Sei sulla pagina 1di 41

CONFIDENTIAL

TENDER SPECIFICATIONS FOR THE PROCUREMENT OF


MEDIUM RANGE SURFACE TO AIR MISSILE (MSAM) SYSTEM FOR BAF

PART-1: GENERAL INFORMATION AND BIDDERS’ RESPONSIBILITY

General

1. BAF plans to procure Medium Range Surface to Air Missile (MSAM)Systemin


the financial year 2016-2017. Thissystem will primarily provide air defence of BAF
Bases and KPIs. Simultaneously the system will support the Layered Air Defence
structure of BAF.

2. For better understanding and to evaluate all the prospective bidders on the same
platform, the tender specification has been divided into 03 (three) parts:

a. Part-1 : General Information and Bidders' Responsibility.

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


and Optional).

c. Part-3 : General Terms and Conditions.

3. Prospective bidders are to comply with the requirements, terms and conditions
mentioned in Part-1, Part-2 and Part-3 of the tender specifications. Bidders are
requested to provide detailed explanation of the technical matters wherever necessary
and cross reference to relevant pages of their offer/original supporting documents.
Bidders are also to provide performance data, technical data, specific figures and
information as asked against each condition.

4. In Part-2, there are essential and optional features/items. Bidders failing to


comply with essential features will be considered as disqualified. However, bidder has
to quote the price of all the optional items but BAF reserves the right to choose or
discard some or all optional features/items as per the requirement. Cost of optional
features/items will not be considered for determining lowest bidder.

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

a. Technical Offer

b. Financial Offer

6. Bidders qualifying in technical offer will only be eligible for evaluation of their
financial offer. On completion of technical evaluation, final selection of bidder will be
done on the basis of financial competitiveness.
1 of 41
CONFIDENTIAL
CONFIDENTIAL

7. Bidders shall quote all main equipment as mentioned in Part-2 in foreign


currency (USD) on FOB basis.

Eligibility of the Bidders

8. Bidders are to participate in the tender through their local agent enlisted in the
Directorate General of Defence Purchase (DGDP) in Bangladesh. Bidders are to be a
reputed manufacturer of the MSAM system or authorized by the manufacturer. If a
bidder is a manufacturer, bidder is to submit an authentication certificate mentioning
that he is the original manufacturer ofMSAM system (mentioning brand and model of
their produced system). If a bidder is not a manufacturer, bidder is to mention the name
and address of the manufacturer and must submit manufacturer's authorization
certificate along with the offer to establish that he is authorized to participate in the
tender process.

9. Each offer should contain only one type of system. One bidder may submit
alternative offer. Each offer must be independent and complete in all respect.

10. Bidders must provide Original Equipment Manufacturer (OEM) certificates of


system and all other items mentioning date of manufacturing at the time of delivery and
same is to be shown to the pre-shipment inspection (PSI) team.

Bidder’s Responsibility

11. It is the responsibility of bidders to have valid Government Assurance Certificate


that there is no restriction from the respective Government to export the said
MSAMsystem to Bangladesh and export permit for Bangladesh will be issued to bidder
if contract is awarded.

12. Bidders are to submit full specification & relevant documents in English, latest
brochures for the MSAM 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 tender specification. Deviation or variation of information between the brochure
and formally offered documents would be treated as non-compliance.

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

2 of 41
CONFIDENTIAL
CONFIDENTIAL

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

15. Pre-bid Meeting. A Pre-bid meeting will be arranged at Air Headquarters


within 03 (three) weeks from the day floating the tender by DGDP. Bidders will beasked
to join the pre-bid meeting at Directorate of Plans, Air Headquarters on the specified
date. Bidders are to submit necessary information and bio-data including photographs
and passport information of the team to Air Headquarters (Directorate of Plans) at least
02 (two) weeks before the meeting for arranging necessary security clearance. The
purpose of this meeting will be to clarify issues about the project of new MSAM system
supply.

