TENDER SPECIFICATION OF VSAT NETWORK FOR BN

43
RESTRICTED 1 RESTRICTED TENDER SPECIFICATION OF VSAT NETWORK FOR BN INTRODUCTION 1. Bangladesh Navy (BN) is planning to establish satellite communication in various phases among different BN bases/Marine units considering a total of 75 remote terminals using Bangabandhu Satellite-1 (BS-1). Initially, one VSAT Hub Station along with 15 X Remote Terminal Stations shall be procured for this purpose. The scope of work includes the construction of Hub station, supply, installation and commissioning of VSAT network on “Turn Key” basis. The scope also includes functional testing & commissioning of the overall VSAT Network (VSATNET) and remote terminals. 2. For better understanding and to evaluate all the prospective bidders, the tender specification has been divided into three parts: a. Part-1: General Information and Bidder’s Responsibility. b. Part-2: Technical Specification. c. Part-3: General Terms and Conditions. 3. Prospective bidders are to submit their offer in two envelopes: a. Technical Offer (Hard copy and soft copy in CD). b. Financial Offer (Hard copy and soft copy in CD). PART- 1: GENERAL INFORMATION AND BIDDER’S RESPONSIBILITY 4. General Information. Prospective bidders are to comply with all the requirements, terms and conditions mentioned in Part-1, Part-2 and Part-3 of the tender specifications as mentioned below: a. Bidders are requested to provide a detailed explanation of the technical matters wherever necessary and cross-reference mentioning annex/ appendix/ article number/ relevant pages of their offer/ original supporting documents. Bidders are also to provide brand, model, performance data, technical data, specific figures and information as asked against each condition. b. In Part-2, there may be essential and optional features of VSAT. Bidders failing to comply with essential features shall be considered disqualified. If any other features/ items not listed in the technical specification are found by the bidder which is necessary to run the system, the bidder must mention that item with remarks and quote the price separately. c. In Part-3, Bidder shall have to quote all main and optional equipment separately in foreign currency on a CFR basis and civil works and locally supplied items in local currency. BN reserves the right to accept or discard some or all optional features of VSAT as per BN requirements. If any other item to be imported from a foreign market, their price also needs to be quoted in foreign currency. The only selected item from the optional list shall be included with the essential item to determine the lowest bidder. BN reserves the right to select all/ partial/none of the optional items. d. Bidders who will qualify in the technical offer, only their financial offer shall be opened for further evaluation. The final selection of the bidder shall be done

Transcript of TENDER SPECIFICATION OF VSAT NETWORK FOR BN

RESTRICTED

1 RESTRICTED

TENDER SPECIFICATION OF VSAT NETWORK FOR BN

INTRODUCTION

1. Bangladesh Navy (BN) is planning to establish satellite communication in various phases among different BN bases/Marine units considering a total of 75 remote terminals using Bangabandhu Satellite-1 (BS-1). Initially, one VSAT Hub Station along with 15 X Remote Terminal Stations shall be procured for this purpose. The scope of work includes the construction of Hub station, supply, installation and commissioning of VSAT network on “Turn Key” basis. The scope also includes functional testing & commissioning of the overall VSAT Network (VSATNET) and remote terminals.

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

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

b. Part-2: Technical Specification.

c. Part-3: General Terms and Conditions.

3. Prospective bidders are to submit their offer in two envelopes:

a. Technical Offer (Hard copy and soft copy in CD).

b. Financial Offer (Hard copy and soft copy in CD).

PART- 1: GENERAL INFORMATION AND BIDDER’S RESPONSIBILITY

4. General Information. Prospective bidders are to comply with all the requirements, terms and conditions mentioned in Part-1, Part-2 and Part-3 of the tender specifications as mentioned below:

a. Bidders are requested to provide a detailed explanation of the technical matters wherever necessary and cross-reference mentioning annex/ appendix/ article number/ relevant pages of their offer/ original supporting documents. Bidders are also to provide brand, model, performance data, technical data, specific figures and information as asked against each condition.

b. In Part-2, there may be essential and optional features of VSAT. Bidders failing to comply with essential features shall be considered disqualified. If any other features/ items not listed in the technical specification are found by the bidder which is necessary to run the system, the bidder must mention that item with remarks and quote the price separately.

c. In Part-3, Bidder shall have to quote all main and optional equipment separately in foreign currency on a CFR basis and civil works and locally supplied items in local currency. BN reserves the right to accept or discard some or all optional features of VSAT as per BN requirements. If any other item to be imported from a foreign market, their price also needs to be quoted in foreign currency. The only selected item from the optional list shall be included with the essential item to determine the lowest bidder. BN reserves the right to select all/ partial/none of the optional items.

d. Bidders who will qualify in the technical offer, only their financial offer shall be opened for further evaluation. The final selection of the bidder shall be done

RESTRICTED

2 RESTRICTED

based on financial competitiveness amongst the technically accepted bidders. The lowest bidder shall be selected based on all essential items and services, freight, training, civil works, locally supplied item and optional item (selected by BN).

5. Eligibility of the Bidders. Only the genuine manufacturers of VSATNET major hardware (Hub main antenna equipment or hub baseband or fixed VSAT antenna system or maritime VSAT antenna system) or authorized agent/ dealer (agent/ dealership certificate is to be submitted) of any of the major hardware manufacturer (as principal/ bidder) can submit quotation through their authorized local agents enlisted at DGDP. The bidder/ principal is to provide manufacturer’s authorization certificate for all radio and baseband equipment of HUB and remote terminals along with submitted offer. The bidder shall have the following qualification to participate in the tender:

a. The bidder shall have at least 5 years working experience on the satellite communication system and supplied, installed, commissioned, and maintained at least one VSAT networks including Hub station. Bidder’s qualification must necessarily be satisfied by relevant experience documentation and client list.

b. The bidder shall have experience of supplied, installed, commissioned at least two remote VSAT onboard ships. Bidder must necessarily be satisfied by relevant experience documentation and client list.

c. Bidder shall have a HUB license/ VSAT equipment production license/ HUB equipment installation license from the competent authority of the respective country. License to be submitted with the offer.

d. Bidder shall have a local presence and service support team for maintenance and operational support 24/ 7 or as and when required by BN during the warranty period. A separate certificate on the consensus of setting up of local office is to be submitted by the bidder with the offer.

e. Local agent shall have HUB License/ VSAT/ Radio equipment importer and vendor enlistment certificate from BTRC. The license/ certificate to be submitted with the offer.

6. Equipment Manufacturer & Reliability. The equipment should be from a well-known manufacturer, brand new, unused and of recent model, proven reliability in the field at least one year of operation and the bidder ensuring continuity of the network operation in case of equipment obsolete over time. The offered composition of VSAT shall satisfactorily operate in the environment and climatic conditions of the Maritime environment and Bangladesh. Further, the system shall be capable of satisfying the future BN requirement with the least modifications.

7. Bidder’s Responsibility. Bidder is to comply with all the clauses of this tender specification as specified below:

a. Bidder is to submit full specifications and relevant documents, the latest brochures for the equipment/ system along with the offer. The information in the brochure needs to be self-explanatory and must support and validate the information mentioned in the specification. Deviation or variation of information between the brochure and formally offered documents would be treated as non-compliance.

RESTRICTED

3 RESTRICTED

b. Bidder is to provide a detailed explanation of the technical matters if deemed necessary and cross-reference relevant pages of their offer/ original supporting documents.

c. Bidder is to provide performance/ technical data, specific figures and information as asked against each condition of the tender specification.

d. Bidder is to mention detailed compliance/ non-compliance and their agreement (as applicable) against each condition. BN reserves the right to reject those offers which merely mentioned: “Complied/ Agreed “without highlighting required information/ data/ figures/ graphs as asked against each condition.

e. Bidder is to obtain necessary data/ info/ documents from NHQ (Dte of Signal) for planning and interfacing of equipment/ system with VSAT network such as (but not limited to):

(1) Gyro interface data for the maritime terminal (if needed).

(2) Tactical Data Link interface.

(3) HUB station location and utility services information.

(4) Installation site of DRC, fixed and marine terminal.

f. Bidder shall be responsible for installation of VSAT network including construction of VSAT Hub station building and related civil works as mentioned in the tender documents.

8. Pre-bid Site Survey. The Bidder shall conduct a pre-bid site survey with prior permission and on a pre-agreed schedule from the Directorate of Signal (DSIG), Naval Headquarters (NHQ) to determine any site restriction and identify the best solution for the installation of VSAT terminal stations and HUB Station. The bidder shall assess all the installation requirements of HUB Station which may include the site preparation works such as earthling, laying of Inter-facility (IFL) cables in conduit metal pipes, antenna foundation, civil, electrical and other works and fencing in some places to protect from wild animals; Also lighting protection for VSAT terminals. Bidder shall propose the HUB station Indoor equipment layout, Power Arrangement, Network Management Room, Data Center Room, Disaster Recovery Center (DRC) with access control and CCTV Monitoring System. Bidder may also request for clarifications on any issue relating to the information contained in the tender specification from DSIG, NHQ in writing with an information copy to DGDP and apply for a pre-bid meeting at NHQ (If felt necessary) on pre-agreed schedule from DSIG and DGDP.

9. Pre-Bid Meeting. If purchaser feels necessary, a pre-bid meeting shall be arranged. All prospective bidders, who have purchased the tender document, may be requested to attend that meeting with the purchaser's representative to be held at NHQ, Banani, Dhaka-1213. The meeting shall be held under the arrangement of DGDP. The date and time of the Pre-Bid meeting shall be informed to all concerned.

10. Project Schedule. The project schedule including a timeline for construction of HUB station building, site preparation for remote stations and installation of VSAT terminal stations is to be submitted with offer.

11. Evaluation Procedure. The offers submitted by the bidders shall be evaluated based on the following elements (Not in any priority order):

RESTRICTED

4 RESTRICTED

a. Compliance with eligibility criteria for bidding.

b. Compliance with the Technical Specifications and General Terms and Conditions.

c. Financial competitiveness.

12. Evaluation Visit by Purchaser’s Technical Team. The lowest Bidder is to arrange performance evaluation visit of the offered system in bidder’s premises/ suitable sites to see the operation prior signing of contract (The premises/ sites to be mentioned with full address with the offer). If the lowest bidder does not qualify such evaluation process, the second lowest bidder shall be evaluated. A four-member BN team shall visit the bidder premises for a minimum of 04 days to evaluate and assess the offered system. The team will observe and evaluate the following:

a. Functional demonstration on offered Maritime VSAT network and associated Hub station (Demo setup for field evaluation trial/ visit to a similar type of offered network used anywhere).

b. Live operation of marine terminal and its antenna stabilization system.

c. Functionality of major hardware (Radio, modem and maritime antenna control equipment) of offered system.

In this regard, all the administrative cost (airfare, food and accommodation) shall be borne by the purchaser and internal transportation shall be arranged by the bidder. Cost of internal transportation is to be quoted.

13. Additional Features Offered by the Bidders. The VSAT HUB and terminal stations shall be integrated and interlinked (terminal to Hub/terminal to terminal). The bidder must fully understand the scope of work and BN requirements. If anything, else is required to fulfill BN requirements in configuration and software arrangement that must also be provided by the bidder within the quoted price. The bidder may suggest and/or offer features for the system that adds to what is described in this tender schedule. In this case, bidders have to explain the detailed advantage of that/those features of the system.

