2) Elaborate circuit diagram.

(3) Troubleshooting with rectification procedures through flow chart.

e. Assurance for future support of change notices and bulletins should be there to support the above mentioned sets, i.e. IPC, Operational Manual, Maintenance Manual automatically.

f. All the publications/manuals are to be free of cost and must be in English. It is also required to mention the cost of each publication/manual separately in the offer.

Logistic

57. Logistic requirement of the radar that are to be provided by the bidder along with the offer are mentioned below:

a. List and addresses of the manufacturers and authorized dealers (copy of the certificates as authorized dealer is to be produced) in the country of origin and outside, for the followings:

(1) Instruments.

(2) Other spare/component.

(3) List of scaled spare and tools.

b. Price catalogue for all ranges of components and spares.

c. Certificate and warranty for the radar, components and spares (where applicable).

d. List of the manufacturer/authorized dealer of the above mentioned ground support equipment with a guarantee to provide repair, overhaul and spares/component support.

e. List of Tester/Test equipment with individual price of each equipment.

f. List of manufacturer of Tester/Test equipment.

g. Provision for technical support team (TST) during warranty period.

Page 16: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

h. The bidder is to submit the list of Lubricants/Grease by mentioning western /international number, MIL Specification/ NATO Code, description including in lieu information which are likely to be used in the offered Radar system and its associated equipments. Consumption rate of each product is to be submitted by the bidder along with the list.

Training

58. Training of BAF Personnel. A comprehensive theoretical and practical training will be conducted for 19 x BAF personnel for both operators (06 x persons) and technicians (13 persons) at the seller’s site. Detailed theoretical and practical training will be as under:

a. Operators’ Training. Detailed theoretical and practical training for the 03 x Air Defense Weapon Controllers and 03 x Radar Operators on operation of the whole system is required to be offered which will include classroom training and hands on equipments at the manufacturer’s premises. Duration of training will be 04 x weeks (02 x weeks theoretical and 02 x weeks practical). The practical training on handling work station, VCSS, VHF, HF, Land Lines, Voice recorder etc shall be conducted keeping the radar on operation. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The broad category of operator's training is given below. However, bidder may propose changes in proposed plan considering the volume of study based on the topic.

Ser No Topic/System Duration Remarks

1 Radar Sys incl Tx, Rx, Signal processor and IFF System

02 weeks Theoretical and Practical Training

2 Orientation and detail features on Work Stations

01 week Theoretical and Practical Training

3 Radar Communication Control System and VCSS

01 week Theoretical and Practical Training

Total Duration 04 weeks

b. Technical Training. Required Operation and Maintenance training are to be provided for 03 x Engg Officers and 10 x Technicians at manufacturer’s premises. Duration of training will be 04 x weeks. They are to be given practical training during the time of installation, so that they can operate and maintain the radar independently. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The training will include 1st and 2nd level maintenance in detail. Training plan shall be outlined based on the major variety of equipment. Details of training proposal are enumerated below:

(1) Duration of Training. Duration of Technical Training at the manufacturer’s premises will be as follows:

(a) All Groups. First 01 x week of general orientation on Radar system, Power system and communication system (03 x Engg Officers and 10 x technicians).

(b) Group-1 03 x weeks detail training on power system (generator, stabilizer, UPS, Dehumidifier and Air conditioner) operation and maintenance for 01 x Engg Officer and 02 x technicians.

Page 17: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

(c) Group-2 03 x weeks detail training on radar operation, maintenance, fault finding, rectification, alignment and tuning of each equipment/sub-systems and communication system (VCSS, VHF, HF, recorder video/audio etc), maintenance and repair for 01 x Engg Offrs and 08 x technicians.

(d) Group-3 03 x weeks detail training on Software and computer system for 01 x Engg officer with CSE background.

(2) Conduct of Training. The maintenance training will be divided into two phases. During 1st phase, the trainees will attend the introduction to the system, in 2nd phase; the trainees will be divided into different groups who have detailed training on different sub-system of the radar system. The syllabi of sub-systems will be as under. However, bidder may propose changes in proposed plan considering the volume of study based on the topic.

Ser No

Group Course

1 Radar Transmitter and Receiver System

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

2 Radar Signal Processing Operation, diagnostic methods, troubleshooting

and maintenance of each system/ module/ component.

3 Radar Antenna System Operation, diagnostic methods, troubleshooting

and maintenance of each system/ module/ component.

4 Radar Operation Console/Display Unit

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

5 IFF System Operation, diagnostic methods, troubleshooting

and maintenance of each system/ module/ component.

6 Radar Communication Control System and VCSS

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

7

Radar Power System (Generator, Power Control and Distribution, UPS etc.)

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

8

Computer and Software based troubleshooting and maintenance system.

Operation, diagnostic methods, troubleshooting and maintenance of each system of the radar using computer and software based troubleshooting and maintenance system.

Note:

i. The bidder is to mention detailed breakdown of the training, including the schedule and place of training.

ii. BAF will have the option to option to accept/reject/modify/discard all or part of the training schedule/syllabus.

iii. The bidder is to provide a detail plan of conducting training highlighting the subject wise (based on equipment basis) period requirement, no of hours including theoretical and practical training as per the group. The bidder is to prepare detail syllabus and forward to Air HQ for approval. Upon approval from Air HQ, they will prepare manuals in English and forward to Air HQ at least 01 month prior to start of training.

Page 18: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

iv. The training manuals are to be prepared and forwarded to BAF at least 30 days prior to start training.

v. The bidder is to plan and conduct the training program with radar in operation condition where all the major components will be available.

vi. The bidder is to arrange visiting manufacturer area of all major components during conducting training.

c. Training Cost. All relevant costs for training (total 24 x personnel) are to be quoted separately by the bidder on the following heads:

(1) Operators Training. Cost involved for 01 x person and as a group with indication of the total number of trainees in the group along with a number of days.

(2) Technical Training. The cost of technical training for 01 x person, and as a group, for different category of technical personnel and for different level (1st and 2nd Level and 3rd level) of maintenance training to be mentioned in details.

(3) Accommodation, Food and Transportation. BAF will provide both way air tickets for the trainees up to the manufacturer’s premises/training institute. The bidder is to provide suitable accommodation (single room for the officers and a twin room for airmen in minimum three star standard hotel), food, internal all types of transportation and medical facilities. The bidder is to quote the price for accommodation and food separately.

OPTIONAL REQUIREMENT

59. Local Training for 3rd Line Maintenance. The bidder is to quote separately the duration and the cost of training for 10 x BAF personnel on 3rd line maintenance at the BAF site any time after the warranty period at bidder’s expense.

60. 3rd Line Repair, Training and Maintenance Tools (Depot level maintenance tools).The bidder is to provide a list of 3rd line repair and maintenance tools as per the attached format (Appendix-5 to this Annex A). Supplier is to arrange separate 08 x weeks training for 3rd line maintenance for 02 x Engg Officers and 06 x Technicians after completion of TST period at the manufacturer’s premises. This training will include component level fault finding, rectification and total transfer of technology. Supplier is to provide detailed syllabus of the 3rd line maintenance training within 03 months of signing the contract. Bidder is to quote separately for the cost of 3rd line maintenance training. Maintenance/technical manual for 3rd line maintenance are to be provided in 05xsets along with DVDs (soft copy) as per paragraph no 56.

61. Life Cycle Cost. Comprehensive information of Life Cycle Cost of the radar is to be provided by the bidder which will be part of evaluation. But this cost will not be considered for determining the lowest bidder.

62. List of backup spares for 5 years of operation. The bidder is to provide a list of backup spares for 5 years of operation as per the attached format (Appendix-6 to this annex A). The bidder is to mention the unit price of each item. This cost will not be considered for determining the lowest bidder.

Note: Price quoting of all the optional items is mandatory. BAF will have the option to accept/reject/modify/discard all or any of the above mentioned services/items.

Page 19: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

PART – 3: GENERAL TERMS AND CONDITIONS

63. List of User Countries. The offered model of equipment must be used in minimum 03 foreign countries (outside the country of origin). A certificate needs to be provided in this regard.

64. Performance Evaluation of Offered Radar. As part of technical evaluation, the bidder is to arrange a performance evaluation of the offered radar for BAF team in user/manufacturing country. All expenses of the team will be borne by BAF. The Bidder is to intimate BAF at least 60 days in advance about the visit schedule.

65. Installation of Equipment at Selected Radar Site. The equipment is to be installed by the bidder at existing radar site of Bangladesh Air Force (BAF). The newly installed radar has to be handed over to BAF in serviceable and operational condition. Necessary harness, fittings and diagrams are also to be provided by the bidder for installation.