16. Evaluation Procedure. The bid proposals submitted by bidders will be


evaluated primarily on the basis of (but not only) the following elements (not in any
priority order). In addition to hard copy, bidders are to submit the authenticated soft
copy of the compliance sheet:

a. Compliance to eligibility criteria for bidding.

b. Responsiveness and compliance to the Technical Specifications and


General Terms &Conditions.

c. Presentation by bidders at BAF Headquarters.

d. Bidders' International Standard Certification.

e. Financial competitiveness.

Note: From the technically accepted bidders, lowest bidder will be determined as per
the quoted price of the basic MSAM system including items, equipment, services which
are declared as essential by BAF.

17. Presentation by Bidders. Bidders may be required to give a presentation


at Air Headquarters if desired by BAF any time after submitting the offer at bidder's
expense. In that case, bidder is to submit necessary information and bio-data including
photographs and passport information of the team to Air Headquarters (Directorate of
Plans) depending on agreed schedule. The presentation may cover any additional
aspects related to the bid which has not been covered in the bidder's proposal.

18. Additional Features Offered by the Bidders. Bidders may suggest


and/or offer features for the system additional 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.

3 of 41
CONFIDENTIAL
CONFIDENTIAL

19. List of User Countries. The bidder is to provide name of the countries using
the offeredMSAM system. The offered MSAM system should be used by minimum 01
(one)foreign country (outside the country of origin). A certificate is required in this
regard.

20. BAF reserves the right to accept or reject any offer or to annul the bidding
process and reject all offersat any time prior to contract award (without thereby
incurring any liability to the bidders).

4 of 41
CONFIDENTIAL
CONFIDENTIAL

PART -2 : OPERATIONAL AND TECHNICAL SPECIFICATIONS

Composition of Offered MSAMSystem

21. The Offered MSAM system is to consist of 01 (one) X Commandvehicle (CV),


01 (one) X Search/Target Designation radar vehicle (SV),01 (one) X
Guidance/Radar Vehicle (GV) with tracking and guidance radarand minimum 04
(four)X Missile firing vehicle/Missile Launcher (FV) for each Guidance/Radar
Vehicle. Each Firing Vehicle capable of accommodating/housing minimum 4 (four)
missiles: not a MANPAD/shoulder–launched system. The system also will include
command and control facilities, training facilities, radars, sensors, missiles, on board
equipment and other associated vehicles. The MSAM system must be brand new and
manufactured not before Jan2017.

Operational and System Requirements(Mandatory)

22. The system must be fast and fulfill the following operational requirements:

a. Allow a kill zone envelope of ≤ 5 km to ≥ 35 km in range and ≤ 50 m to 15


km height for missile on all airborne targets with RCS of 1m 2 and below.

b. Each Firing Unit/launcher should be capable of engaging minimum 1


target and a Battery should be capable of engaging minimum 4 (four) targets
simultaneously flying from any direction.

c. All launchers/firing units with autonomous combat capability.

d. Ability to operate in severe jamming condition with good ECCM capability.

e. All weather day and night operation capability.

f. Based on latest technology with digital components and new generation


Computers.

g. Facility of built-in simulator for training and practice of radar operators in


handling air targets in heavy ECM environment, without actual aircraft flights.

h. Availability of Integrated Battle Simulation Platform and software for


command vehicle, guidance/radar vehicle and missile firing vehicle are to be
available in the system to train all system operators. Bidder is to provide detail
information on the said provision.