14. Presentation by Bidder. Bidder shall be required to give a presentation at Bidder’s expense for any clarification at NHQ as desired by BN any time during the evaluation of the offers. In that case, Bidder is to submit necessary information and bio-data including photographs and passport for foreign nationals of the team to BN Headquarters (DSIG) at least 02 weeks before the presentation. The presentation may cover more aspects than those which have been covered in Bidder’s proposal.

15. Purchaser Reserves the Right. DGDP/ BN reserves the right to accept or reject any bid or to annul the bidding process and reject all bids at any time prior to contract award (without thereby incurring any liability to the bidders).

RESTRICTED

5 RESTRICTED

PART-2: TECHNICAL SPECIFICATION

TECHNICAL SPECIFICATION FOR PROCUREMENT AND INSTALLATION OF VSAT SYSTEM (HUB AND TERMINAL STATION) ALONG WITH ACCESSORIES AND INFRASTRUCTURE FOR BN

16. Name of the Equipment. VSAT System (Hub and Terminal Stations) along with accessories and infrastructure for BN.

17. Quantity. 01 (one) complete VSAT Network.

18. Scope of Supply. The system should be an integrated and scalable system

that is to be offered as a “Turn-Key” basis. The scope of supply is as follows but not

limited to:

a. Supply and installation of the following system/ equipment:

(1) 01 X Hub Station with all necessary equipment/ module, user services equipment and associated accessories (1:1 Redundant except an antenna).

(2) 05 X Fixed Terminal Station with all necessary equipment/ module, user services equipment and associated accessories (Naval Bases).

(3) 09 X Marine Terminal Station (Outdoor equipment must be MIL-STD Certified or equivalent European standard) with all necessary equipment/ module, user services equipment and associated accessories (Onboard BN Ships).

(4) 01 X Manpack Terminal with equipment for user-end services and associated accessories.

b. Construction of 02 storied building for Hub Station including require system, furniture and ancillary equipment.

c. Alternative power arrangement for HUB station using Generator and Online UPS and Remote Terminal Station using Online UPS.

d. Operator and Maintenance Training.

e. Spares (as optional).

f. Backup Software and software Licenses.

g. System layouts, installation diagrams and Manuals.

h. Installation, Supervision, Setting to Work and Commissioning.

j. Test/ Trail and Acceptance.

k. On-site Technical Support Team during the warranty period.

19. General Information.

a. Name and Addresses of Major Hardware Manufacturer(s). To be mentioned by bidder.

RESTRICTED

6 RESTRICTED

b. Name and Address of the Principal/ Bidder. To be mentioned by bidder.

c. Name and Address of Local Agent. To be mentioned by bidder.

d. Brand & Model. To be mentioned for all equipment (A list is to be submitted mentioning Brand/ Model, Manufacturer, Country of origin, Country of assembling, Year of Manufacture and Manufacturer address).

e. Country of Origin. USA/ Canada/ UK/ Denmark/ France/ Germany/ Netherlands/ Norway/ Spain/ Switzerland/ Sweden /Japan for main equipment.

f. Country of Manufacture/ Assembly. Main equipment of HUB and terminal stations must be from USA/ Canada/ UK/ Denmark/ France/ Germany/ Netherlands/ Norway/ Spain/ Switzerland/ Sweden /Japan. However, ancillary equipment may be manufactured in USA/ Canada/ UK/ EU Countries/ Japan/ Singapore/ Malaysia/ Turkey.

g. Year of Production. 2021 or later.

h. Equipment Quality. The offered system should be designed and implemented with proven equipment. All major items such as RF equipment, Satellite Modem, Network devices, RF and Network Cable, Power supply systems are to be as proven design and from renowned Manufacturer.

j. RF Equipment and Parameters. The offered RF equipment and their parameters shall be of International Telecommunication Union (ITU) standard for data transmission/ reception.

20. General Requirement. The offered VSAT system must support (but not limited to) the following:

a. Environmental Condition.

(1) Hub Station and Fixed VSAT terminal station:

(a) Temperature : 0°C to 55°C.

(b) Relative Humidity : Up to 95% (non-condensing).

(c) Wind Speed : 20-35 km/h and up to 200 km/h (survival).

(d) Salinity & Storm : Bangladesh coast area.

(2) Marine VSAT terminal station:

(a) Temperature : -5°Cto 55°C or IEC 60945 Standard.

(b) Relative Humidity : Up to 95% (non-condensing).

(c) Wind Speed : 20-35 km/h and up to 200 km/h (survival).

(d) Rain : 10 to 18 mm/hr and tropical storm (survival).

RESTRICTED

7 RESTRICTED

(e) Salinity & Storm : Bangladesh coast area.

(f) Shock, Vibration, Motion and EMI/ EMC (For outdoor equipment’s of Marine terminal only):

i. Standard for Shock : MIL-STD 810/ MIL- STD-901 (To be mentioned).

ii. Standard for Vibration: MIL-STD 810/ MIL- STD-167 (To be mentioned).

iii. Standard for Motion: Roll ±25 deg, Pitch ±15 deg, Yaw ±8 deg (To be mentioned).

iv. Standard for EMI/ EMC: MIL-STD 461/ IEC Standard (To be mentioned).

b. Composition of VSAT Network System. The VSAT network shall be designed to work and integrate a total of 75 remote VSAT terminal stations in various phases with a provision to up-gradable up to 200 remote VSAT terminal stations in future. In the first phase, the planned VSAT network shall be composed of the following sub-system/ terminals:

(1) HUB Station. 1 x Hub Station with the full redundant system (except an antenna) to be installed in designated BN Premises (Dhaka).

(2) Remote Terminal. Total 15 x VSAT Terminal stations where:

(a) 05 X Fixed VSAT Terminal Stations (Land Based) in Dhaka, Khulna and Chattogram area

(b) 09 X Marine VSAT Terminal Stations onboard BN ships and

(c) 01 X Manpack Terminal for mobile use.

(3) Disaster Recovery Center/ Alternative HUB Station (optional). 01 X Land VSAT Terminal Station shall be used as DRC HUB in the Khulna area.

(4) HUB Station Building. One 02 storied HUB station building is to be constructed (Dhaka area) where a HUB antenna shall be installed on the rooftop.

(5) Alternative Power Supply System. Alternative power supply arrangement for HUB using independent Generator and Online UPS. Fixed terminal, Marine and Manpack terminal shall have only Online UPS.

c. Network Topology. The offered VSAT network shall be designed based on Star topology. However, Bidder is to propose additional features such as Mesh Topology for maritime terminals along with a list of additional hardware/ software and cost (as optional package 1). The Bidders must have to clearly explain the features of their offered network topology including the following:

(1) Network layout diagram.

(2) List of users of the offered network and no of terminals connected.

RESTRICTED

8 RESTRICTED

(3) Critical failure, recovery and redundancy options.

(4) Disaster recovery options and switching time between primary to recovery system (if any).

The purchaser will evaluate the offered system through performance evaluation trial, independence of system, power requirement and MTBF cycle.

d. Disaster Recovery (DR) HUB station (Geo-redundancy). The offered system shall have the provision to configure a backup HUB station using one of the fixed VSAT stations within the network as a temporary disaster recovery option. The antenna size of the DR HUB station is to be mentioned and it should be as per the link budget requirement. Bidder is to propose necessary additional hardware and software required for such option. The additional cost required to convert one fixed VSAT terminal station into a backup Hub Station shall be quoted separately as optional (Optional Pack 2).

e. Incorporation with Global Satellite Network. The offered maritime VSAT terminal station shall have the provision to communicate/ beam switching capability to other global satellite systems so that BN ships can communicate with BN from UN mission or other deployment areas through BN VSAT Network. The bidder is to offer the integration of such requirement considering the following:

(1) Bidder shall mention the provision for installation of required hardware (integrated or separately from BS-1 VSAT equipment) onboard ship including cabling to connect the necessary standard Ku band hardware in outdoor and indoor as to operate the terminal as plug and play. Bidder is to offer the additional hardware and software for configuring 04 X BS-1 maritime VSAT terminal as standard Ku band Maritime terminal. Itemized price is to be quoted as optional and purchaser may increase or decrease the quantity. Bidder may propose an alternative solution for such arrangement along with equipment list and cost separately.

(2) Bidder is to consider the connectivity issue Marine VSAT terminal to BN HUB through VPN tunneling via a public network (Internet) using 4 Mbps bandwidth from commercial satellite operator.

(3) The bidder is to suggest a suitable global operator in the various regions with detailed procedure and cost involvement to avail such services.

(4) For such provision, onboard ship cost, hardware for each terminal cost, software cost and license cost to use the global network (such as INMARSAT, INTELSAT or other satellite) are to be quoted separately.

f. Integration of Existing E1 PABX system. The Bidder is to integrate the existing BN IP PABX and E1 PABX (Caller ID) with VSAT Network in HUB station and all fixed VSAT terminal stations. PABX gateway (1X E1 for each station, 32 telephone lines) shall be installed in HUB station and fixed VSAT remote terminal station. Purchaser will provide necessary connectivity from PABX to HUB and fixed VSAT terminal equipment room. Detailed layout of

RESTRICTED

9 RESTRICTED

interface diagram is to be submitted with offer. The cost of such integration is to be mentioned separately and to be included in the financial offer. The type and model of existing E1 PABXs of BN are as follows:

(1) NEC (Japan): NEAX2400IPX, SV9500 and SV9100.

(2) Karel (Turkey): DS200, IPG-1000.

(3) Grand stream (USA): UCM6510

g. Future Expansion and Integration with VSAT Network.

(1) The VSAT network shall be capable of future expansion from 15 to 80 remote terminals in subsequent phases and maximum growth would be of 200 remote terminals.

(2) A complete and permanent Disaster Recovery Center (DRC) (i.e Geo-redundant HUB station) shall be installed in future within BN premises. Thus, offered system shall have the provision to switch between primary HUB to DRC within the shortest possible time. Switch over time between primary HUB to DRC is to be mentioned.

(3) VSAT Network shall have the provision to interface with Bangladesh Army (C-band) and Bangladesh Air Force (Ku-band) through dedicated fiber connectivity (IP interface). Fiber optic connectivity is to be ensured by the purchaser. Bidder is to offer necessary hardware (gateway to Army and Air force) and software including license requirement for voice and data application as Optional Pack 3.

(4) Bidder is to mention the licensing issues (if any) for integrating the following tactical services in future:

(a) Ship borne Sensors Interface (IP interface).

(b) Tactical Data Link Interface (IP Backbone).

(c) Tactical Radio Linking Interface (IP backbone).

(d) Radio Over IP (RoIP).

(e) Long Term Evolution (LTE/ 5G) interface (IP backbone).

21. Network Design and Services Requirements.

a. Design Requirements. The designed network shall encompass the following considerations and requirements:

(1) The VSAT Network System shall be operated in Star topology considering the present and subsequent future requirement having 1 X HUB station, 1 X DRC HUB station, 80 X Remote VSAT Terminal Stations (20 X Land, 55 X Maritime VSAT Terminal and 5 X Manpack Terminal) up-gradable up to maximum 200 X Remote VSAT Terminals.

(2) All the VSAT stations including the HUB station must be installed on a ‘Turn-Key’ basis.