66. Stage Inspection Team (SIT). Once the contract is signed, of 04 x BAF members will visit the manufacturing plant during the assembling period (once assembling is 50% - 60% complete) for 05 x working days (excluding journey period). Assemble of the Radar and its major equipment is to be done in the presence of BAF team so as to ensure and verify the manufacturing date of different equipment (up to component level). The bidder is to specify tentative duration of the assembling of the Radar and its major equipment. All expenses of the team will be borne by BAF. The bidder is to intimate at least 60 days in advance about the schedule of the SIT.

67. Pre-shipment Inspection (PSI). Before shipment of the consignment a pre-shipment inspection of the complete radar system and its associated items will be carried out by a maximum 05 x member PSI team from BAF at the manufacture’s factory for the duration of 07 x working days (excluding journey period). The PSI team will depart Bangladesh as per schedule submitted by the Bidder. All expenses of the team will be borne by BAF. The Bidder is to intimate BAF at least 60 days in advance about the PSI schedule.

68. Shipment/ Delivery. The contracted radar and its associated equipment/items are to be delivered to the BAF radar site within 18 months after signing the contract.

69. Warranty/Guarantee. The bidder must ensure the following in their offer:

a. The bidder is to provide minimum 01 year warranty for trouble free operation of the entire radar system including ancillary equipment from the date of acceptance of the system/equipment by BAF. The period of un-serviceability of the radar system up to 24 hours in aggregate will be deemed as normal but more than 24 hours will be deducted from the period of trial run and warranty period for the purpose of respective period calculation. The bidder is to provide a warranty certificate in this regard.

b. Any item or equipment found unserviceable/defective during warranty period, the bidder is to replace/repair the same free of cost within 60 days from the date of reporting. If radar remains U/S for the item, the time would not be calculated for counting warranty period and TST.

c. During the whole warranty period, any un-serviceability of the radar more than 48 (forty eight) hours will be added together and thus, if the period of un-serviceability exceeds 50 days then 5% of the LC value will be forfeited as a penalty.

d. Both ways freight and insurance charges are to be borne by the bidder for the warranty replacement items.

Page 20: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

e. If the bidder fails to repair/replace an item/equipment under warranty claim within the stipulated period (02 x months) then the warranty period would be extended by the number of days delayed in repair/replacing the items/equipment under warranty to make the total warranty period for 01 x year.

f. If any supplied equipment is found not as per design and not functioning as per operational requirement, the item is to be replaced by the supplier. No modification of the item will be accepted.

70. Detailed Work Plan. The Bidder shall provide a detailed work plan. The work plan shall contain detailed information of all activities to be accomplished by the bidder prior to system installation. The detailed work plan report shall be delivered to BAF within 30 days of contract award which must be vetted by the Director of Air Defence and Director of Communication and Electronics.

71. Installation and Commissioning.

a. The bidder will send an installation team to Bangladesh for the assembly and installation of radar system. Necessary harness, fittings, diagram and any other necessities are to be provided by the bidder for installation. During installation, any damage, burnt-out or de-shaped part, equipment or spare should be replaced with a new one; no repaired or modified item will be accepted.

b. After completion of installation of the radar, the bidder shall carry out a detail test of all the equipment of the radar system in presence of BAF experts. Turnaround time for completion of installation will be maximum 90 days from the date of arrival of all equipment at installation site.

c. After completion of Installation and detail test of all the equipment of the radar system, the Bidder will confirm the radar system’s readiness for Commissioning Flight Test (CFT). The bidder shall provide technical assistance as required to support initial Commissioning Test of Radar system. In coordination with BAF and appropriate technical personnel, Bidder shall make adjustments and alignments to the equipment, as required. It is estimated that this support will require five (05) on-site workdays.

d. All cost for installation team including food, internal transportation, medical care etc is to be borne by the bidder within their quoted cost. However, accommodation, food in BAF Messes for required personnel may be provided on payment.

72. Functional/Operational Check. Operational/Functional check of radar and its associated equipment will start after the satisfactory commissioning test and will be carried out by BAF experts and the bidder/his representative. The Functional /Operational check will be carried out for 30 days (12 hours daily). The Calibration of the radar may be carried out during the functional/operational check. During the Functional/Operational check, the radar will be tested for continuous 48 hrs non-stop operation to check the performance of the radar. The following are to be adhered:

a. During the Operational/Functional check, repair/maintenance period should not exceed 2 days (48 hrs) at a time. If it exceeds 2 days (except for shipping of any equipment), the functional/operational check will start from the beginning after necessary maintenance. If the radar becomes serviceable within 2 days of repair/maintenance, Operational/Functional check period counting will resume deducting the rectification hours.

b. During the Operational/Functional check period, if radar remains unserviceable for less than 15 days at a time due to the shipment of any parts, Operational/Functional check period will resume, except the maintenance hours.

Page 21: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

c. During the Operational/Functional check period, if radar remains unserviceable for more than 15 days at a time due to the shipment of any spare parts, then the Operational/Functional check will start afresh.

73. Acceptance Check. Acceptance will be carried out after the satisfactory Functional/Operational check. During functional/operational check, if, the system is found unsatisfactory, acceptance will be held up till the same is corrected.

74. Technical Support Team (TST). The bidder is to keep a TST (Technical Support Team) to repair/rectify any fault/un-serviceability of the radar during warranty period. Minimum 02 x member TST is to be there in the team for one year and the expenditure is to be quoted. The TST will rectify all problems encountered in the radar system during that period and will provide “On site Practical Training” to the BAF technicians and operators for smooth technology transfer of the radar system. The TST will provide certificates to BAF technicians and operators in this regard. No extra cost would be considered for this. The number of TST members and their duration of staying at BAF site along with the cost are to be mentioned separately in the offer. The bidder shall bear all related cost of air tickets, food, medical, accommodation and transportation etc for the members of TST and the interpreter (if any). BAF shall provide the local transportation for the team within BAF area only.

75. Overhaul/ Performance check. The bidder is to produce a certificate that their representative would carry out a performance check of the radar after five years and would take necessary rectifications if required.

76. Miscellaneous Terms & Conditions. The following miscellaneous terms and conditions are to be followed:

a. The bidder must mention the name and full address of the local agent (if any) in the offer.

b. Compliances/Non-compliances is to be mentioned against each tender clause.

c. BAF/DGDP reserves the right to increase/decrease quantity of items and accept/reject any/all tender without assigning any reasons. d. No increase of price of radar and additional equipment/ job including all charges at any stage after submission of offer will be accepted by BAF.

e. Freight will be paid at actual, but not more than the contracted freight.

f. Cost of freight and insurance for any surplus spares/modules/accessories, which will be taken back after completion of installation of radar, is to be borne by the bidder.

g. Delivery schedule mentioned in the tender specifications may be changed by DGDP/BAF due to delay in concluding the contract. Delivery period of the radar will be 18 months after signing the contract.

h. The bidder must mention the prices in foreign currency (USD/EURO) for radar equipment, communication equipment, power equipment and all other associated equipment/items including installation.

j. The bidder is to quote the freight charge by sea or air up to Chittagong/Dhaka, Bangladesh. The local transportation of radar system in Bangladesh (From the port of arrival to the BAF radar site) is to be arranged and paid by the bidder.

k. The bidder is to mention the port /country of shipment.

Page 22: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

l. The transshipment is not allowed, but if the bidder needs transshipment then they are to mention it in their offer about their requirement. In case of such requirement transshipment will only be allowed under single AWB/BL.

m. Part shipment is allowed but part payment is not allowed except mentioned in payment terms.

77. Payment Terms. 100% Payment in foreign currency (USD/EURO) will be made through irrevocable LC opened with scheduled bank in Bangladesh and negotiating bank recommended by the bidder under following terms and conditions:

a. 40% of the CFR/CPT value may be released on production of following documents:

(1) Clean/original Bill of lading/ Air way Bill issued by the carrier in 06 Copies (With one original). Freight amount must be shown in the Bill of lading /Air way Bill. Otherwise only FOB/ FCA value will be paid.

(2) Bidders invoice ……….. 06 copies (with one original).

(3) Packing list ……… 06 copies (with one original).

(4) Original certificate from Chamber of Commerce or certificate of authorization for exporting of military goods …….06 copies (with one original).

(5) Manufacturers’ Factory/bidders Inspection Report / certificate ….. 06 copies (with one original). (6) Bidders Warranty/ Guarantee certificate ……..06 copies (with one original).