5 of 41
CONFIDENTIAL
CONFIDENTIAL

j. The technology to be transferred to BAF personnel for required


maintenance including all kinds of software, source code and protocol. The data
protocol of the offered system shall have to follow the universal protocol of latest
version (Example – ASTERIX CAT 034/048) for future integration with BAF Air
Defence System.

k. Integration of the MSAM communication system with the existing air


defence communication network.

l. Required air conditioning system for necessary components which can


maintain temperature of 18°C to 24°C in Bangladeshi weather.

m. Availability of Digital Moving Target Indictor (DMTI),Adaptive Moving


Target Indictor (AMTI) and Moving Target Tracker (MTT) for different radars.

n. IFF system compatible with the BAF IFF system used by aircraft and
radars.

p. Automatic/ semi-automatic fire detection and extinguishing system with


the option of both automatic and manual control.

q. Provision of Map display for positioning and orientation with zoom in/out
facility incorporated with GPS/Satellite positioning system.

r. Deployment time from moving status to completion of power on self check


should not be more than 15 minutes. Withdrawal time should not be more than
12 minutes.

s. Time required for target detection to acquisition and acquisition to


engagement should be 12 second or less. Missile launching to reloading should
be 30 minutes or less.

t. The system should include 24 (Twenty Four) X Live missiles (price to be


quoted separately. BAF will have the option to increase/decrease the quantity).

u. The bidder is to declare the life of MSAM system along with its associated
vehicle/ equipment. In this regard a certificate of life is to be attached along with
the offer. Expected service life of all major components like radar, missiles,
vehicles, C4I consoles, support equipment are as follows:

(1) Radar: Minimum 20 years (20,000 hours transmission) and


extendable (to be mentioned in years and hours).

(2) Missiles: Minimum 10 years and extendable (to be mentioned).


6 of 41
CONFIDENTIAL
CONFIDENTIAL

(3) Vehicles: Minimum 20 years (to be mentioned by the Bidder).

(4) Support Equipment: Minimum 20 years

v. Tester/ test equipment for missile and other relevant equipment (List with
price to be quoted separately).

w. Protection capability from small arms fire.

x. Operation cabins must be sound proof and provision of land phone


connection, HF and VHF is to be available.

23. Capable of sequential acquisition/tracking by different sensors (target tracking


radar, target acquisition radar, Fire control Radar and Missile Guidance Radar) which
should allow destruction of target at minimum height and maximum possible distance.

24. The system is to be able to integrate tasks like, command and control, detection
and transmission of target information, fire control and launching.

25. This system is to be of modular design (solid state) and is to be able to meet the
requirement of BAF for next 20 years and beyond by updating its system.

26. Bidder is to mention the followings along with the offer.

a. Deployment and withdrawal time.

b. Continuous operating time.

c. Time interval between consecutive missile launch.

d. Cooling time.

e. Total operating/transmitting/on-air time.

Transportability

27. The units of the system should be self-propelled with high mobility option to
move by road/rail/sea or by air. The bidder is to specify its movement capability
(including speed) in different terrain condition.

Components of Offered MSAMSystem

28. The system will include command and control facilities, radars, sensors,
missiles, on board equipment and other associated vehicles.
7 of 41
CONFIDENTIAL
CONFIDENTIAL

29. Search and Surveillance Radar/Target Designation Radar. The radar


must be a fullysolid state air cooled 3D radar. It should have the following features:

a. Radar coverage will be more than or equal to (≥) 140 km in range and
more than or equal to (≥) 15 km in height for all aerial targets. Actual is to be
mentioned by the bidder.

b. Must be capable of automatically measuring the range, bearing and


height of the target and present it on the flat panel LED display.

c. Target acquisition and tracking system with frequency agility. Bidder is to


mention in detail.

d. Interrogating the target for identification as Friend or Foe.

e. Sending the air situation picture and IFF data to the Command Vehicle
through secured data links (wired/wireless). Bidder is to mention in detail.

f. Probability of detection is to be more than or equal (≥) 90%. Actual is to


be mentioned.

g. The radar will have facilities like digital moving target indicator (DMTI),
information collection, processing, recording and display etc. It will have the
ability to shape a target detection zone. Bidder is to mention in detail.

h. Minimizing the level of false alarm. Actual ratio is to be mentioned by the


bidder.

j. Examine and display the target flight path.