RESTRICTED

10 RESTRICTED

(3) Primarily, the Ku band frequency of BS-1 shall be used for designed VSAT Network terminals. The options should be kept to use other Ku band satellites available in this region and other regions.

(4) The VSAT System must have automatic uplink power control (AUPC) and modulation adjustment at a remote site on both forward and return (ACM), e.g. S2/ S2X ACM on the forward and RCS2 technology on the return.

(5) The VSAT System must have the ability to automatically compensate for satellite movement in space through automatic frequency and symbol offset correction.

(6) The VSAT network hardware shall support the latest satellite radio communication technology with future up-gradable features. The network must have the ability to add capacity to a network without changing the configuration on the remote site within existing RF limits.

(7) The VSAT Network System must have the ability to add a network on the same or different satellite or transponder without interrupting or degrading the performance of the existing network of the HUB system.

(8) The VSAT Network system design shall have the provision for future expansion in terms of bandwidth and extra terminal stations to fulfill the future BN requirements.

(9) Bandwidth shall be dynamically allocated to all VSAT connected service stations and unused BW should automatically be shared to other remotes.

(10) HUB and fixed VSAT terminal stations shall be connected with the existing PABX of BN (IP and non-IP) to work as the alternative means of communication.

(11) GPS synchronization between HUB and all remote terminals.

b. Bandwidth and Data Rate requirement. Bandwidth requirement at Hub site (in MHz) shall be suggested by Bidder based on minimum 1:12 concurrent connections considering the following requirement at present conditions:

(1) Fixed VSAT terminal station: 4 Mbps downlink and 4 Mbps uplink.

(2) Marine VSAT terminal station: 4 Mbps downlink and 4 Mbps uplink.

(3) Manpack terminal station: 2 Mbps downlink and 2 Mbps uplink.

c. Link Budget. Bidder shall prepare two types of link budget analysis:

(1) Based on satellite parameters, environmental parameters and terminal data requirement to suggest the necessary hardware to be procured.

(2) Based on satellite parameters, environmental parameters and specified Antenna size/ parameters to suggest the optimum data rate can be achieved.

RESTRICTED

11 RESTRICTED

d. User/ Services Requirement. Each VSAT Terminal (User unit) shall have a Unified Communication system that is capable of handling the followings:

(1) Telephone Connectivity (IP, SIP and existing Digital PABX of BN).

(2) Data Connectivity (Email, File sharing etc).

(3) Internet connectivity through VPN gateway.

(4) Video Conferencing (Point to Point and Conference call).

(5) FAX Services (Both IP and Analogue Fax).

22. Technical Specification.

a. BS-1 Parameter. BS-1 parameters are as follows:

(1) Satellite: Bangabandhu Satellite-1 (BS-1) (Cospar number: 2018-044A)

(2) Satellite Position: 119° E (119.1° E), Orbit: GEO and ITU Satellite Region 3.

(3) Frequency: Primarily, Ku band frequency of BS -1 is to be used (Downlink: 10700-10950 MHz and 11200-11450 MHz; Uplink: 12750-13250 MHz)

(4) Polarization: Cross-polarization.

(5) Modulation Support: To be mentioned.

(6) Region and Zone: To be mentioned.

(7) Transponder Bandwidth: 36 MHz in Ku Band.

(8) Satellite Power: To be mentioned.

b. HUB and VSAT Terminal Operating Band. Must support the following:

(1) HUB Station: Should work in lower Ku band frequency of BS-1 (Transmit from 12.75 GHz to 13.25 GHz and receive from 10.7 GHz to 11.45 GHz)

(2) Fixed VSAT: Should work in lower Ku band frequency of BS-1 (Transmit from 12.75 GHz to 13.25 GHz and receive from 10.7 GHz to 11.45 GHz)

(3) Marine VSAT: Should work for lower Ku band (Transmit from 12.75 GHz to 13.25 GHz and receive from10.7 GHz to 11.45 GHz) and support standard Ku Band (Transmit from 13.75 GHz to 14.50 GHz and receive from 10.7 GHz to 12.75 GHz) using replaceable hardware/ module and configurable software as stated in para 20.e (as Optional Pack 4).

RESTRICTED

12 RESTRICTED

(4) Manpack Terminal: Should work in lower Ku band frequency of BS-1 (Transmit from 12.75 GHz to 13.25 GHz and receive from 10.7 GHz to 11.45 GHz)

(5) Bidder must mention the other supported satellites of the region with a list of additional items (if required) as optional items (Optional Pack 5).

c. HUB and VSAT Modem Parameters.

(1) Modulation.

(a) Outbound (Forward Carrier/ Rx): Minimum 32 APSK and up-gradable to 256 APSK (Amplitude Phase Shift Keying) in DVB-S2x Mode for future (Details to be mentioned).

(b) Inbound (Return Carrier/ Tx): Minimum 8PSK/ 16 QAM (Quadrature Amplitude Modulation) and up-gradable to 32 QAM or higher Adaptive TDMA mode for future (Details to be mentioned).

(2) Multiplexing and De-multiplexing.

(a) Outbound (Forward) channel: TDM-DVB-S2/ ACM orTDM-DVB-S2X/ACM.

(b) Inbound (Return) Channel-MFTDMA or Adaptive TDMA.

(3) Symbol Rate.

(a) Forward Carrier Link. Must have a minimum of 15 Mega symbols per second (Msps) with a standard acceptable step size. Must be up-gradable up to45Mspsfor the future provision (Details to be mentioned).

(b) Return Carrier Link. Must have a minimum of 8Msps per carrier with a standard acceptable step size. Must be up-gradable up to 30 Msps for future provision (Details to be mentioned).

(4) Return Carrier Channel. Must support a minimum of 8 return carrier channel and up-gradable up to16 return carrier channels for future provision (details to be mentioned). (5) Rain Fade Mitigation. Rain Fade is to be mitigated by the following techniques:

(a). Forward Channel. DVB-S2/ DVB-S2x with adaptive coding and modulation; Uplink power control.

(b). Return Channel. Adaptive coding, symbol rate change and uplink power control.

d. Data Transmission and Reception.

(1) Hub Station. The present requirement is one transponder i.e 36 MHz (22 MHz outbound and 14 MHz inbounds). Moreover, the offered hardware (as optional) shall be configurable to support two transponders (72 MHz) to meet the future requirement. The cost of the

RESTRICTED

13 RESTRICTED

license (if any) to meet the future requirement is to be quoted separately as an optional (optional pack 6).

(2) Fixed Terminal Station. Each fixed terminal station must be capable of handling a minimum of 8 Mbps downlink and 4 Mbps uplink data. The offered hardware shall be capable to upgrade/ configurable to support maximum data handling 16 Mbps downlink and 8 Mbps uplink or more in future. (Details to be mentioned). The present requirement is stated in paragraph 21.b.

(3) Marine Terminal Station. Each marine terminal station must be capable of handling a minimum of 8 Mbps downlink and 4 Mbps uplink data. The offered hardware shall be capable to upgrade/ configurable to support maximum data handling 16 Mbps downlink and 8 Mbps uplink or more in future. (Details to be mentioned). The present requirement is stated in paragraph 21.b.

(4) For Man-Pack Terminal Station. The mobile terminal station must be capable of handling a minimum of 4 Mbps downlink and 2 Mbps uplink data. (Details to be mentioned). The present requirement is stated in paragraph 21.b.

e. Encryption and Security. All equipment must be designed such that, it provides end to end encryption during transmission. The encryption may be 256 AES or 256 bits customized version. Details of encryption hardware, software and type to be mentioned. If encryption hardware is not in-built, Bidder is to mention the price separately (Details features of an encryption system to be mentioned).

f. Network Segment.

(1) Server and Network Hardware.

(a) All network devices and servers in the HUB station shall have a concurrent backup with a 1:1 hot-swappable system having the latest configuration with maximum RAM and HDD available in the international market.

(b) High-quality fiber optics and UTP (CAT 5e or higher grade) cable to be used in the network. (c) All computer system shall have the licensed operating system, anti-virus and software.

(d) The price of user license (minimum, increment and maximum) of all offered network devices must be mentioned and the list is to be submitted with a financial offer.

(2) IP Support. The system must support static routing and dynamic routing based on RIPv2 or better and should have the ability to be controlled per segment (remote-to-LAN, over satellite, HUB-to-WAN etc).

(3) IP Address Restriction and Access Control. There should be no restriction on IP Address assignment. Both public and private IP must be

RESTRICTED

14 RESTRICTED

supported. Must have multicast support-both from remote terminal and HUB. Must have access control list capability in either direction, configurable independently. Must have provision to enable or disable inter-remote routing within the HUB.

(4) VPN. The VSAT system must support VPN traffic to communicate with HQ to access the internet and must be able to access BN HQ in case logging on to provider Hub during roaming by establishing VPN first to BN HQ. The modem must support QoS to prioritize Internet, VoIP, Video Conference, and critical data applications.

(5) Internet Access. Each terminal shall have VPN connectivity services from terminal to central gateway server at HUB station for internet access.

(6) VPN via Public Network. Maritime terminal shall be connected to commercial satellite operator when out of BS-1 coverage. In such a case, each maritime terminal shall have the facility to connect with the BN communication network (HUB station) the rough internet backbone via tunneling.

(7) VLAN Support. The system shall support IEEE 802.1Q routed VLANs. VLANs must support private and public IP addressing. Shall support overlapping VLANs. Satellite Modem must have support for DHCP server and NAT. The system shall support QoS parameters (CIR, MIR, priority, cost) simultaneously per application, per VLAN, per remote, per group of remotes.

(8) Bandwidth Management and Allocation. The system must implement advanced bandwidth management and bandwidth allocation mechanisms. The System must support dynamic Committed Information Rate (CIR), static CIR, Minimum CIR and CIR overbooking. Must support free slot allocation. Slots that are free after all bandwidth requests have been satisfied are allocated to the sites in a fair manner. The system should reduce jitters for time-sensitive applications.

(9) Software and Software Update. All operating system (OS) must be genuine and registered version. Software update shall be done from a centralized HUB station and over the air. The network should have backward compatibility to ensure older version remote scan function in a newer version of NMS/Network software. (10) Compression. The system may provide IP header compression technique as optional features. Details about the compression technique to mentioned by the bidder.

g. Licensing of Software. The following software license is to be provided considering the terminals and user requirement:

(1) Cisco IP call Manager. Minimum 110 user license (Each terminal shall have a 4X IP telephone line).

(2) Cisco Meeting Server Software. Minimum 20 user license (Each terminal shall have at least 1 X video conferencing system).

RESTRICTED

15 RESTRICTED

(3) Cisco Fax Gateway. Minimum 32 fax terminal license (Each terminal shall have 2 X IP/ T.38 fax Gateway).

h. Test Bandwidth. Required test bandwidth (Minimum of 10 MHz for 01 months from date of installation) should be provided by the bidder for functional/ operational test of the VSAT network system. The price of bandwidth is to be quoted separately. Purchaser will provide necessary assistance for renting this bandwidth.

j. Services Support Equipment. The specification of service support equipment is as follows:

(1) SIP Phone. Cisco SIP phone 3905 or equivalent with display handset (compatible with Cisco call manager)

(2) IP Phone. Cisco (Model to be mentioned).