(7) Pre-shipment Inspection certificate signed by the BAF member of PSI Team ……06 copies (with one original).

b. 20% of the CFR/CPT value may be released on satisfactory acceptance of all the items in serviceable condition and after completion of installation and 03 days’ satisfactory trial run of the radar system at BAF Site on production of job completion certificate from BAF and on production of certificate receipt voucher (CRV) to DGDP.

c. 20% of the CFR/CPT value may be released after 30 days’ satisfactory operation of the radar system on production of job completion certificate from BAF.

d. 20% of the CFR/CPT value may be released after the expiry of the warranty period on production of warranty support completion certificate from BAF.

e. 100% cost of training may be released after satisfactory completion of training as per the contract on production of training completion certificate from BAF.

f. 100% cost of TST may be released after satisfactory completion of TST service as per the contract on production of TST completion certificate from BAF.

g. 100% cost of installation will be released on completion of installation job and after getting installation completion certificate from user/BAF.

Note: Bidder is to comply with the payment term mentioned above; otherwise his offer will not be accepted.

78. Replacement Assurance. Supplier is to replace unused items of 02 years critical back up spares. The items found not used during 02 years operation will be replaced free of cost by the bidder, with the spares which is consumed during this period and likely to be required in future also.

Page 23: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

  SECRET

SECRET

79. Vendors List. Full address of the vendors including FAX number and e-mail address are to be provided for all vendor items, used in radar and its associated equipment.

Financial Offer

80. All costs are to be mentioned in Foreign currency (USD/EURO) in FOB basis.

81. Quoting price of the followings is essential:

a. Cost of radar equipment, communication equipment, power equipment and all other associated equipment/items including installation(to be mentioned separately)at BAF side which is required to meet the essential operational characteristics mentioned.

b. Price of total Training package as mentioned.

c. Cost of Optional Requirements.

d. Cost of shipment by Sea/Air.

e. Cost of Technical Support Team (TST).

Note: BAF will reserve the right to accept or reject any items/tools/accessories/tester and ground equipment from the offer. In addition, BAF will also reserve the right to ask the bidder to supply any provisioning/equipment whose price are asked to quote in the financial offer.

82. Factor for Determining the Lowest Bidder. The bidder shall quote the price of the items as mentioned below, which will be considered for determining the lowest bidder:

a. Price of radar equipment, communication equipment, power equipment and all other associated equipment/items including installation at BAF site which is required to meet the essential operational characteristics mentioned in this tender specification.

b. Price of total training package as mentioned.

c. Cost of shipment by Sea/Air as mentioned.

d. Cost of Technical Support Team (TST).

83. Offer must remain valid for minimum 180 days from the date of tender opening. Within the validity of the offer, withdrawal of offer or unwillingness to sign the contract by the bidder is not accepted and in such cases action would be taken against the principal bidder and local agent as per DGDP’s rules.

84. Any other tender terms and conditions not covered here will be as per the standing rules of DGDP.

Page 24: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-24

SECRET

ANNEX ‘B’ TO TENDER NO: 06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018

COMPLIANCE SHEET OF MOBILE GAP FTLLER RADAR FOR BANGLADESH AIR FORCE

Tender Clause

No

OPERATIONAL AND TECHNICAL SPECIFICATION

ESSENTIAL REQUIREMENT

Bidder’s Response

Operational Specification

1. Operational Characteristics

a. Dimension : 3 Dimensional

b. Type : Fully solid-state, Mobile/Transportable

c. Range : 60 NM or more (Not using Burn Through Technology)

d. Height Coverage : 30,000 feet or above

20.

e. Detection capability at low level: At 500 ft height to the range of at least 30 NM of RCS 1m2

21. 2. Probability of Detection. The radar shall have a high probability of detection up to the maximum detection ranges in different environments assuring an early evaluation and response to enemy intrusion. Probability of detection should be more than 80% within its full coverage.

 

Page 25: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-25

SECRET

3. Tracking Capability. The radar shall have the following features:

a. Features of automatic tracking, and computer assistance in profiling simultaneous fighter interceptions and recovery for multiple numbers of aircraft. The radar terminal shall have target processing capacity 500 plots/scan and 200 tracks/scan.

22.

b. The display shall have a relative table and coupling facilities, both between air to air and air to ground points.

23. 4. Data and Communication Facilities. The system is to allow transmission of target data (Radar data) through data link provision and voice communication to Air Defence Operation Center (ADOC), Air Defence Coordination Center (ADCC), Air Defence Radar stations, airfields and SAM sites in known format preferable in ASTERIX protocol.

5. Electronic-Counter-Counter-Measures (ECCM) Features. The Radar is to be equipped with ECCM features to avoid jamming/Electronic Counter Measures (ECM). The following ECCM options are to be available:

a. Side Lobe Cancellation and Blanking.

b. Very Wide Band Frequency Agility, pulse and burst agile.

c. Constant False Alarm Rate (CFAR) Processing Functions.

d. Digital Pulse Compression.

e. Variable PRF: Fixed, Stagger and Burst.

24.

f. Emission Control/Sector Blanking/Strobe Jamming.

 

Page 26: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-26

SECRET

 

g. Coded Pulse Anti-Clutter System (CPACS) or equivalent.

h. Automatic Clear Channel Search.

j. Jamming Analysis and Transmission System (JATS).

k. Multiple variable signal waveforms.

l. Burn through function to focus power to certain elevation sector.

m. The other available ECCM facilities are to be mentioned. ECCM facilities are to be tested both at the manufacturers and the user’s premises in the presence of BAF experts before shipment and after installing the equipment.

25.

6. Moving Target Indicator (MTI) Features. The radar system shall have superior clutter rejection capability to suppress all types of clutter (weather, terrain etc) and anti-chaff performance to ensure automatic detection and track continuity under all environmental condition. Full range moving target indicator (MTI) facilities are to be incorporated with operators/ controllers console for setting selected cancellation ratio at different MTI range. MTI performance is to be mentioned in detail.

26. 7. Weather Information. The radar shall have the ability to display the weather information (cloud picture) throughout its range in weather mode. The radar shall be able to differentiate different types of cloud basing on intensity and colour code assigned by the operator and/or manufacturer.

 

Page 27: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-27

SECRET

 

8. Display Features. The track shall be displayed with an identification number, heading, speed, all Secondary Surveillance Radar (SSR) and Identification Friend or Foe (IFF) modes along with the track as assigned by the operator and in separate windows on the console. The following display facilities are to be included:

a. Track Parameter.

b. Manual Control area:

(1) Manual track initiator with parameter changing facilities (optional).

(2) Delete track.

(3) Switching on all Modes of IFF system, including secret modes.

(4) Change Label Position and Size.

(5) Change Dot Quantity/ Track history.

(6) Replay data and track.

(7) Measure the distance and heading.

(8) Change Range Scale.

(9) Jamming Area Selection (Active or passive) and delete.

(10) Area selection and delete.

(11) Range and Bearing marking.

(12) Draw a map (City, Airfield, Border etc.).

27.

(13) Track History.

Page 28: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-28

SECRET

 

c. Video and display Control features/areas.

d. Parameter set area.

e. Full Scale Digital Mapping. Digital map with terrain features is to be provided. The digital map shall be able to interface radar picture with real ground picture/scenario (as seen in satellite/Google map) when switched on. Under this condition electronic cursor/pointer pointing shall show latitude and longitude of the pointed place in separate window. Subsequently, the range and bearing option also shall be active. The bidder is to specify the number of layers designed for video mapping including name and features of each layer.

f. Manual identification option to modify/change auto identification number.

28.

9. Control and Monitor (C&M) Unit. A C&M unit is to be provided which will have display to assist Switching-on/off of the equipment, preliminary troubleshooting through BITE, Change of antenna rotation (remote), assess fault history, maintenance record and operating manually when redundant units fails to take over automatically. If any trouble happens, the C&M unit should identify the fault down to the level of line replaceable unit (LRU).

10. Identification of Friend or Foe (IFF). The Radar shall have secondary surveillance Radar (SSR) /identification of Friend or Foe (IFF) system including active decoder and antenna (NATO standard). The IFF system shall have both passive and active decoding facilities as for the later system would implement Selective Identification Features (SIF) in accordance with tactical requirement. The system shall be capable of displaying Mode 1, Mode 2, Mode 3/A and Mode C and/or Mode S with specific digital code and raw radar impression separately. There must be provision for interfacing Secret /Encrypted Mode. Bidder may clarify the requirement during Pre-bid meeting. There shall be option for displaying Emergency modes and codes (eg, 7600, 7700 etc) along with visual and audio alarm system. The bidder is to provide all relevant technical information of radar and IFF system, give assistance and keep necessary provisioning to facilitate / accommodate integrating of secret/encrypted mode equipment. In order to ensure interoperability with onboard IFF systems from other origins, the bidder must provide following details of their secret/encrypted mode:

a. Technical details of interrogator pulse patterns and relevant algorithm for encrypted mode.

29.

b. Technical details of relevant responder pulse patterns for encrypted mode.

Page 29: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-29

SECRET

 

c. Hardware interface details (schematics, circuit diagrams etc) of encryption module/card for the interrogator.