k. Automatically/semi-automatically selects the closest/most dangerous


ones from a group of detected targets and prioritizes them for subsequent
weapon assignment. Bidder is to mention capability in detail.

l. High-speed digital computer system together with associated control


consoles for raw and processed radar displays. Bidder is to mention computer
specifications.

m. Voice and data link via extendable radio antenna and wire/fiber link.
Bidder is to mention in detail.

n. The system is to have air-cooling for all sections of the radar and the
ancillaries. It must be appropriate for tropical weather like Bangladesh. Bidder is
to mention in detail.
8 of 41
CONFIDENTIAL
CONFIDENTIAL

p. Continuous operating time: 24 hours. Actual is to be mentioned by


bidder.

q. Cooling time: Maximum 1hours. Actual is to be mentioned by bidder.

r. Total transmitting life: Minimum 20,000 hours (20 years). Actual is to be


mentioned by bidder.

s. Mean time between failures (MTBF): 500 hours. Actual is to be mentioned


by bidder.

t. Mean Time To Repair (MTTR): Not more than 30 minutes. Actual ratio is
to be mentioned by bidder.

u. Range Finding Accuracy- Actual to be mentioned.

v. System information update rate- Actual to be mentioned.

w. Speed range for target detection- Actual to be mentioned

x. Resolution in terms of azimuth and range- Actual to be mentioned

30. Command Vehicle (CV) Command vehicle must have all facilities i.e. realizing
air situation, collection and fusion of information, threat evaluation, target tasking and
distribution, data transfer to and from Combat vehicles and any other sources like BAF
AD Radars, command and control integration etc. Command Vehicle will have the
followings:

a. One dedicated vehicle with self-leveling capability.

b. Minimum 02 (two) C4I consoles and 01 (one) secondary console.Actual


number is to be mentioned by the bidder.

c. Positioning and orientation equipment for calibration and mutual


alignment (Global Positioning System/satellite positioning system etc). Actual
equipment is to be mentioned by the bidder.

d. Required air-conditioning system to maintain temperature between 18° to


24°C in Bangladeshi weather. Actual is to be mentioned by the bidder.

9 of 41
CONFIDENTIAL
CONFIDENTIAL

31. Command vehicle will be able to carry out following functions and have following
capabilities:

a. Target detection, tracking, recognition, processing and updating data of


different target tracks received from Radar Vehicleand other sources (AD radars
linked with the system) via secured wired, wireless and radio/microwave data
links.

b. Target in range warning is to be available when the target falls within the
missile engagement envelope.

c. Controlling, monitoring, assigning, integrating, taskingthe firing units and


transmission of target information. Actual capability is to be mentioned by the
bidder.

d. Evaluation of threat, target prioritization and hand over target to


designated firing units for launching. Actual number is to be mentioned by the
bidder.

e. Storing and reproduction of all data for future evaluation and training.
Actual capacity/capability is to be mentioned by the bidder.

f. Combat reaction time is to be <12 seconds. However, actual is to be


mentioned by the bidder.

g. Data transfer to and from its radar vehiclesand other sources through wire
and wireless means and radio/microwave data links. Actual data transfer rate is
to be mentioned by the bidder.

h. Number of targets not less than 48 batches to be detected and processed


simultaneously. Actual number is to be mentioned by the bidder.

j. Command vehicle will have built-in integrated Battle simulation platform


and software to train all system operators. The bidder is to mention in detail.

k. The system is to have positioning and orientation facility through


GPS/Satellite/other positioning system. The bidder is to mention specifications.

l. Capable of operating with built-in generator which can run autonomously


(not driven by vehicle engine) and the provision of commercial power
sourceshould be available. The bidder is to mention specifications.

m. It must have provision to command the fired missile for self-destruction at


any stage of missile flight. Bidder is to mention actual provision in detail.
10 of 41
CONFIDENTIAL
CONFIDENTIAL