(3) POTS Caller ID phone. Brand and model to be mentioned.

(4) T.38 Fax. Cisco (Model to be mentioned).

(5) HD Video Camera Conferencing System. Cisco Video Multi Conferencing System (Model- CS-KITPLUS-K9 with webex room navigator control unit) with Meeting Server and associated license software.

(6) WiFi Router (AP). Cisco. Model to be mentioned.

(7) Laptop. Brand: HP/Dell, Core i7, 16GB RAM, Minimum 1TB SSD HDD.

(8) Computer. Brand: HP/Dell, Core i7, 16GB RAM, Minimum1TB SSD HDD.

(9) IP Fax Machine. Brand and Model to be mentioned.

23. System Power Requirement. Local grid supply in Bangladesh is 400 V AC, 50 Hz, 3 phase/ 220 V, 50 Hz, 1 phase. Ship’s supply shall be of 50/ 60 Hz. Bidder is to calculate and mentioned the necessary power requirement for HUB station and remote stations. Power arrangement from the electric pole to Hub station shall be done by the bidder. Power solution shall comprise as follows:

a. HUB Station. Primary supply from PDB supply, Secondary supply from offered online UPS (minimum 30 min backup) and generator.

b. Fixed VSAT Terminal. Primary supply from PDB supply, Secondary supply from offered online UPS (minimum 30 min backup).

c. Marine VSAT Terminal. Primary power from Ship’s supply and Secondary power from offered online UPS (minimum 30 min backup) only.

24. Civil Works for HUB Stations. The bidder is to construct a building to install and operate the HUB station. The requirements of civil works for HUB Station are as follows:

RESTRICTED

16 RESTRICTED

a. Construction of HUB station Center. A 02 storied building (Length: 80 feet X Width: 30 feet) shall be constructed in the Dhaka area (BNS SHEIKH MUJIB) for installing the HUB station. The floors of the building shall be designed as the ground floor for the data center and the 1st floor for office. HUB station antenna is to be installed on the roof. The structure of the building shall be designed with enough strength to support at least 01 X 9-meter antenna on the roof. Antenna base arrangement shall withstand the environmental requirement mentioned at para 20(a)(1). Steel structure foundation and mounting may be considered for such purpose. Room size should be adequate for installing various equipments and there should be enough space to maintain a good working environment. A pre-bid site survey shall be conducted by Bidder to determine the feasibility and accommodate the user requirements. Bidder may ask the user (DSIG at NHQ) for necessary information before finalizing their building layout plan and design. b. Drawing. Bidder is to submit all necessary layout/ diagrams/ List of the provision/ civil works for HUB station along with the offer. The detailed design is to be submitted by the bidder after signing the contract which will include drawing/ layout plan, list of furniture, finishing, painting, water, drainage, electricity etc and to be duly approved by BN.

c. Utilities. Bidder is to facilitate the rooms and sheds with appropriate electricity connections, water supply, drainage system and lightning and surge protection system as per building code and standard. During the pre-bid site survey, Bidder may discuss with MES (Navy) through NHQ (DSIG) to obtain the necessary information in this regard.

d. Furniture and Ancillary Equipment. Bidder is to supply necessary ancillary equipment and furnish all the equipment rooms and office room with appropriate furniture (Brand: HATIL/ AKTER, best quality) as per corporate standard. The list of required furniture is to be collected from NHQ (DSIG).

e. Generator Shed. Bidder is to construct shed or place for generator adjacent to the Hub station.

f. Surge Protection Device (SPD) and Earthing. Power system should have adequate surge protection devices (SPD) to protect from over-current/ overvoltage. There should be proper earthing of the equipment, power line and building to protect from thundering. Earth resistance must be less than one ohm.

g. Price quotation. Bidder is to quote the price of associated civil works in local currency.

h. Terms and Conditions.

(1) A reputable consultant firm shall be employed for overseeing and

supervision of construction/ erection of building and related facilities as

per tender specification. The cost of consultancy shall be borne by the

Bidder.

(2) Test, trials and acceptance of the building shall be conducted with

test procedure proposed by the bidder and agreed by BN, which shall be

RESTRICTED

17 RESTRICTED

on the basis of Bangladesh National Building Code (BNBC), Public Works

Department (PWD) Rate Schedule 2018 and MES (Navy). The

Acceptance Test (AT) procedure of the building shall be submitted to the

purchaser for getting the required approval from NHQ.

(3) The construction works shall be done by a reputed Bangladeshi

registered civil engineering construction firm.

(4) All designs and drawings of the building shall be vetted by the

selected Consultant Firm. Consultant will monitor the overall quality

control aspect of civil construction work in coordination with the

purchaser.

(5) All drawing/ design (including 3D design), vetting, test, supervision

and consultancy expenses shall be borne by the bidder. The bidder will

arrange briefing/ presentation in NHQ time to time and before vetting the

design and drawings of the building. The approval of designs/ drawings

(including 3D design) or observations shall be given by NHQ in

consultation with the nominated Consultant within two weeks by a ‘letter

of approval’ or by a ‘letter of observation’. The observation given by the

consultant in any stage of construction work shall be addressed by the

bidder without incurring any additional cost to the purchaser.

(6) The bidder will furnish all survey report (including digital survey),

soil test, any material test, design-drawing vetting, fire safety certificate (or

any other applicable certificate) from Bangladesh Govt. approved

agencies at their own expenses and responsibility.

(7) The bidder shall bear full responsibilities for commission of the

building as per objective of the tender specification.

25. Site Preparation for HUB and Remote VSAT Terminals.

a. The Bidder shall be solely responsible for all the site preparation work such as earthing, laying of IFL cables in conduit metal pipes, antenna foundation, welding/ cutting etc., for the installation of VSAT equipment at each Project site, including minor civil, electrical and other works and fencing in some places to protect from wild animals; Also lighting protection for VSAT terminals.

b. The Bidder shall prepare the work plan which shall contain detailed information of preparation activities to be accomplished for both Bidder and Buyer prior to system installation. The detailed work plan report shall be delivered to BN within 45 (forty-five) days of contract award.

RESTRICTED

18 RESTRICTED

DETAIL TECHNICAL SPECIFICATION OF HUB AND TERMINALS

26. Specification of Hub Station. 01 (One) complete Hub station with the full redundant unit (1:1 except an antenna) shall be install and integrated with internet gateway server, BN telephone network system (PABX) and sister services network. The HUB Station shall have the following sub-unit and features (not limited to):

a. Antenna Unit. The Hub shall have a higher gain antenna with the following features:

(1) Size of the Antenna. Minimum 9 meters.

(2) Reflector Material. Carbon/ Aluminum/ Glass Fiber Reinforced Polyester. To be mentioned.

(3) Number of Reflector Pieces. To be mentioned.

(4) Antenna Power output. To be mentioned.

(5) Antenna Mounting Structure. It will include complete installation facilities along with all the necessary foundation bolts, structure and associated nut bolts as required. The detailed layout of the antenna mounting structure and the antenna foundation to be designed on the HUB station’s roof is to be submitted with an offer.

(6) Antenna Tracking System. It shall be designed to work with BS-1 Ku band beacon frequency and with its frequency variation. The tracking system shall be consisting of:

(a) Digital Tracking Receiver.

(b) Antenna Control shall have provision for automatic multiple satellite access.

(c) Remote Control via data link.

(d) Suitable GPS and Compass card to be installed (if needed).

Note: Brand, Model, Country of Origin, Country of Manufacture and detail features of antenna unit are to be mentioned along with brochure and catalogue.

b. RF Power Sub-Unit. RF power unit installed in antenna systems shall have complete redundant RF transmission and reception system with auto changeover facility. Detail composition and technical features/ parameters are to be mentioned along with submission of brochure/ Catalogue.

c. High Power Amplifier (HPA). HUB Uplink system shall have 1 plus 1 hot redundant power amplifier system (indoor, rack-mounted) which is connected to the antenna system through a stable waveguide with the following parameters/ features:

(1) Output Power: Minimum 400 watt or more to suit future 80 remote terminals.

(2) Device: Suitable BUC with SSPA.

(3) Frequency: BS-1 Ku Band from 12.75 GHz to 13.25 GHz.

RESTRICTED

19 RESTRICTED

(4) Gain: To be mentioned.

(5) Gain Stability: To be mentioned.

(6) Noise Spurious: To be mentioned.

(7) Type of Material: To be mentioned.

(8) Power Input: Supply ratings and watts to be mentioned.

Note: Brand and Model: Brand, Model, Country of Origin, Country of Manufacture and detail features of antenna unit are to be mentioned along with brochure and catalogue.

d. Low Noise Block (LNB) (1:1). LNB shall be of Phase Lock Loop (PLL) type, high stability or better technology and shall be suitable for Star/ Mesh Network with the followings parameters/ features:

(1) Frequency: Receive frequency of BS-1 Ku Band from 10.7 GHz to 11.45 GHz.

(2) Receive frequency parameters may be changed by BN (if required) before signing the final contract. (3) Gain: To be mentioned.

(4) Band Pass Fitter: To be mentioned (if required).

e. Hub Baseband Equipment (1:1). The modem should support designed network topology and the technical specifications of the modem are as follows:

(1) Brand or Model: To be mentioned.

(2) Country of Origin: To be mentioned.

(3) Inbound Port: To be mentioned.

(4) Outbound Port: To be mentioned.

(5) Redundancy: 1+1 Redundancy is to be mentioned.

(6) Rack Mounted: To be mentioned.

(7) Power Input: Supply ratings and watts to be mentioned.

(8) RF Parameters: Modulation and Demodulation, Symbol rate, return carrier channel is to be mentioned.

f. Software License. Bidder shall provide a 1: 1 License for HUB to support 15 remotes at the first phase. The cost of the license (if any) to meet the future requirement is to be quoted separately (as an Optional Pack 7).

g. Switching Time Between Failure. Switching time between main and hot redundant system shall be without any interruption. Bidder shall mention the interruption time. Minimum switching time is preferable. Details to be mentioned.

h. Certification of Standardization. Standardization Certification of offered equipment is to be mentioned.

RESTRICTED

20 RESTRICTED

j. Power Requirement in details. Detailed power requirement is to be calculated and submitted with the offer. k. Installation and Setup.

(1) Suitable hard standing is to be constructed for installing the antenna.

(2) All connectors, cable, accessories required for mounting and communications devices are to be provided.

(3) List any other equipment needed but not mentioned above for the installation and operation of the system needed.

27. Scope of Supply of HUB Station. The HUB station shall have (but not limited to) the following equipment:

Serial Item Name Qty Specifications

Antenna System

1. Antenna system with the tracking system

01 Brand, Model and details to be mentioned (para-26.a)

2. GPS 02 1 X GPS shall be kept as spare

Outdoor Unit

3. 4 port feed cross-pole horn 02 Must be compatible with BS-1

4. Waveguide 02 HPA to Antenna

5. HPA (BUC/ SSPA) 02 As mentioned in para-26.c

6. LNB/ LNA 02 As mentioned in para-26.d

7. Band pass filter 02

Cable and Accessories

8. Interfacing accessories As required

High quality and international standard

9. IFL Cable As required

RG 11 or equivalent

Indoor Equipment

10. Antenna Control Unit (ACU) 02 1 X ACU shall be kept as spare

11. Hub Baseband Equipment 02 Hub baseband equipment. Brand, model and details to be mentioned.

12. Router 02 Each Cisco ASR-903 or equivalent with interface card and license software.

13. Switch 02 Each switch 48 port (Cisco C9300 catalyst with 4 X SFP, 1G or equivalent)

14. Firewall 02 Cisco Firewall. 1:1 FPR 1020 or equivalent (DMC license 2 years) Model to be mentioned.

15. Media Converter As required

Brand and model to be mentioned.