11. Environment Conditions. The radar and associated equipment shall be able to sustain the following environmental conditions:

a. Tropical Weather i.e. hot and humid.

b. Can withstand rain, thunderstorm (Cyclone/Hurricane), sun, dust and moist weather.

c. Temperature Range : 00 C to +500 C (ambient).

d. Relative Humidity : 95% (indoor device), 98% (outdoor device).

e. Wind Speed : 80 kts (Antenna rotating) and 120 kts in on non-operating condition.

f. Sand and dust particle : To be mentioned.

g. Rain : Tropical intensity up to 4 inches/hour.

h. Salinity : All equipment shall have the capability to operate in salinity.

30.

j. Hail Storm : Preferably able to sustain and continue operation in a tropical hail storm.

Technical Specification

31. 12. Make and Model. The offered system is to be Western origin. The bidder is to mention the make and model of their offered radar which must be tested one and not modified. The system must be newly manufactured for BAF after signing the contract.

 

Page 30: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-30

SECRET

 

32. 13. User's Name. Name of the countries presently using the offered model of the radar is to be mentioned (Minimum 03xCountries, outside the country of origin) and in operation for at least 18xmonths) with documentary evidence. A certificate is required in this regard.

33. 14. Country of Origin/Manufacturer. USA, UK and EU countries only.

34. 15. Date of Manufacture. The radar, its main components and all supporting equipment must be brand new, state of the art technology and not produced before the year of signing of contract.

35. 16. Names of Major Equipment. The part number and names of major equipment has to be provided with technical nomenclatures.

17. Radar characteristics. The characteristics of the radar shall be as follows:

a. Frequency Band. It should be of C/L/S band or equivalent NATO frequency band.

b. Coverage:

(1) Range. Actual range of the radar is to be 60 NM or more in all RPM (Not using Burn-through Technology). Minimum range should be 30 NM for 1 m2 (RCS) target at 500 ft height.

(2) Probability of Detection (PD): PD must be more than 80% at False alarm (FA) of 10-6 within range specified as above.

(3) Blip-Scan Ratio : More than 90%

(4) Azimuth : 3600

(5) Height : 0 to 30,000 M and above.

36.

c. Accuracy.

Page 31: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-31

SECRET

(1) Range : Range accuracy should be maximum ± 100m or ±300 ft or better.

(2) Azimuth : Azimuth accuracy should be ± 0.250 or better.

(3) Height : Height accuracy should be ± 150 m or ±500 ft at range at max range.

d. Resolution. It will possess the following resolutions:

(1) Range : 200m or less.

(2) Azimuth : 20 or less.

e. Beam Width. 1.5o +10% is preferable.

f. Beam Elevation. To be mentioned.

g. Beam Tilting. Electronic beam steering facility should be available.

h. Blind Zone. To be mentioned

j. System Redundancy. The system should have adequate no of Tx, Rx and processor so that in case of failure of one module, S/by one can take over automatically. Every sub system should be fully redundant (doubled) in hot-s/by configuration.

k. Technology. The system shall be fully solid-state, electronically steered, independently phase controlled stacked/pencil beam architecture. All radar timing, processing and monitoring is to be controlled by microprocessor.

l. Cooling System. The system should have appropriate air/liquid cooling facilities for all sections of the radar and its ancillaries to sustain the ambient temperature. The bidder is to highlight the detail of cooling system for Tx, Rx, equipment room and other ancillaries of the radar system.

 

Page 32: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-32

SECRET

 

18. Transmitter Characteristics. Capable of generating frequency within the designated band (C, L or S band or equivalent NATO frequency band) with sufficient power to cover the designated range effectively. The transmitter should possess the following features:

a. Frequency Generator. It is to be frequency synthesized, capable of generating a variable frequency within the band.

b. Power Amplification. Solid-state Transmitter modules. Number of power module and output of each module is to be mentioned.

c. PRF. Fixed, Staggered and Burst.

d. Frequency Agility. Random frequency hopping from burst to burst and frequency-to-frequency.

e. Peak Power. Sufficient power to cover the full range at given target cross section, PD and FA. Amount to be mentioned.

37.

f. Beam Pattern. Electronically steered scanning stacked/pencil beam with high resolution, better discrimination and accuracy. The beam pattern and number of stacked beam with its coverage architecture is to be mentioned.

g. Average Power. To be mentioned.

h. No of Beam. 15 beam or more.

19. Receiver Characteristics. The receiver should be of solid-state with following features:

a. Sensitivity : -110 dB or better.

b. Noise figure : Not greater than 3.5 dB.

c. STC (Sensitivity Time Control) : This feature should be available for different dynamic ranges.

38.

d. Band Width : To be mentioned.

 

Page 33: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-33

SECRET

 

e. Output Video Signals:

(1) Normal Video in digital (plots/tracks).

(2) In phase / Quadrate phase (I/Q) Video.

(3) Video Recording and Replay System. It shall have capacity of storing minimum 500 hrs surveillance data with the Radar Performance Evaluation Subsystem (RPES). The sys should provide options for finding/searching any recorded data by date and time and extract and save them in different locations (HD/CD/DVD) with printing option. The data should be playable/ displayable in any computer based player.

(4) Appropriate weather video throughout its range to distinguish different types of cloud and intensity through different colours.

f. Database. The system shall have a database of all extracted plots and tracks. The database is to have the standard facilities like sorting, finding and query by date, time, aircraft type, speed, range, bearing etc.

g. Moving Target Indicator (MTI) Features.

(1) Capability. Double cancellation up to full range is reqr. It should have the provision of adjusting the threshold/cancellation ratio for eliminating noise and display clear pic in different ranges. It should also have staggered MTI filtering against stationery and/or moving clutter by using cascade of fixed and adaptive notch MTI filters, adaptive A-MTI filtering of the low portion of the radar coverage offering good sub-clutter visibility in presence of any type of weather, towards adaptively detection criteria capable to assure the best filtering in every part of the radar sky.

(2) Processor anti-clutter (PAC). Capable of eliminating anomalous propagation and Ground clutter.

(3) Multi-modes. Adaptive single processing with clutter elimination and simultaneous cancellation of fixed and moving clutters are required.

 

Page 34: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-34

SECRET

 

(4) Constant False Alarm Rate (CFAR). Processing or avoid saturation in the presence of extended clutter returns. It shall be optimized to maintain the best target output and lowest false track/echo in all environments.

20. Main Radar Antenna Features. The radar antenna is to be modern, high performance antenna capable of providing required bandwidth, narrow beam and lower antenna side-lobes. It will have the following features:

a. Type. Modern, high performance phased array antenna capable of providing required beam width, stacked/pencil beam and lower antenna side lobes.

b. RPM. 15 or more RPM without degrading the detection capability.

c. Antenna Gain. Min 35 dB with respect to the isotropic radiator.

d. Polarization. Horizontal. Linear to circular is preferable.

39.

e. Ultra Low Side Lobe Design. The antenna must be designed to produce ultra low side lobes and narrow azimuth beam width to reduce the jamming signal influence.

21. Display Units/Consoles/Work Stations. The display consoles are to fulfill the following requirement:

a. Structure. Display design is to allow operator viewing the monitor at a comfortable 250-300 slant looking down angle. The viewing of monitor and control panel is to be placed close by for single directional view. The structure is to be adequately electroplated to withstand high humid (98%) atmospheric condition.

b. Number of Work Stations. The radar is to be equipped with adequate number of work station for op and maintenance. All the consoles are to be connected with each other through LAN (local area network). At least 02xwork stations are to be placed in the operation cabin of the vehicle and 01xwork station for maintenance personnel. Provision must be available to increase the number of work stations if required.

c. Type. All the work stations are to be LED monitor for displaying the radar picture as well as data.

40.

d. Size. At least 24” inches 4:3 ratio flat coloured LED display (preferable) or as per system design.

Page 35: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-35

SECRET

 

e. Technology. Computer aided with colour graphics capability with adequate VRAM. Can be used for Video map, data etc. Video maps and vector shapes etc can be stored on the hard-disc (HD) displayed as required.

f. Software Protection. The software of the display consoles shall not have any sort of hardware binding/protection in the license, which will prevent the user from using field replaceable components procured from local sources. Software shall be of generic nature which can be installed on any commercially available hardware of similar type.

g. Display Resolution. High resolution to present HD quality pictures not less than 1280x1024 pixel or better. Pixel and size of the monitor to be mentioned.

h. Range Markers. 5, 10, 20 and 50 NM and KM (both NM and KM options are to be available).

j. Range Scales. It should allow selection of any range up to maximum pick-up range.

k. Range and Bearing Line (RBL) and Cursor Marker. Full scale RBL cursor with X and Y axis shifting facilities. Range and bearing info should be displayed at the end of the cursor line.

l. Off-Centering. Provision must be there to off centre the scope to any place of the console and zoom-in up to minimum 5KM.

m. Backup System of the Software and source code. The bidder is to provide backup of all system software in CD/DVD with the system, so that it can be installed again in the system in case of a software or hardware failure/ crash. The bidder is to ensure the necessary training of installing software to the engineers of BAF.

n. Extractor. Each display shall have independent Extracting Processing Display board not coupled as slave or master amongst those.

p. Mapping/Overlay. Provision is to be available so that the users can draw maps, training areas, put desired symbols of common ground installations and natural features and display different set up separately.

 

Page 36: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-36

SECRET

 

q. Display Features. The track should be displayed with an identification number, heading, speed, all SSR/IFF modes along with the track as assigned by the operator and in separate windows on the console. The following should be included:

(1) Track parameter.

(2) Video and display control features/areas.

(3) Parameter set area.

(4) Manual identification option to modify/change auto Identification number.

41. 22. Password. The hardware/software is not to be password protected and the software must be hardware/ platform independent. If so, the password must be delivered to BAF and tested prior to the acceptance.

23. Communication Equipment. The radar system shall have following communication equipment to ensure easy, smooth, reliable and redundant communication so that very quick exchange of information and data/intelligence can be done:

a. Very High Freq (VHF) Air Band RT. It shall have VHF rack consisting of at least 04 x independent VHF AM Air band RT sets connected through VCSS (Voice Communication Switching System) with headsets and foot press-to-talk (PTT) switch with loud speaker option. VHF AM Air band RT sets shall have the following technical features:

(1) Frequency Range : 118 MHz to 136 MHz

(2) Modulation : Amplitude Modulation

(3) Pre Set Channel : 30 Channels or more maximum capacity is to be mentioned.

(4) Channel Spacing : 12.5/8.33 KHz

(5) RF Power Output : 25 Watts or more.

42.

(6) Sensitivity : 1µV or better at 6 dB S/N ratio.

Page 37: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-37

SECRET

 

(7) Selectivity : ≥ 70 dB at ± 25 KHz.

(8) The equipment is to have voice recording provision (recording jack with connecting lead is to be provided) with each RT set.

b. High Frequency (HF) (Ground-to-Ground and Ground-to-Air) RT. 02xHF radio set to be placed near controller’s position in the operator’s cabin to facilitate ground-to-ground and ground-to-air voice communication. HF set is also to be interfaced with Voice Communication Switching System (VCSS). The HF set must have the following technical features:

(1) Frequency Range : 2 to 30 MHz

(2) Modulation : AM, USB, LSB and CW

(3) Preset Channel : 100 Channels (Minimum).

(4) RF Power Output : At least 125 W PEP or more (To be mentioned).

(5) Receiver Sensitivity : 0.5µ V or better for min 10 dB SNR

(6) Channel Spacing : 100 Hz.

(7) Selectivity : ≥ 65 dB at ± 5 KHz. Channel spacing.

(8) Special Features. The equipment shall have the Fax and Data transmission capacity through IBM compatible PC and Group III Fax machine. Equipment and software must be compatible of working with existing BAF CODAN Fax and Data Network.

(9) It shall have Omni directional antenna with auto tuning facility.

Page 38: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-38

SECRET

 

c. Voice Communication Switching System (VCSS). VCSS are to be available in all work stations (Controllers’ position) having facilities of independent operation for intercom (between workstation), radio communication (ground to air and ground to ground), landlines (control/plotting/supervisors etc.) routed through a multi-channel voice recorder. It shall have the provision of high sensitivity soft touch and no time delay switching option among all connected communication links. The VCSS shall have Communication Control Panels located at each operator position allowing the operator to access three modes of communication: VHF Radios (at least 04xVHF R/T), long distance line of sight (LOS) voice communication (at least 12 x land lines provision to be incorporated) and site intercom (at least 16x Land Lines site intercom provision to be incorporated). There shall be provision of receiving all 04xVHF R/T channels at a time. Bidder is to submit the design and detail during the pre-bid meeting. The bidder is to quote the required hardware and software along with price. The Technical Specification for VCSS is to include the following additional features:

(1) Features.

(a) Radio Communication. To communicate with the aircraft or to other mobile units by interfacing VHF AM (Air band) /HF Radio without any processing delay.

(b) Telephone Communication. To interface different types of telephone (DTMF and PULSE) and data lines.

(c) Intercom. To communicate between work stations.

(d) HOT Communication. Point to point communication with remote operator on telephone.

(2) System Capacity.

(a) Radio. The configuration of the Radio part of the VCSS should have following facilities:

i. Eight (08) or more multi-channel radio equipment.

ii. To permit minimum four (04) VCSS Radio Operators, appropriately equipped, to operate all the radio equipment from all the workstation (Controllers’ position).

 

Page 39: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-39

SECRET

 

(b) Telephone. The configuration of the telephone part of the VCSS should have following features:

i. To interface at least twelve (12) telephone lines (2/4 Wire PABX and PSTN).

ii. Each of the telephone lines must be capable of operating from each workstation.

iii. The VCSS shall have the provision to increase the workstation up to eight (08).

iv. Should be compatible with inter service communication system.

(c) Supervisory System. Bidder is to provide a supervisory system with one of the VCSS along with required hardware, software and accessories for the purpose of fault detection and easy maintenance.

(d) Connection Facilities with Fiber Optic. Provision with necessary equipment to use optical fiber communication.

(e) Voice Recorder. The Multi Channel Voice Recorder should be of solid state microprocessor based and have minimum 32x channel recording capacity. So that it can record all channels of VCSS on computer hard disk/compact disk. The tech spec of the Multi Channel Voice Recorder is to include the following additional features:

i. Dual drive.

ii. Auto drive change over from main to stand-by in case of fault (Hot standby).

iii. Provision for automatic fault alarm with fault detection.

iv. Provision of required recording DVD-RW/CD-RW for minimum 01 month data storage.

v. Provision of servicing kit with extension cord, microphone, monitoring headset and any other item required for satisfactory operation of the system.

 

Page 40: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-40

SECRET

 

vi. Built in erasing facilities.

vii. The recorder should have the provision for finding/searching any recorded data by date and time; extract and save them in different location (HD/CD/DVD). This data should be playable in any audio player/computer.

(f) Recording facility. VCSS should have the provision for recording each independent audio channel (reception and transmission) for each type of radio, telephone, landlines and intercom.

(g) Interfacing VCSS with existing BAF AD communication. The VCSS will have to be interfaced the existing AD communication network of BAF including other VCSS.

43. 24. Integration with other AD Installations. The system must have the facilities of transmitting digital target data to ADOC for integration with the automation system of BAF AD network. In doing so, the bidder must interface the radar with the BAF AD network and provide the complete UDP/TCP packet structure of both plot and track data which should have the provision of transmitting over the Ethernet based network of the Integrated Air Defence System and ASTERIX Cat 034/Cat 048. There shall be provision to integrate with ADNC, AD radar stations, airfields and SAM/GBAD sites also. The system should also have provision of data link with the aircraft to share the operational information.

25. Power Supply System. The sys will operate primarily on generator. It should have the provision to run on commercial power (380±5% V, 50Hz, 3-phase and 220±5% V, 50Hz, single phase) if available. The following equipment shall be available to meet the emergency and other operational requirements:

44.

a. Generators. The system should be provided one built-in generator having appropriate capacity with one additional generator as backup. It should have auto voltage regulator for radar and communication equipment having the provision of auto start and auto changeover of power source. Generator must have the capacity to run the radar system and ancillary equipment including air conditioners of the operation cabin, communication system, switch room at a time.

 

 

Page 41: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-41

SECRET

 

b. Uninterrupted Power Supply (On line UPS). 01xUPS (On Line) with sufficient capacity to run the main and its ancillary equipment with a full load for at least 15 minutes is to be provided. The system must have the provision to take over automatically if there is commercial power failure, i.e. a no-break-system power supply. UPS Shall have a built-in Automatic Voltage Regulator (AVR) having tolerance of ±20% and surge protector. The bidder is to mention the detail technical specification of the offered UPS.

c. Power Line Surge Protector. Separate power line surge protector covering 180-250 Volt for each phase is to be provided for power line.

d. Firefighting Equipment. Automatic fire and smoke detection system with manual fire extinguishing equipment is to be provided for the whole system.

26. Ancillary Equipment. Bidder shall provide the following ancillary equipment:

a. Air Conditioning Facility. Adequate Air Conditioner should be provided to maintain required temperature inside all the vehicles of the system to ensure equipment survivability. The air conditioners should be of US/UK/EU origin/standard.

b. Dehumidifier. Required number of Dehumidifier should to be provided. The dehumidifier should be of US/UK/EU origin/standard.

c. Lightning Protection System. Appropriate surge protector and appropriate lightening arrester along with proper grounding facility should be there for safety of all equipment/components.