RESTRICTED

21 RESTRICTED

Serial Item Name Qty Specifications

16. Universal Rack 02 For Indoor Equipment (Brand and model to be mentioned)

17. KVM 02 KVM with a 19-inchdisplay with switch (Brand and model to be mentioned)

18. NMS server (with license software)

02 Brand and model to be mentioned.

19. E1 Signaling gateway (For POTS/Caller ID phone)

4 X E1 For interfacing for non-IP PABX by Bidder. Brand and model to be mentioned.

20. SIP/IP phone gateway (Cisco)

01 Brand and model to be mentioned

21. Fax Gateway (Cisco) 01 Min 2 X IP Fax port and 2 X T38 Fax port

Service Equipment

22. Cisco Wi-Fi Router (AP) 02 As mentioned in the services eqpt specification in para 22j.

23. SIP Phone set 02 As mentioned in the services eqpt specification in para 22j.

24. IP phone set 02 As mentioned in the services eqpt specification in para 22j

25. Telephone Set (Caller ID) 02 As mentioned in the services eqpt specification in para 22j

26. IP Fax Machine 01 As mentioned in the services eqpt specification in para 22j

27. T.38 Fax Gateway 01 As mentioned in the services eqpt specification

28. Cisco Video Multi-Conference Unit (MCU) with HD Camera and 55-inch Display

01 As mentioned in the services eqpt specification in para 22j

29. Computer 02 As mentioned in the services eqpt specification in para 22j

30. Laptop 02 As mentioned in the services eqpt specification in para 22j

31. Printer (laser) 01 As mentioned in the services eqpt specification in para 22j

Ancillary Equipment

32. Large Wall Display (For CCTV and system monitoring)

01 Display (4ft x 8 ft) (Brand: Barco/ Delta)

33. CCTV System (BOSCH, EU Country)

01 5 X IP camera, 1 X NVR with 2TB HDD (Model is to be mentioned)

34. Access Control 01 5 x Reader, 100 X Card and 1 X PC (Brand and model to be mentioned)

35. Fire Detection and Alarm 01 Fire detection system for

RESTRICTED

22 RESTRICTED

Serial Item Name Qty Specifications

System HUB station (3 storied building) (Brand and model to be mentioned)

36. VRF Air Conditioning System 05 Each AC shall be of at least 4 tons (Brand: Panasonic/ General/ Samsung Country of Manufacture: Malaysia/ Thailand/ South Korea).

37. Dehumidifier 04 Brand and model to be mentioned

Power System

38. UPS 02 Min 2 X 10 KVA (rack-mountable) online UPS for min 30 minutes power backup.

39. Generator (Diesel 100 KVA) 01 (Brand: Caterpillar/ Baudouin/ Man/ Leroy Somer/ Stamford, Country of Origin & Manufacture: USA/ UK/ France/ Germany).

40. Power Distribution Unit 01 Rack-Mountable

41. Surge Protection Device As required

Specification to be mentioned

Bidder may suggest for inclusion/discard any other equipment if necessary, for the system.

28. Fixed VSAT Terminal Stations (Land Based). A fixed terminal station shall be installed and integrated with the VSAT network. Fixed terminal stations shall be integrated with BN existing PABX system for voice communication. The fixed terminal stations shall have the following sub-unit along with the features (not limited to):

a. Brand, Model, Country of Origin, Country of Manufacture and detail features are to be mentioned.

b. Antenna System. Suitable Ku-band antenna for ground or roof mount as system demands including antenna tuning unit to be supplied with followings:

(1) Antenna size. Minimum 1.8 meters for fixed terminal.

(2) Reflector Material. Carbon/ Aluminum/ Glass Fiber Reinforced Polyester. To be mentioned.

(3) Feed horn. 2 port Feed horn compatible with BS-1.

(4) Antenna Power Output. To be mentioned.

(5) Antenna Weight. Antenna Weight with the integrated outdoor unit is to be mentioned.

(6) Antenna Mounting. The antenna mounting structure should have the capability to assemble on Concrete Slab/ PA necessary mounting structure is to be constructed by the bidder.

RESTRICTED

23 RESTRICTED

c. RF Sub System and Out Door Unit (ODU).

(1) Tx/ Rx Frequency of the fixed terminal station.

(a) Tx: 12.75 GHz - 13.25 GHz.

(b) Rx: 10.70 GHz - 11.45 GHz.

(2) RF Power Amplifier (SSPA & BUC). Minimum 8 Watts or more as per link budget and considering the future requirement. (To be mentioned).

(3) LNB. Brand, model and specification to be mentioned.

(4) IFL cable. RG11 IFL cable is to be supplied.

(5) Power Arrangement for RF and Outdoor unit. To be provided from indoor power distribution system through online UPS.

d. Indoor Unit (IDU).

(1) Satellite Modem. The satellite modem shall have the following parameters:

(a) Brand or Model: To be mentioned.

(b) Country of Origin: To be mentioned.

(c) Inbound Port: To be mentioned.

(d) Outbound Port: To be mentioned.

(e) Redundancy: To be mentioned.

(f) Rack Mounted: To be mentioned.

(g) Power Input: Supply ratings and watts to be mentioned.

(h) RF Parameters: Modulation and Demodulation, Symbol rate, return carrier channel is to be mentioned.

(2) Network Equipment. CISCO network hardware shall be supplied for fixed terminal stations. Detail specification to be mentioned.

e. Installation and Setup.

(1) Suitable hard standing is to be constructed for installing the antenna.

(2) All civil works is to be completed by the bidder.

(3) Bidder is to construct shed for generator adjacent to the fixed.

(4) Bidder is to furnish VSAT equipment room with appropriate furniture.

RESTRICTED

24 RESTRICTED

(5) All connectors, cable, accessories (Military Grade/ Marine Standard) required for mounting and communications devices are to be provided.

(6) Bidder shall make necessary provision/ mounting/ base for installing antenna system in fixed VSAT station.

(7) Provision for laying IFL Cabling from antenna to IDU shall be arranged by Bidder.

(8) List any other equipment needed but not mentioned above for the installation and operation of the system to be supplied by bidder.

29. Scope of Supply of Fixed VSAT Terminal Station. Each fixed terminal stations shall be composed of (but not limited to) following equipment:

Serial Item Name Qty Specifications

Antenna System

1. Antenna system 01 Brand, model and details is to be mentioned

Outdoor Unit

2. 2 port feed horn 01 To be mentioned

3. Wave guide 01 SSPA to Antenna

4. HPA (BUC with SSPA) 01 As mentioned in HPA specification

5. LNB 01 As mentioned in LNB specification

Cable and Accessories

6. Interfacing accessories As required

Standard fitting and accessories

7. IFL Cable As required

RG11 or Equivalent

Indoor Equipment

8. Satellite Modem 01 Ku Band model as per above stated specification

9. Router (including license software)

01 Cisco 4331/ K9 or equivalent with required interface card. Model to be mentioned

10. Switch 01 Cisco 24 port manageable PoE switches with 4 X SFP (1G). Cisco C-1000 or equivalent.

11. Firewall 01 Cisco Firewall. FPR 1010 (DMC license 2 years). Details to be mentioned.

12. Media Converter As Required

Industry Standard

13. Universal Rack 01 For Indoor Equipment, 16 U rack or equivalent

14. Laptop 01 As mentioned in services eqpt specification

RESTRICTED

25 RESTRICTED

Serial Item Name Qty Specifications

15. E1 Signaling gateway (For POTS/ Caller ID phone)

1 X E1 For interfacing for non-IP PABX by Bidder. Brand and model to be mentioned.

16. SIP/ IP phone gateway (Cisco)

01 Details to be mentioned

17. IP and T38 Fax Gateway (Cisco)

01 Minimum 02 IP Port and 2 X T38 Port

18. Video Multi Conference Unit (Cisco)

01 As mentioned in services eqpt specification in para 22j

Service Equipment

19. Cisco Wi-Fi Router (AP) 01 As mentioned in services eqpt specification

20. SIP Phone set 01 As mentioned in services eqpt specification

21. Telephone Set (Caller ID) 01 As mentioned in services eqpt specification

22. Fax Machine (T.38) 01 As mentioned in services eqpt specification

23. Computer (For internet and email communication)

01 As mentioned in services eqpt specification

Ancillary Equipment

24. Large Wall Display (For CCTV and system monitoring)

01 55-inch LED TV

25. CCTV System (BOSCH, EU Country)

01 system

3 X IP camera, 1 X NVR with 2TB HDD (Brand and model to be mentioned)

26. Access Control 01 System

1 X Standalone Reader, 10 X Card (Brand and model to be mentioned)

27. Fire Detection and Alarm System

01 System

Brand and model to be mentioned

28. Air Conditioner 02 1.5-ton AC (Brand: Panasonic/ General/ Samsung Country of Manufacture: Malaysia/ Thailand/ South Korea).

29. Dehumidifier 01 Brand and model to be mentioned

Power System

30. UPS 01 Min 6 KVA Online UPS for min 30 minutes power backup (Rack mounted, Brand: Emerson/ APC/ Legrand)

31. Power Distribution Unit 01 Universal Rack mounted

32. Surge Protection Device As Specification to be

RESTRICTED

26 RESTRICTED

Serial Item Name Qty Specifications

required mentioned

Bidder may suggest inclusion/ discard any other equipment if necessary, for the system.

30. Marine VSAT Terminal Stations (Ship Based).

a. Features and Requirements. The offered item should be tested and approved based on MIL-STD/ or equivalent European standard especially vibration, shock and EMI/ EMC. Certification for MIL-STD or equivalent European standard configuration and suitability for use in naval ships is to be provided.

b. Antenna System. Marine Terminal shall have suitable ship mount antenna system including antenna tuning unit, standalone GPS, independent 3-axis antenna stabilization system, heading compass and motorized auto accusation/ auto tracking mounted.

(1) Antenna Size. Expected antenna size should be 1 m - 1.2m. However, details to be specified by the bidders as per link budget calculations using BS-1. Antenna should be suitable for global Ku-band operation.

(2) Feed Horn. 2 port Feed horn compatible with BS-1 with replaceable feed cartridge in standard Ku Band. Bidder may propose 04 port feed horn (2 port in lower Ku and 2 port standard Ku).

(3) Reflector Material. Carbon/ Aluminum/ Glass Fiber Reinforced. Details to be mentioned.

(4) Radom. Antenna System including ODU is to be Radom mounted.

(5) RF Power Output. To be mentioned.