45.

d. Earthing of the Equipment. The resistance must be less than 01 ohm for all electronic equipments.

Maintenance 46.

27. Reliability and Maintainability. The system should be highly reliable and easy to maintain with low maintenance cost. Modular design of site replaceable units (SRU) would be highly preferable. Following desirable features should be included:

Page 42: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-42

SECRET

 

a. Built-in-test (BIT). Built in self-test facilities for all sections and sub-sections.

b. Performance Monitoring and Automatic Fault Location. Provision of on-line test facilities with the help of computer and off-line computer controlled hardware tests. It should be able to monitor and localize the fault automatically.

c. Backup copy of onboard software. Back up of all onboard software loaded on all of the electronic boards of the system are to be provided for future maintenance and replacement of such boards.

d. Circuit diagram. Component level circuit diagrams of all the electronic boards with proper reference are to be provided. Interface ports for JTAG or other onboard programing interfaces are to be mentioned and indicated in the schematics of the relevant electronic boards.

47. 28. Unit Repair Facility. The bidder is to provide complete list of tester/Test equipment and tools as per attached format (Appendix-2 to this annex A) for establishing 1st and 2nd line repair of radar equipment at the site. The bidder is also to provide cost of each equipment separately. The list will include the common tools for 1st and 2nd line maintenance. BAF shall have the option to select / accept all, some of the proposed tester/test equipment for establishing necessary repair facility.

48. 29. Monthly Preventive Maintenance. The bidder is to highlight the scheduled maintenance required for the proposed Radar. However, it should not be more than 02xhours in a month.

49. 30. Overall Availability. It should be more than 95%.

50. 31. Mean time between failures (MTBF). Must have the higher mean time between failures for lower life- cycle costs. It should not be less than 2000 hours.

51. 32. Mean time to repair (MTTR). Not more than 30 min.

52. 33. Expected Life. The life of the radar should be minimum 20 years. The bidder is to mention the life of offered Radar.

53. 34. Special Tool. Special tool is to be provided as per attached format (Annex D) along with the equipment that may be required for the installation, replacement of unit or any other maintenance purposes. The bidder is to submit the list along with unit price of items.

Page 43: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-43

SECRET

 

54. 35. Backup Spares. The bidder is to provide a detailed list of backup spares required for 02 (two) years uninterrupted operation of the radar after warranty period as per attached format (Annex E) and to be quoted separately. BAF shall have the option to select/accept all, some or none of the proposed backup spares.

55. 36. Technical Support. The following types of support are to be provided by the bidder:

a. The bidder is to provide the critical backup spares which will be required for uninterrupted operation of the radar for 02 years after warranty period. If any additional items are required during 02 years for maintenance/repair and operation of the radar, the supplier is to provide the same free of cost.

b. The bidder is to replenish within 02 months if any of the critical back up spares is required or consumed during warranty period.

c. The bidder is to furnish a certificate of providing repair support to BAF throughout the life of the radar to sustain trouble free operation.

d. The bidder is to provide maintenance support to solve the hardware and software related problems during whole service life of the radar.

e. The bidder is to assure of providing continuous spares support and other maintenance support for the next 20 years or more.

f. A Guarantee Certificate is to be furnished for providing spare support to BAF throughout the life of the radar.

56. 37. Publications/Manuals. Complete sets of following catalog/manuals and documents (in English) along with soft copies in the form of CD/DVD are to be provided along with the supplied Radar system as free of cost. However the cost of the Manual/ Catalog/ Publication is to be mentioned separately:

a. 03xsets of illustrated parts catalogue (IPC) up to component level, i.e. the part catalogue of component are to be provided.

Page 44: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-44

SECRET

b. 03xsets of Interface Control Document (ICD) including all board pin configuration and data protocol details are to be provided.

c. 03xsets of Operational and Technical manual of all equipment are to be provided in hard and soft copy (03 sets of DVD).

d. Maintenance/technical manual up to 2nd line maintenance are to be provided in 05xsets along with DVDs. The technical manual should consist of:

(1) Block diagram.

(2) Elaborate circuit diagram.

(3) Troubleshooting with rectification procedures through flow chart.

e. Assurance for future support of change notices and bulletins should be there to support the above mentioned sets, i.e. IPC, Operational Manual, Maintenance Manual automatically.

f. All the publications/manuals are to be free of cost and must be in English. It is also require to mention the cost of each publication/manual separately in the offer.

 

Page 45: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-45

SECRET

 

38. Logistic 57.

Logistic requirement of the radar that are to be provided by the bidder along with the offer are mentioned below:

a. List and addresses of the manufacturers and authorized dealers (copy of the certificates as authorized dealer is to be produced) in the country of origin and outside, for the followings:

(1) Instruments.

(2) Other spare/component.

(3) List of scaled spare and tools.

b. Price catalogue for all ranges of components and spares.

c. Certificate and warranty for the radar, components and spares (where applicable).

d. List of the manufacturer/authorized dealer of the above mentioned ground support equipment with a guarantee to provide repair, overhaul and spares/component support.

e. List of Tester/Test equipment with individual price of each equipment.

f. List of manufacturer of Tester/Test equipment.

g. Provision for technical support team (TST) during warranty period.

h. The bidder is to submit the list of Lubricants/Grease by mentioning western /international number, MIL Specification/ NATO Code, description including in lieu information which are likely to be used in the offered Radar system and its associated equipments. Consumption rate of each product is to be submitted by the bidder along with the list.

TRAINING

 

 

Page 46: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-46

SECRET

 

58. 39. Training of BAF Personnel. A comprehensive theoretical and practical training will be conducted for 19 x BAF personnel for both operators (06 x persons) and technicians (13 persons) at the seller’s site. Detailed theoretical and practical training will be as under:

a. Operators’ Training. Detailed theoretical and practical training for the 03 x Air Defense Weapon Controllers and 03 x Radar Operators on operation of the whole system is required to be offered which will include classroom training and hands on equipments at the manufacturer’s premises. Duration of training will be 04 x weeks (02 x weeks theoretical and 02 x weeks practical). The practical training on handling work station, VCSS, VHF, HF, Land Lines, Voice recorder etc shall be conducted keeping the radar on operation. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The broad category of operator's training is given below. However, bidder may propose changes in proposed plan considering the volume of study based on the topic.

Ser No Topic/System Duration Remarks

1 Radar Sys incl Tx, Rx, Signal processor and IFF System

02 weeks Theoretical and Practical Training

2 Orientation and detail features on Work Stations

01 weeks Theoretical and Practical Training

3 Radar Communication Control System and VCSS

01 week Theoretical and Practical Training

Total Duration 04 weeks

b. Technical Training. Required Operation and Maintenance training are to be provided for 03 x Engg Officers and 10 x Technicians at manufacturer’s premises. Duration of training will be 04 x weeks. They are to be given practical training during the time of installation, so that they can operate and maintain the radar independently. The training shall be planned for 08 hours/day and 05 working days per week (holidays not to be counted). The training will include 1st and 2nd level

Page 47: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-47

SECRET

maintenance in detail. Training plan shall be outlined based on the major variety of equipment. Details of training proposal are enumerated below:

(1) Duration of Training. Duration of Technical Training at the manufacturer’s premises will be as follows:

(a) All Groups. First 01 x weeks of general orientation on Radar system, Power system and communication system (03 x Engg Officers and 10 x technicians).

(b) Group-1. 03 x weeks detail training on power system (generator, stabilizer, UPS, Dehumidifier and Air conditioner) operation and maintenance for 01x Engg Officer and 02 x technicians.

(c) Group-2. 03 x weeks detail training on radar operation, maintenance, fault finding, rectification, alignment and tuning of each equipment/sub-systems and communication system (VCSS, VHF, HF, recorder video/audio etc), maintenance and repair for 01 x Engg Offrs and 08 x technicians.

(d) Group-3. 03 x weeks detail training on Software and computer system for 01 x Engg officer with CSE background.

(2) Conduct of Training. The maintenance training will be divided into two phases. During 1st phase, the trainees will attend the introduction to the system, in 2nd phase; the trainees will be divided into different groups who have detailed training on different sub-system of the radar system. The syllabi of sub-systems will be as under. However, bidder may propose changes in proposed plan considering the volume of study based on the topic.

Ser No

Group Course

1 Radar Transmitter and Receiver System

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

2 Radar Signal Processing Operation, diagnostic methods, troubleshooting and maintenance of each

Page 48: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-48

SECRET

system/ module/ component.

3 Radar Antenna System Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

4 Radar Operation Console/Display Unit

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

5 IFF System Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

6 Radar Communication Control System and VCSS

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

7 Radar Power System (Generator, Power Control and Distribution, UPS etc.)

Operation, diagnostic methods, troubleshooting and maintenance of each system/ module/ component.

8 Computer and Software based troubleshooting and maintenance system.

Operation, diagnostic methods, troubleshooting and maintenance of each system of the radar using computer and software based troubleshooting and maintenance system.

Page 49: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-49

SECRET

Note:

i. The bidder is to mention detailed breakdown of the training, including the schedule and place of training.

ii. BAF will have the option to option to accept/reject/modify/discard all or part of the training schedule/syllabus.

iii. The bidder is to provide a detail plan of conducting training highlighting the subject wise (based on equipment basis) period requirement, no of hours including theoretical and practical training as per the group. The bidder is to prepare detail syllabus and forward to Air HQ for approval. Upon approval from Air HQ, they will prepare manuals in English and forward to Air HQ at least 01 month prior to start of training.

iv. The training manuals are to be prepared and forwarded to BAF at least 30 days prior to start training.

v. The bidder is to plan and conduct the training program with radar in operation condition where all the major components will be available.

vi. The bidder is to arrange visiting manufacturer area of all major components during conducting training.

c. Training Cost. All relevant costs for training (total 24xpersonnel) are to be quoted separately by the bidder on the following heads:

(1) Operators Training. Cost involved for 01 x person and as a group with indication of the total number of trainees in the group along with a number of days.

(2) Technical Training. The cost of technical training for 01 x person, and as a group, for different category of technical personnel and for different level (1st and 2nd Level and 3rd level) of maintenance training to be mentioned in details.

(3) Accommodation, Food and Transportation. BAF will provide both way air tickets for the trainees up to the manufacturer’s premises/training institute. The bidder is to provide suitable accommodation (single room for the officers and a twin room for airmen in minimum three star standard hotel), food, internal all types of transportation and medical facilities. The bidder is to quote the price for accommodation and food separately.

 

Page 50: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-50

SECRET

 

OPTIONAL REQUIREMENT

59. 40. Local Training for 3rd Line Maintenance. The bidder is to quote separately the duration and the cost of training for 10 x BAF personnel on 3rd line maintenance at the BAF site any time after the warranty period at bidder’s expense.

60. 41. 3rd Line Repair, Training and Maintenance Tools (Depot level maintenance tools). The bidder is to provide a list of 3rd line repair and maintenance tools as per the attached format (Appendix-5 to this Annex A). Supplier is to arrange separate 08 x weeks training for 3rd line maintenance for 02 x Engg Officers and 06 x Technicians after completion of TST period at the manufacturer’s premises. This training will include component level fault finding, rectification and total transfer of technology. Supplier is to provide detailed syllabus of the 3rd line maintenance training within 03 months of signing the contract. Bidder is to quote separately for the cost of 3rd line maintenance training. Maintenance/technical manual for 3rd line maintenance are to be provided in 05xsets along with DVDs (soft copy) as per paragraph no 56.

61. 42. Life Cycle Cost. Comprehensive information of Life Cycle Cost of the radar is to be provided by the bidder which will be part of evaluation. But this cost will not be considered for determining the lowest bidder.

62. 43. List of backup spares for 5 years of operation. The bidder is to provide a list of backup spares for 5 years of operation as per the attached format (Annex G). The bidder is to mention the unit price of each item. This cost will not be considered for determining the lowest bidder.

Note: Price quoting of all the optional items is mandatory. BAF will have the option to accept/reject/modify/discard all or any of the above mentioned services/items.

PART – 3: GENERAL TERMS AND CONDITIONS

63. 44. List of User Countries. The offered model of equipment must be used in minimum 03 foreign countries (outside the country of origin). A certificate needs to be provided in this regard.

64. 45. Performance Evaluation of Offered Radar. As part of technical evaluation, the bidder is to arrange a performance evaluation of the offered radar for BAF team in user/manufacturing country. All expenses of the team will be borne by BAF. The Bidder is to intimate BAF at least 60 days in advance about the visit schedule.

Page 51: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-51

SECRET

 

65. 46. Installation of Equipment at Selected Radar Site. The equipment is to be installed by the bidder at existing radar site of Bangladesh Air Force (BAF). The newly installed radar has to be handed over to BAF in serviceable and operational condition. Necessary harness, fittings and diagrams are also to be provided by the bidder for installation.

66. 47. Stage Inspection Team (SIT)/On site Project development (OSPD) Team. Once the contract is signed, an on-site project development/stage inspection team of 04xBAF members (02xADWC Officers and 02xEngg Officers) will visit the manufacturing plant during the assembling period (once assembling is 50% - 60% complete) for 05xworking days (excluding journey period). Assemble of the Radar and its major equipment is to be done in the presence of BAF team so as to ensure and verify the manufacturing date of different equipment (up to component level). The bidder is to specify tentative duration of the assembling of the Radar and its major equipment. All expenses of the team will be borne by BAF. The bidder is to intimate at least 60 days in advance about the schedule of the SIT.

67. 48. Pre-shipment Inspection (PSI). Before shipment of the consignment a pre-shipment inspection of the complete radar system and its associated items will be carried out by a maximum 05xmember PSI team (02xADWC Officer, 02xEngg Officers and 01xLog Officer) from BAF at the manufacture’s factory for the duration of 07xworking days (excluding journey period). The PSI team will depart Bangladesh as per schedule submitted by the Bidder. All expenses of the team will be borne by BAF. The Bidder is to intimate BAF at least 60 days in advance about the PSI schedule.

68. 49. Shipment/ Delivery. The contracted radar and its associated equipment/items are to be delivered to the BAF radar site within 18 months after signing the contract.

50. Warranty/Guarantee. The bidder must ensure the following in their offer: 69.

a. The bidder is to provide minimum 01 year warranty for trouble free operation of the entire radar system including ancillary equipment from the date of acceptance of the system/equipment by BAF. The period of un-serviceability of the radar system up to 24 hours in aggregate will be deemed as normal but more than 24 hours will be deducted from the period of trial run and warranty period for the purpose of respective period calculation. The bidder is to provide a warranty certificate in this regard.

 

 

Page 52: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-52

SECRET

 

b. Any item or equipment found unserviceable/defective during warranty period, the bidder is to replace/repair the same free of cost within 60 days from the date of reporting. If radar remains U/S for the item, the time would not be calculated for counting warranty period and TST.

c. During the whole warranty period, any un-serviceability of the radar more than 48 (forty eight) hours will be added together and thus, if the period of un-serviceability exceeds 50 days then 5% of the LC value will be forfeited as a penalty.

d. Both ways freight and insurance charges are to be borne by the bidder for the warranty replacement items.

e. If the bidder fails to repair/replace an item/equipment under warranty claim within the stipulated period (02xmonths) then the warranty period would be extended by the number of days delayed in repair/replacing the items/equipment under warranty to make the total warranty period for 01x year.

f. If any supplied equipment is found not as per design and not functioning as per operational requirement, the item is to be replaced by the supplier. No modification of the item will be accepted.

70. 51. Detailed Work Plan. The Bidder shall provide a detailed work plan. The work plan shall contain detailed information of all activities to be accomplished by the bidder prior to system installation. The detailed work plan report shall be delivered to BAF within 30 days of contract award which must be vetted by the Director of Air Defence and Director of Communication and Electronics.

52. Installation and Commissioning.

a. The bidder will send an installation team to Bangladesh for the assembly and installation of radar system. Necessary harness, fittings, diagram and any other necessities are to be provided by the bidder for installation. During installation, any damage, burnt-out or de-shaped part, equipment or spare should be replaced with a new one; no repaired or modified item will be accepted.

71.

b. After completion of installation of the radar, the bidder shall carry out a detail test of all the equipment of the radar system in presence of BAF experts. Turnaround time for completion of installation will be maximum 90 days from the date of arrival of all equipment at installation site.

Page 53: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-53

SECRET

 

c. After completion of Installation and detail test of all the equipment of the radar system, the Bidder will confirm the radar system’s readiness for Commissioning Flight Test (CFT). The bidder shall provide technical assistance as required to support initial Commissioning Test of Radar system. In coordination with BAF and appropriate technical personnel, Bidder shall make adjustments and alignments to the equipment, as required. It is estimated that this support will require five (05) on-site workdays.

d. All cost for installation team including food, internal transportation, medical care etc is to be borne by the bidder within their quoted cost. However, accommodation, food in BAF Messes for required personnel may be provided on payment.