(6) Antenna Tracking. Antenna tracking should work up to desired ship’s roll and pitch as mentioned at para 20.a (2)-f(III)). At sea, the ship’s attitude (heading, roll, pitch & yaw) may change at any time due to maneuvering requirement. Offered VSAT directional antenna needs to be aligned with the satellite in a particular direction. Thus, reliable and precise compass input is essential for such purpose. Bidder is to provide a built-in/ standalone GPS and Gyro interface facility for smooth operation of marine VSAT system. Bidder may collect necessary data regarding ship Gyro from NHQ (DSIG). Purchaser will provide the Gyro interface port from ship’s Gyro but bidder is to provide all necessary hardware and cabling to interface the ship’s Gyro system with VSAT antenna system. Some ship may not have the suitable gyro interface port to interface with VSAT Antenna system. In that case, Bidder shall offer the Built-in/ standalone Gyro as Optional Pack 8.

(7) Antenna Stabilization System. Built-in 3-axis antenna stabilization system (roll, pitch and yaw) is to be mentioned and detailed explanation.

RESTRICTED

27 RESTRICTED

(8) Weight of Outdoor Antenna System. To be mentioned.

(9) Antenna Mounting Structure. The antenna mounting structure should have the capability to assemble on ship structure.

(10) Environmental Condition Compliance. As per para 20.a(2).

(11) Site Selection for Antenna System. The radome assembly should be installed at a location onboard ship where:

(a) The antenna has to be in a clear line of sight to as much of the sky (horizon to zenith at all bearings) as practical.

(b) The antenna is to be a minimum of 15 feet from the ship's radar, further away if there are high power radar arrays.

(c) The antenna is not to be mounted on the same plane as the ship's radar so that it is not directly in the radar beam path.

(d) The antenna is to be minimum 15 feet from high power short wave transmitting antennas.

(e) The Above Decks Equipment (ADE) and the Below Decks Equipment (BDE) should be positioned as close to one another as possible. This is necessary to reduce the losses associated with long cable runs.

(f) The mounting location should be rigid enough that it will not flex, or sway, in ships motion or vibration. If the radome is to be mounted on a raised pedestal, it must have adequate gussets, or be well guyed, to prevent flexing or swaying in ships motion.

c. RF Sub System and Out Door Unit (ODU).

(1) Tx/ Rx Frequency of marine terminal station: Tx: 12.75 GHz - 13.25GHz and Rx: 10.70 GHz - 11.45 GHz

(2) RF Power Amplifier (SSPA & BUC): Minimum 8 Watts or more as per link budget and considering the future requirement. (To be mentioned).

(3) LNB: Brand, model and specification is to be mentioned.

(4) IFL cable: RG11 IFL cable is to be supplied.

(5) Power Arrangement for RF and Outdoor unit: To be provided from indoor power distribution system through online UPS.

d. Indoor Unit (IDU).

(1) Satellite Modem. The satellite modem shall have following parameters:

(a) Brand or Model: To be mentioned.

(b) Country of Origin: To be mentioned.

RESTRICTED

28 RESTRICTED

(c) Inbound Port: To be mentioned.

(d) Outbound Port: To be mentioned.

(e) Redundancy: To be mentioned.

(f) Rack Mounted: To be mentioned.

(g) Power Input: Supply ratings and watts to be mentioned.

(h) RF Parameters: Modulation and Demodulation, Symbol rate, return carrier channel is to be mentioned.

(2) Network Equipment. CISCO or equivalent network hardware shall be supplied for maritime terminal stations. Detail specification to be mentioned.

e. Connectivity with BN HUB through Global Satellite Network (Roaming Coverage). As stated in para-20.e

f. Tactical Data Link (TDL) Interfacing. BN TDL system shall be interfaced with VSAT marine terminal. To interface with TDL, a dedicated IP interface with multi-cast capability shall be required. Thus, the bidder shall provide necessary interface equipment, connectivity and configuration between TDL and VSAT network. The OEM of TDL shall provide necessary technical data and assistance if required.

g. Installation and Setup.

(1) VSAT terminal is to be installed on board naval ship.

(2) All required connectors, cable, accessories (Marine Standard/ Mil-standard) and communications devices are to be provided.

(3) Bidder shall make necessary provision/ mounting/ base for installing antenna system on board ship.

(4) Provision for laying IFL Cabling from antenna to IDU shall be arranged by Bidder.

(5) All welding/ cutting works is to be completed by the purchaser.

(6) Bidder is to furnish VSAT equipment room with appropriate furniture.

(7) List any other equipment needed but not mentioned above for the installation and operation of the system needed.

31. Scope of Supply of Marine VSAT Terminal Station. Each marine VSAT terminal station shall be composed of (but not limited to) following equipment:

Serial Item Name Qty Specifications

Antenna System

1. 1 - 1.2 meter antenna system with Radom and 3-axis stabilization system

01 Brand, model and details to be mentioned

RESTRICTED

29 RESTRICTED

Serial Item Name Qty Specifications

2. GPS 01 To be mentioned

3. Ship Gyro interface provision - To be mentioned

Outdoor Unit

4. 2 port Feed horn with replaceable feed cartridge in standard Ku Band

01 Bidder may propose 04 port feed horn (2 port in lower ku and 2 port standard ku)

5. Wave guide As required

SSPA to Antenna

6. HPA (BUC with SSPA) 01 As mentioned in HPA specification

7. LNB 01 As mentioned in LNB specification

8. Band pass filter As required

Marine standard

Cable and Accessories

9. Interfacing fitting and accessories

As required

Marine Standard (Rust and corrosion preventive)

10. IFL Cable As required

RG11 or equivalent

Indoor Equipment

11. Antenna Control Unit 01 For antenna tracking control

12. Satellite Modem 01 Ku Band model as per above stated specification

13. Router (including license software)

01 Cisco 4331/ K9 or equivalent with required interface card. Model to be mentioned

14. Switch 01 Cisco 24 port manageable PoE switches with 4 X SFP (1G). Cisco C-1000 or equivalent.

15. Firewall 01 Cisco Firewall. FPR 1010 (DMC license 2 years). Details to be mentioned.

16. Media Converter As Required

Brand and model to be mentioned.

17. Universal Rack 01 For Indoor Equipment, 16 U rack or equivalent

18. Laptop 01 As mentioned in services eqpt specification in para 22j

19. Telephone Gateway (Cisco) 01

20. Fax Gateway (Cisco) 01

21. Video Multi Conference Unit (Cisco)

01 As mentioned in services eqpt specification in para 22j

Service Equipment

22. Cisco Wi-Fi Router (AP) 01 As mentioned in services eqpt specification in para 22j

23. Cisco SIP Phone set 03 As mentioned in services eqpt specification in para 22j

RESTRICTED

30 RESTRICTED

Serial Item Name Qty Specifications

24. Fax Machine (IP Fax machine)

01 As mentioned in services eqpt specification in para 22j

25. Cisco Video Conference system with HD camera and 32-inch display

01 As mentioned in services eqpt specification in para 22j

26. Computer (For internet and email communication)

01 As mentioned in services eqpt specification in para 22j

27. Tactical data Link Interface 01 Necessary interface info is to be obtained from BN (IP Interface)

28. Large Wall Display (For system monitoring)

01 32-inch LED TV

Power System

29. UPS 01 Min 6 KVA Online UPS for 30 min power backup (Rack mounted, Brand: Emerson/ APC)

30. Power Distribution Unit 01 Universal Rack mounted

Bidder may suggest inclusion/discard any other equipment if necessary, for the system.

32. Specification of Manpack Terminal. One complete set of Manpack terminal is to be supplied (Brand, Model, Country of Origin, Country of Manufacture and detail features are to be mentioned) as per following specification:

a. Antenna unit: 1 m (approx.) auto tracking manpack antenna system (Ku-Band). BUC and LNB specifications to be mentioned. b. Weight: To be mentioned.

c. Case Size: To be mentioned.

d. Case Type (Soft/Hard case): To be mentioned.

e. Portable power supply unit: Back up time minimum 06 hours. Battery- Lithium ion battery pack.

f. Tx/ Rx Frequency: Tx: 12.75 GHz - 13.25 GHz and Rx: 10.70 GHz - 11.45 GHz

g. Compatible with BS-1 (Ku band): To be mentioned.

h. Beam Switching: To be mentioned.

33. Scope of Supply of Manpack Terminal.

a. Complete set of Manpack terminal station (Ku Band) with associated accessories.

b. Laptop Computer (Brand: HP, core i7, 8GB RAM) – 01.

c. WiFi-Access Point: To be mentioned.

d. Any other equipment is necessary for the system to be mentioned.

RESTRICTED

31 RESTRICTED

34. Software, Manual and Publication. The bidder is to quote necessary software with licenses. The bidder will also provide 03 (Three) sets of manuals, publications, parts catalogue of the system hardware and software in hard copy and soft copy in English as applicable for the offered system free of cost.

35. Foreign Training. A comprehensive training package shall be arranged by the bidder for BN personnel. The bidder is to quote separately the following foreign training packages:

a. Operator Training on VSAT system.

(1) Trainee: 12 Persons (3 x Officer, 3 x Radio Electrical trade sailor, 6 x Communicator).

(2) Duration: 3 Weeks.

(3) Course Content: Basic overview on VSAT system, voice communication, video conferencing, data communication, fax, signal messaging, configuration, user-level troubleshooting and all other additional services using VSAT.

b. Network Management and Administrator Training.

(1) Trainee: 10 Persons (5 x Officer, 5 x Artificer).

(2) Duration: 8 Weeks.

(3) Course Content: Basic overview on VSAT system, all services using VSAT, IP networking, Cisco Router, Cisco Switch, Server & firewall configuration, SQL & Oracle Database configuration, VSAT network management, bandwidth management, troubleshooting, terminal installations and configurations.

c. Maintainers’ Training on VSAT System.

(1) Trainee: 09 Persons (3 x Officer, 6 x Artificer).

(2) Duration: 4 Weeks.

(3) Course Content: Antenna system, RF equipment, control equipment, tracking and monitoring system, stabilization system, satellite modem, power control system, VSAT networking Concept, Network Management System, PP Server Configuration, Router and Switch Configuration, Services, Troubleshooting (1st & 2nd level) and System Maintenance.

36. Local Training

a. Maintainer’s Training (Installation, Configuration and Maintenance). The bidder is to quote the local training package separately:

(1) Trainee: Two groups (Each group 15 persons).

(2) Duration: 4 Weeks.

RESTRICTED

32 RESTRICTED

(3) Content: Training shall be conducted for HUB, Remote VSAT station and Manpack terminals Installation and configurations, Troubleshooting and schedule and unscheduled maintenance. The training shall be conducted by bidder technical expert.

b. Operator Training on VSAT system (OJT)

(1) Trainee: 30 Persons.

(2) Duration: 4 Weeks.

(4) Course Content: Basic overview on VSAT system, voice communication, video conferencing, data communication, fax, signal messaging, configuration, user-level troubleshooting and all other additional services using VSAT.

c. Network Administrator’s Training (OJT).

(1) Trainee: 20 Persons (two groups).

(2) Duration: 4 Weeks.

(3) Course Content: Basic overview on VSAT system, all services using VSAT, IP networking, Cisco Router, Cisco Switch, Server & firewall configuration, SQL & Oracle Database configuration, VSAT network management, bandwidth management, troubleshooting, terminal installations and configurations.