72. 53. Functional/Operational Check. Operational/Functional check of radar and its associated equipment will start after the satisfactory commissioning test and will be carried out by BAF experts and the bidder/his representative. The Functional /Operational check will be carried out for 30 days (12 hours daily). The Calibration of the radar may be carried out during the functional/operational check. During the Functional/Operational check, the radar will be tested for continuous 48 hrs non-stop operation to check the performance of the radar. The following are to be adhered:

a. During the Operational/Functional check, repair/maintenance period should not exceed 2 days (48 hrs) at a time. If it exceeds 2 days (except for shipping of any equipment), the functional/operational check will start from the beginning after necessary maintenance. If the radar becomes serviceable within 2 days of repair/maintenance, Operational/Functional check period counting will resume deducting the rectification hours.

b. During the Operational/Functional check period, if radar remains unserviceable for less than 15 days at a time due to the shipment of any parts, Operational/Functional check period will resume, except the maintenance hours.

c. During the Operational/Functional check period, if radar remains unserviceable for more than 15 days at a time due to the shipment of any parts, then the Operational/Functional check will start afresh.

73. 54. Acceptance Check. Acceptance will be carried out after the satisfactory Functional/Operational check. During functional/operational check, if, the system is found unsatisfactory, acceptance will be held up till the same is corrected.

 

Page 54: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-54

SECRET

 

74. 55. Technical Support Team (TST). The bidder is to keep a TST (Technical Support Team) to repair/rectify any fault/un-serviceability of the radar during warranty period. Minimum 02xmember TST is to be there in the team for one year and the expenditure is to be quoted. The TST will rectify all problems encountered in the radar system during that period and will provide “On site Practical Training” to the BAF technicians and operators for smooth technology transfer of the radar system. The TST will provide certificates to BAF technicians and operators in this regard. No extra cost would be considered for this. The number of TST members including interpreter (if any) and their duration of staying at BAF site along with the cost are to be mentioned separately in the offer. The bidder shall bear all related cost of air tickets, food, medical, accommodation and transportation etc for the members of TST and the interpreter (if any). BAF shall provide the local transportation for the team within BAF area only.

75. 56. Overhaul/ Performance check. The bidder is to produce a certificate that their representative would carry out a performance check of the radar after five years and would take necessary rectifications if required.

57. Miscellaneous Terms & Conditions. The following miscellaneous terms and conditions are to be followed:

a. The bidder must mention the name and full address of the local agent (if any) in the offer.

b. Compliances/Non-compliances is to be mentioned against each tender clause.

c. BAF/DGDP reserves the right to increase/decrease quantity of items and accept/reject any/all tender without assigning any reasons.

d. No increase of price of radar and additional equipment/ job including all charges at any stage after submission of offer will be accepted by BAF.

e. Freight will be paid at actual, but not more than the contracted freight.

f. Cost of freight and insurance for any surplus spares/modules/accessories, which will be taken back after completion of installation of radar, is to be borne by the bidder.

76.

g. Delivery schedule mentioned in the tender specifications may be changed by DGDP/BAF due to delay in concluding the contract. Delivery period of the radar will be 18 months after signing the contract.

 

Page 55: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-55

SECRET

 

h. The bidder must mention the prices in foreign currency (for radar equipment, communication equipment, power equipment and all other associated equipment/items including installation) and in foreign/local currency (locally supplied items/services) unit wise.

j. The bidder is to quote the freight charge by sea or air up to Chittagong/Dhaka, Bangladesh. The local transportation of radar system in Bangladesh (From the port of arrival to the BAF radar site) is to be arranged and paid by the bidder.

k. The bidder is to mention the port /country of shipment.

l. The transshipment is not allowed, but if the bidder needs transshipment then they are to mention it in their offer about their requirement. In case of such requirement transshipment will only be allowed under single AWB/BL.

m. Part shipment is allowed but part payment is not allowed except mentioned in payment terms.

58. Payment Terms. 100% Payment in foreign currency will be made through irrevocable LC opened with scheduled bank in Bangladesh and negotiating bank recommended by the bidder under following terms and conditions:

77.

b. 40% of the CFR/CPT value may be released on production of following documents: c.

(1) Clean/original Bill of lading/ Air way Bill issued by the carrier in 06 Copies (With one original). Freight amount must be shown in the Bill of lading /Air way Bill. Otherwise only FOB/ FCA value will be paid.

(2) Bidders invoice ……….. 06 copies (with one original).

(3) Packing list ……… 06 copies (with one original).

(4) Original certificate from Chamber of Commerce or certificate of authorization for exporting of military goods …….06 copies (with one original).

(5) Manufacturers’ Factory/bidders Inspection Report / certificate ….. 06 copies (with one original).

(6) Bidders Warranty/ Guarantee certificate ……..06 copies (with one original).

Page 56: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-56

SECRET

(7) Pre-shipment Inspection certificate signed by the BAF member of PSI Team ……06 copies (with one original).

b. 20% of the CFR/CPT value may be released on satisfactory acceptance of all the items in serviceable condition and after completion of installation and 03 days’ satisfactory trial run of the radar system at BAF Site on production of job completion certificate from BAF.

c. 20% of the CFR/CPT value may be released after 30 days’ satisfactory operation of the radar system on production of job completion certificate from BAF.

d. 20% of the CFR/CPT value may be released after the expiry of the warranty period on production of warranty support completion certificate from BAF.

e. 100% cost of training may be released after satisfactory completion of training as per the contract on production of training completion certificate from BAF.

g. 100% cost of TST may be released after satisfactory completion of TST service as per the contract on production of TST completion certificate from BAF.

78. 59. Replacement Assurance. Supplier is to replace unused items of 02 years critical back up spares, if found not used during 02 years operation after warranty with the spares which is consumed during this period and likely to be required in future also.

79. 60. Vendors List. Full address of the vendors including FAX number and e-mail address are to be provided for all vendor items, used in radar and its associated equipment.

Financial Offer

80. 61. All costs are to be mentioned in Foreign Currency (USD/EURO) in FOB basis.

81. 62. Quoting price of the followings is essential:

a. Cost of radar equipment, communication equipment, power equipment and all other associated equipment/items including installation (to be mentioned separately) at BAF side which is required to meet the essential operational characteristics mentioned.

Page 57: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

A1-57

SECRET

 

b. Price of total Training package as mentioned.

c. Cost of Optional Requirements.

d. Cost of shipment by Sea/Air.

e. Cost of Technical Support Team (TST).

Note: BAF will reserve the right to accept or reject any items/tools/accessories/tester and ground equipment from the offer. In addition, BAF will also reserve the right to ask the bidder to supply any provisioning/equipment whose price are asked to quote in the financial offer.

63. Factor for Determining the Lowest Bidder. The bidder shall quote the price of the items as mentioned below, which will be considered for determining the lowest bidder:

a. Price of radar equipment, communication equipment, power equipment and all other associated equipment/items including installation at BAF site which is required to meet the essential operational characteristics mentioned in this tender specification.

b. Price of total training package as mentioned.

c. Cost of shipment by Sea/Air as mentioned.

82.

d. Cost of Technical Support Team (TST).

83. 64. Offer must remain valid for minimum 180 days from the date of tender opening. Within the validity of the offer, withdrawal of offer or unwillingness to sign the contract by the bidder is not accepted and in such cases action would be taken against the principal bidder and local agent as per DGDP’s rules.

84. 65. Any other tender terms and conditions not covered here will be as per the standing rules of DGDP.

Page 58: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

SECRET

 

APPENDIX-1 TO ANNEX B TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018

 

LIST OF TESTER/TEST EQUIPMENT AND TOOLS FOR ESTABLISHING 1st and 2nd LINE MAINTENANCE

Ser No

Name/Description Part No Purpose Quantity Cost

Remarks

APPENDIX-2 TO ANNEX B TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018

LIST OF SPECIAL TOOLS

 

 

Ser No

Name/Description Part No Purpose Quantity Cost

Remarks

APPENDIX-3 TO ANNEX B TO TENDER NO:06.06.0000.275.195.18

DATED: 13 NOVEMBER 2018 

LIST OF BACKUP SPARES FOR 02 YEARS UNINTERRUPTED OPERATION  

Ser No

Name/Description Part No Purpose Quantity Cost

Remarks

APPENDIX-4 TO ANNEX B TO TENDER NO:06.06.0000.275.195.18

DATED: 13 NOVEMBER 2018 

LIST OF 3rd LINE REPAIR AND MAINTENANCE TOOLS

Ser No

Name/Description Part No Purpose Quantity Cost

Remarks

Page 59: TENDER SPECIFICATION OF 01 X MOBILE GAP …dgdp.gov.bd/dgdp/AP_TEN/s_doc/2793.pdfSECRET SECRET ANNEX A TO TENDER NO:06.06.0000.275.195.18 DATED: 13 NOVEMBER 2018 TENDER SPECIFICATION

SECRET  

SECRET

 

APPENDIX-4 TO ANNEX B TO TENDER NO:06.06.0000.275.195.18

DATED: 13 NOVEMBER 2018 LIST OF BACKUP SPARES FOR 5 YEARS OF OPERATION

Ser No

Name/Description Part No Purpose Quantity Cost

Remarks