37. Technical Support Team (TST). The bidder is to provide a required number of TST members. TST members must have minimum 2 years VSAT HUB operating/ management experience and required qualification. Relevant qualification and experience certificates are to be submitted before signing the contract. TST members shall be employed during the warranty period (i.e 12 months) from the date of acceptance of VSAT Network. In addition, the bidder is to mention the cost of TST per month in case BN decides to extend the duration of TST after the warranty period. The responsibility of TST is as follows:

a. Routine maintenance of equipment(s).

b. Diagnosis, troubleshooting and repair of equipment(s).

c. Software troubleshooting and configurations.

d. Train BN personnel on radio equipment, network operation and maintenance.

e. To raise the warranty for the unserviceable item and expedite the restoration process.

f. The bidder shall bear all related cost of air tickets, food, accommodation and transportation etc for the members of TST and interpreter (if any). In this regards the cost is to be quoted. BN shall provide the local transportation and primary medical support for the team within the BN area only.

RESTRICTED

33 RESTRICTED

38. Spares, Tools and Test Equipment (Optional Items as Optional Pack 9). Price quotation of optional items is mandatory. Bidder is to mention item wise price so that BN may choose all items or partial items or may reject all optional items. The price of optional items is to be quoted as follows:

a. Spares.

(1) The bidder shall submit a list of recommended spares/ first moving spares with the price required for maintenance of the VSAT system for the next 02 (two) years after the warranty period.

(2) The Bidder shall maintain sufficient backup stock of spare parts and tools locally at sites, for the maintenance of the supplied equipment, during the warranty period.

(3) The Bidder shall ensure availability of spare parts and technical assistance for all components for at least 02 (two) years, without major changes, after the completion of final acceptance.

(4) The Bidder shall give six months advance notice on any discontinued part(s) with a suggestion for appropriate alternatives.

(5) The Bidder shall also identify and provide the following:

(a) Items (repairable spares, parts and consumable supplies) that are needed to maintain design performance, reliability and availability standards prescribed in the Technical Specifications. The quantity of spare parts and consumable items provided and kept shall be equal to the requirements for one year of operating stock.

(b) Critical items, whose failure would cause a system failure.

(c) Items of high cost and/or long lead time (over thirty working days).

(d) Items whose design reliability is such that normal stock replenishment would not justify maintaining a level of the item in stock.

b. Consumables. The bidder shall provide a list of consumables with part no and manufacturer and same shall be quoted considering for next 02-year maintenance period from the date of acceptance of VSAT Network.

c. Test Equipment and Tools. The bidder shall submit list of Test Equipment and Tools with the make, model, brand, Country of Origin and indicative part numbers along with the offer. Price to be quoted for min test equipment and tools (1 X spectrum analyzer (frequency: up to 20 GHz, desktop type with necessary accessories),1 X signal generator-Ku band operation, 2 X RF power meter– upto 20 GHz, 16 X Tool Box with tools).

39. Security Clearance. BN will arrange security clearance for the visit of bidder’s specialists including TST for assembly and technical support of the VSAT. The

RESTRICTED

34 RESTRICTED

list of the team members along with necessary information is to reach NHQ (Directorate of Signal) at least 30 days before the date of arrival.

40. Installation and Commissioning of VSAT.

a. The bidder shall send an assembly/ installation team comprising suitable technicians to Bangladesh for the assembly and installation of VSAT. BN will not be responsible for the engineering works at assembly sites. BN technicians are to be trained while installing the VSAT.

b. Turn-around time for completion of assembly/ installation and acceptance shall be maximum 90 (ninety) days from the date of arrival of all VSAT equipment at port of disembarkation in Bangladesh. After completion of assembly/ installation of the VSAT, the bidder shall carry out a Test Run of the VSAT.

c. All costs for assembly/ installation including food, accommodation and internal transportation of foreign specialist are to be borne by the bidder. In this regard the cost is to be quoted. However, on request of bidder, BN may arrange food and accommodation (subject to availability of such facilities). In that case bidder is to pay the necessary bills to BN as per BN Mess regulations.

41. Testing/ Trial Run. On completion of the installation of the system, the same is to be given trial run and operation for at least 1 (one) month in presence and under direct supervision of Bidder’s technical experts at BN site. The installation Engineer should be available at the site during whole period of the working hours and remain stand by for on call service after cease hours. The bidder is to rent at least 10 MHz satellite bandwidth from BS-1 for test and trial run for one month at Bidder’s cost. If trial run is extended due to bidder’s requirement, extended trial run period shall be covered by the bidder’s cost.

42. Acceptance and Cut-over Service.

a. After satisfactory trial run for 01 month (30 days), the bidder shall carry out acceptance check of the system jointly with BN Team. Acceptance team shall carryout functional and operational check of the VSAT Hub Station and associated terminal equipment at land and sea during acceptance process.

b. The VSAT equipment setup is to be commissioned and handed over to BN in fully operational condition without any observation. If the system is found unsatisfactory, an acceptance check shall be held up till the equipment is made serviceable by the bidder. c. Bidder shall submit two copies of bidder’s test results of the VSAT HUB & Terminal Station equipment and related facilities to the purchaser not less than two weeks prior to the commencement of the acceptance tests.

43. Obsolescence. If any system, equipment etc becomes obsolete or out of production during the installation period, the Bidder is to submit a minimum of 03 (three) alternatives of same/ improve version for selection of suitable replacement by the Buyer without any additional cost.

44. Vendors’ List and User List of VSAT System. Full address of the Vendors including fax number and e-mail address is to be provided for all vendor item

RESTRICTED

35 RESTRICTED

used in VSAT and its associated equipment. Moreover, a list of users of the offered VSAT system is to be provided with the offer.

45. Certificate Provided by the Bidder. Following certificate to be submitted by the bidder along with offer:

a. Authorization Certificate. The concerned bidder must provide the following original certificate(s)/ document(s) as applicable with the tender offer and during delivery of items as regards to the genuine source of item(s) to establish the chain of links from the original source to supply of items:

(1) One certificate by the Original Equipment Manufacturer (OEM) in favour of the bidder/ local agent (in case of OEM as principal).

(2) Two certificates, one by the OEM to the authorized agent and the other by the authorized agent to the bidder/local agent (in case of the authorized agent as principal).

(3) Three certificates, first one by OEM to an authorized agent, second one by an authorized agent to sub-agent and third one by sub-agent to bidder/ local agent (in case of sub-agent as principal). If the bidder/ local agent is unable to obtain the first certificate (by OEM to authorized agent), then it has to produce relevant document to prove agency-ship of its claimed agent of the recognized manufacturer.

b. Bidder eligibility documents/ certificates.

c. A certificate to the effect that the same/ similar hardware and software shall be available for next 10 years.

d. Service support for 24/7 (both principal and local agent) assurance certificate.

e. Year of production of equipment certificate.

f. Hardware and software validity certificate.

g. Software update service assurance certificate.

h. MIL-STD or Equivalent European standard certificate for maritime VSAT terminal.

j. Warranty/ Guarantee Certificate to be submitted with offer.

k. Any other certificate which is not mentioned above, but required for the smooth functioning of the system must be given.

PART-3: GENERAL TERMS AND CONDITIONS

Delivery, Factory Acceptance Test (FAT), Shipment and Transportation

46. Delivery. One complete set of VSAT Network System along with all Hardware, Software and Accessories are to be delivered, installed and commissioned within 12 (Twelve) months from the date of signing the contract as per scope of supply. The delivery period may be sub-divided into following timelines:

RESTRICTED

36 RESTRICTED

a. Hardware delivery period is 09 months from the date of signing the contract.

b. Civil works including building construction for HUB station and remote VSAT terminal sites (fixed and marine) preparation are to be completed within 09 months from the date of receipt of approved design from NHQ/ BN authority.

c. Completion of Installation, Acceptance and Commissioning of the VSAT System shall be within three (03) months from the delivery of items in Bangladesh.

d. Training is to be completed within 12 months after signing the contract.

e. Delay in delivery shall be dealt as per the existing rules of DGDP.

47. Factory Acceptance Test (FAT).

a. FAT program for minimum 05 (Five) working days at manufacturer’s premises to be arranged by the bidder before shipping the consignment.

b. The bidder should inform the buyer about the date and schedule of FAT at least 12 (Twelve) weeks prior to the date of commencement of the FAT.

c. A team comprising 05 (Five) members of BN will conduct the FAT at manufacturer’s premises for major equipment stated at Para 5. During FAT, possible and feasible major satellite HUB items (supplier is to mention the list), Marine VSAT Terminals and Fixed/ Land VSAT Terminals must be assembled at OEM facility for FAT and to show the parameters in test bench environment. The total integrated system will be finally assembled in Bangladesh at the specified site assigned by BN where final functional acceptance test and link establishment test will be carried out. The entire system has to be compatible and functional with BS-1 (lower Ku band).

d. All expenditure for travel, accommodation and food for the FAT team shall

be borne by BN and internal transportation shall be borne by the bidder. The

cost of internal transportation is to be quoted.

e. After FAT a joint inspection report shall be prepared and signed by both the seller and buyer’s representatives at FAT premises. On completion of FAT, BN FAT team will submit their report to NHQ (concerned directorate) and Bidder will submit the same certificate with the shipping documents. During FAT the Bidder will provide all required material/ test equipment to carryout FAT without any extra cost. The Bidder will not make shipment of any goods/ equipment of the contract without the clearance of DGDP.

f. Bidder is to suggest required working days for FAT, if FAT is to be conducted in more than one country. Country and place of the OEM premises for FAT are to be mentioned.

48. Packing. VSAT and its equipment should be packed in such a way that those should be transported by air, land and sea (as applicable). The package is to provide VSAT (and its components) protection from the external mechanical and environmental factors exposure during its transportation and storage. The manufacturer shall pack the equipment in accordance with the packaging instruction. In case total or partial preservation is required, the manufacturer shall apply temporary anti-corrosive

RESTRICTED

37 RESTRICTED

protection (preservation) to the equipment in accordance with the correspondent instructions.

49. Port of Shipment.

a. For main equipment. Any port of county of origin/ manufacture.

b. For network-related equipment/ accessories. Any port of country of origin/ manufacture/ assembly.

50. Transportation. The VSAT shall be transported by ship/ air from the assemble place/ factory. The bidder is to quote the cost of shipment by sea and/ or by air separately. In addition:

a. The bidder is to ship the VSAT and its associated items within the time specified in the contract. Before shipment, the bidder is to get written clearance from DGDP for shipment of the VSAT and its spare parts.

b. The contracted VSAT and its associated items are to be delivered to the BN site at Chattogram (Consignee: The Commanding Officer, Naval Stores Depot, Chattogram, New Mooring, Chattogram, Bangladesh) in case of shipment by sea, and at NSSD, Dhaka (Consignee: Officer In-charge, Naval Stores Sub Depot Dhaka, Namapara Khilkhet, Dhaka 1229.) in case of shipment by air. All removable segments must have appropriate safe packaging for transportation. The bidder is also to bear the expenditure for internal transportation from the port of entry to respective BN sites (Hub station and VSAT Terminal station).

c. Insurance expenditure related to shipment shall be borne by the buyer.

51. Warranty.

a. Warranty Period. Minimum 12 months/ Manufacturer’s standard warranty (whichever is higher) of all products and services from the date of acceptance is to be provided.

b. Warranty Services.

(1) Any unserviceable up to 24 (twenty-four) hours shall be deemed as normal but more than 24 hours, if any, shall be deducted from the warranty period.

(2) Replacement/ Repair of defective equipment or services, if needed during inspection/ warranty period, the bidder is to provide the same free of cost within 01 (one) months from the date of reporting. Freights and Insurance charges for both the ways and cost for site visit by manufacturer engineer (if needed) are to be borne by the bidder. Certificate to this effect is to be attached by the Principal bidder/ manufacturer.

c. Local Agent Service. After-sales, service/ technical backup support must be available with the Local Agent of the Bidder and to be provided as and when required during and after the Warranty/ Guarantee Period as per the demand of the Purchaser. However, this service has to be provided free of charge during Installation, during the Warranty Period.

RESTRICTED

38 RESTRICTED

d. Guaranty for Spare Support. 10 years of spares support assurance are to be provided by the manufacturer of the VSAT.

52. After-Sale Service. The technical advisory service through electronic or conventional mail or online servicing (if available) from the factory is to be provided by the manufacturer as and when required. Maintenance support shall include the labour and hardware/ software and response time (within 2 to 6 hours - 365 days a year). Following after-sales support is to be complied:

a. Annual Maintenance Contract. The bidder must agree to sign

Annual Maintenance Contract (AMC) for a period of 02 years after

warranty period. The cost of the AMC must be separately quoted with the

financial offer as optional. Details of the AMC plan must be submitted

with the technical offer.

b. On Call Engineer’s Support at the Site. This support may be needed for any unscheduled repair/ maintenance of the equipment after the warranty period. Bidder is to be provided as a separate deal between BN and the bidder/ manufacturer.

53. Miscellaneous Terms and Conditions. The following miscellaneous terms and conditions are to be followed.

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

b. Due to the fault of the bidder, if any changes/ amendment are required in the contract/ LC, all such expenses/ charges shall be borne by the bidder.

c. The cost of VSAT and additional equipment/ FOB including all charges is to be “Firm and Fixed”. No increase of price at any stage after signing the contract shall be accepted. If any item other than those already contracted is required during assembly of VSAT, those are to be provided by the bidder within the contracted price.

d. Freight charges shall be paid at actual, but not more than the contracted fright charge. As such, freight charge is to be mentioned in appropriate column of AWB/ BL. Otherwise, FOB value of the VSAT and supplied VSAT shall be paid.

e. Cost of freight/ transportation charge and insurance for any surplus spares/ accessories, which shall be taken back after completion of assembly of VSAT, is to be borne by the bidder.

f. Bidders have to quote charges for sea/ air up to Chattogram/ Dhaka, Bangladesh. The transportation of the VSAT and associated equipment in Bangladesh (from port of arrival to BN site) is to be arranged and paid by the bidder.

g. Bidders must mention the prices in foreign currency which is to be firm and fixed. No increase of price at any stage shall be accepted by BN after submission of offer. h. Bidders are to mention the port/ country of shipment of the offer.

RESTRICTED

39 RESTRICTED

j. 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 requirements, transshipment will only be allowed under single AWB/ BL. k. Part Shipment. Will be allowed.

54. Offer Validity. Offer must be valid for minimum 180 days or as per tender terms and conditions from the date of opening the tender. Within the validity of the offer, withdrawal of offer or un-willingness to sign the contract by the bidder will not be accepted and in such cases, actions would be taken against the principal bidder and local agent as per Directorate General Defense Purchase (DGDP) rules. DGDP/ BN also reserve the right to get the offer validity extended with the consent of the bidder.

55. Factors for Determining the Lowest Bidder. The Lowest bidder will be determined on the basis of:

a. CPT/ CFR value of essential items and selected optional item.

b. Cost of Training.

c. Cost of installation and interfacing.

d. Cost of TST.

e. Cost of Civil work and locally supplied item (in local currency).

56. Price Quotation. Price of each element of the total offer is to be shown separately (e.g, price of the main items, additional and optional items, Installation and Integration, Training, Warranty/ Guarantee etc) and then the total of the foreign currency to be shown on the original offer submitted by the bidder. Bidders are to mention item wise price for HUB and Remote stations so that BN can increase/ decrease the quantity of item depending on the cost and requirement. The summary of price quotation shall comprise such as.

a. Foreign Currency offer (VSAT Network System).

Ser Description of Item Qty Unit Price (Foreign

Currency)

Total Price (Foreign

Currency)

Essential Items and Services

1. HUB Station including all Hub equipment

1

2. Remote Fixed VSAT Station including all equipment with licenses

05

3. Remote Marine VSAT Station including all equipment and licenses

09

4. Manpack Terminal including all equipment and licenses

01

5. Software with License including capacity use and user.

As per the stated

requirement

6. Replaceable VSAT equipment with the software license for

4

RESTRICTED

40 RESTRICTED

standard Ku band (Marine Terminal)

7. Ancillary Equipment (AC, Humidifier, Generator, UPS, Phone, Fax, SIP etc)

As per list

8. Training (Foreign and Local)

(1) a. Foreign Training (Admin cost such accommodation, food, internal transport etc)

As per the stated

requirement

b. Local Training As per the stated

requirement

9. Technical Support Service (per month)

As per the stated

requirement

10. Other essential items (list to be included with item-wise price)

11. Installation cost (HUB and all remote terminals)

12. Freight Cost

13. Insurance (shall be paid by the purchaser on actual basis)

Not to be quoted

Not to be quoted

Not to be quoted

14. Miscellaneous cost

Sub-Total (Mandatory Item) =

Optional Item and Services

15. Mesh Topology for maritime VSAT terminals along with a list of additional hardware/ software and cost. As per para 20.c. (Optional Pack 1)

16. Disaster Recovery HUB station (Geo-redundancy). As per para 20.d (Optional pack 2)

17. Hardware and software including license requirement for voice and data application for the provision to interface with Bangladesh Army (C-band) and Bangladesh Air Force (Ku-band) VSAT system. As per para 20.g(3) (Optional Pack 3)

18. Replaceable hardware/ module and configurable software for Standard Ku Band (Transmit from 13.75

RESTRICTED

41 RESTRICTED

GHz to 14.50 GHz and receive from 10.7 GHz to 12.75 GHz). As per para 22.b(3) (Optional Pack 4)

19. List of additional items required to support other satellites of the region. (As per para-22.b.(5)). (Optional pack 5)

20. Hub Station hardware configurable to support two transponders (72 MHz) to meet the future requirement and the cost of the license (if any) to meet the future requirement. As per para 22.d.(1) (Optional Pack 6)

21. Cost of the Hub Station software license (if any) to meet the future requirement. As per para 26.f (Optional Pack 7)

22. Bidder shall offer the Built-in/ standalone Gyro. As per para 30.b (6) (Optional Pack 8)

23. Spares, Tools and Test Equipment (Optional Items) as per para 38. Bidder shall offer the Built-in/ standalone Gyro. As per para 38 (Optional Pack 9)

24. Other Optional items (list to be included with itemized price)

Sub-Total (Optional Item) =

Grand Total Cost=

b. Local Currency Offer (Civil works and locally supplied item).

Ser Description of Item Qty Unit Price (BDT)

Total Price (BDT)

1. Construction of 2-storied building including ancillary equipment

2. Locally supplied item including site preparation works

Grand Total Cost (BDT) =

57. Bank Guarantee by Bidder.

a. Performance Guarantee (PG). Performance Guarantee (PG) for an amount equivalent to 10% of LC value is to be submitted by the bidder to the Buyer prior signing the contract from any scheduled bank in Bangladesh in favour of Senior finance Controller (Navy), Lalasarai, Sailors Colony, Mirpur-14,

RESTRICTED

42 RESTRICTED

Dhaka-1206, Bangladesh. This PG must remain valid for at least 03 months after the delivery date. The PG will be released after the final acceptance and on received of no objection certificate from the consignee.

b. Bank Guarantee (BG) for Warranty. The Bidder shall have to furnish to the Buyer a bank guarantee for warranty after satisfactory handing over of the VSAT Network project for an amount equal to 5% of the contract price (before the release of last payment in foreign currency and local currency after final acceptance), which shall remain valid until the expiry date of the warranty period. The BG will be released on receipt of no objection certificate from the purchaser (NHQ).

58. Terms of Payment.

a. Foreign Currency (VSAT Network System). 100% Payment shall be made through an irrevocable Letter of Credit (LC). The LC shall be opened with any scheduled bank in Bangladesh under following terms and conditions:

(1) 60% of the LC value (Minus Installation, Training and TST value) shall be released on production of Shipping documents of contracted goods and submission on documents as per DGDP rules (including bill of Lading, Bidder’s Signed Invoice, Packing List, Certificate of Origin, Warranty/ Guaranty Certificate, Joint FAT report and shipment clearance letter of DGDP).

(2) Remaining 40% of LC value (Minus Installation, Training and TST value) and 100% installation cost shall be released on production of Delivery Receipt Voucher (DR), completion of installation and interfacing work, test-trial, establishment of link, final acceptance of the VSAT network system by BN and successful delivery of spares, consumables, tools and test equipment, certificates, manual and documentation.

(3) 100% cost of training may be released after satisfactory completion of training and on production of training completion certificate from BN.

(4) 100% cost of TST shall be released after satisfactory completion of TST service as per the contract and on production of TST completion certificate from BN.

c. Local Currency (Civil Construction and Locally Supplied Items). Payment for civil works (i.e constructions of building, infrastructure, site preparation, locally supplied ancillary equipment, consultancy, etc) shall be provided (in local currency) to local agent on production of job completion certificate from user and written clearance from the principal at following stages:

(1) 40% of total cost of Civil Works and Locally Supplied Items shall be paid after completion of construction of the 02 storied building structures as per approved drawing by BN as well as construction of Generator’s shed and on production of satisfactory progress certificate from NHQ (DSIG).

(2) Remaining 60% of total cost of Civil Works and Locally Supplied Items shall be made after acceptance of Civil Works related with all the utilities (to facilitate the rooms, sheds with

RESTRICTED

43 RESTRICTED

appropriate electricity connections, water supply, drainage system and lightning and surge protection system etc.) as well as furnishing all the equipment rooms and office room as per approved

drawing by BN and on production of satisfactory full job completion certificate from NHQ (DSIG).

59. Compliance of Specifications/ Terms and Conditions. The following terms and conditions are to be followed:

a. During the evaluation, the technical evaluation committee shall consider bidders compliance to various clauses and sub‐clauses of this tender; but shall have the authority to conclude its own decision about such compliance's.

b. Bidder must put in clear terms ‘compliance’ or ‘non-compliance’ to the tender clauses or sub-clauses. Keeping any clause unanswered shall be treated as ‘non-compliance’.

c. Conditional compliance like, ‘partial compliance’ shall be treated as ‘non-compliance’.

d. Any other features which are not mentioned in the technical specification but are required for the smooth functioning of the task, must be included and be offered by the bidders in the tender documents. Any other item/ software to complete the network or add flexibility and enhance the feature to be offered by the vendor.

60. BN will reserve the right to accept or reject any items/ tools/ accessories/ test equipment from the offer. In addition, BN will also reserve the right to ask the bidder to supply any provisioning/ equipment whose price is asked to quote in the financial offer.

61. Any other terms and conditions not covered here shall be as per the standing rules of BN/ DGDP.

62. BN/ DGDP have all the rights to select any bidder or cancel the whole tender process at any time without assigning any reason.