32. Target Tracking/Guidance Radar. The Combat unit should have one solid
state Target Acquisition and Tracking radar with cooling system. Wherever may be the
location, it should be able to ensure prompt lock-on and automatically track the targets
for accurate and successful engagement by MSAM. The radar should have the
following features:

a. The coverage will be more than or equal (≥) to80 km.Actual coverage is to
be mentioned by the bidder.

b. Fast reaction and automatic target acquisition within 5 seconds. Actual is


to be mentioned by the bidder.

c. Effective suppression of ground clutter. Bidder is to mention in detail.

d. Fully coherent coded pulse compression assuring accurate tracking.

e. Low antenna side lobe levels. Actual is to be mentioned by the bidder.

f. Mono-pulse or any other tracking mode. Bidder is to mention in detail.

g. The radar will have facilities like digital moving target indicator (DMTI) and
moving target tracker (MTT) information collection, processing, transmission,
recording and display, simulation training etc. Bidder is to mention in detail.

h. Constant False Alarm Rate (CFAR). Actual ratio is to be mentioned by the


bidder.

j. Probability of detection will be preferably more than or equal (≥) 85%.


Actual is to be mentioned by the bidder.

k. The system must have cooling facilities for all sections of the radar and
the ancillaries. It must be appropriate for tropical weather like Bangladesh.
Actual cooling system is to be mentioned by the bidder.

l. Continuous operating time: Minimum 12 hours. Actual is to be mentioned


by the bidder.

m. Cooling time: Maximum 01 hour. Actual is to be mentioned by the bidder.

n. Total transmitting life: Minimum 20,000 hours. Actual is to be mentioned


by the bidder.

p. Mean time between failures (MTBF): 150 hours. Actual is to be mentioned


by the bidder.
11 of 41
CONFIDENTIAL
CONFIDENTIAL

q. Mean Time To Repair (MTTR): Not more than 30 minutes. Actual is to be


mentioned by the bidder.

r. Target tracking and engagement capacity- Actual to be mentioned.

s. Range Finding Accuracy- Actual to be mentioned.

t. System information update rate- Actual to be mentioned.

u. Speed range for target detection- Actual to be mentioned

v. Resolution in terms of azimuth and range- Actual to be mentioned.

w. This should illuminate the target and guide the launched missile towards
the target.

33. FiringVehicle (FV) /Missile Launcher (ML). The system should have the
following:

a. A total of minimum 04 (four)ready to fire missiles mounted in


tube/canister/container on a transportable launcher assembly. Bidder is to
mention actual configuration.

b. Automatic/semi-automatic launching sequence capability for all on board


missiles of launcher (which are ready to launch) after evaluation of threat and
target prioritization.

c. The system is to have both single and multiplelaunching options. Bidder is


to mention all available launching options.

d. Time interval between 1st launch and subsequent launch of missile is to


be less than or equal (≤)03 (three) seconds. Bidder is to mention the actual
interval time.

e. Capable of operating with built-in generators which runs independently


(not driven by the vehicle engine).The provision of using external power source
(Commercial power/External Generator along with UPS)should be available.
Bidder is to submit detail connection diagram and list of equipment required (with
specification) to run the system with commercial power source of Bangladesh.

f. Loading and reloading time of missile is to be as less as possible.


Maximum loading/reloading time of full load is not to be more than 30 minutes.
Actual time is to be mentioned by bidder.

12 of 41
CONFIDENTIAL
CONFIDENTIAL

g. It should be fitted with various data processing and system control units,
land navigation devices, a command and control voice communication system.
Bidder is to mention in detail.

h. Maximum and minimum distance at which command vehicle and Missile


Launcher/Firing Vehicle can be placed and can operate effectively. Bidder is to
mention the actual maximum and minimum distance for safe and effective
operation.

34. Missile. The missile must be capable of destroying all types of airborne
targets which includes all types of supersonic aircraft, helicopter, cruise missile, UAVs
and any other aerial targets, having RCS less than or equal to (≤) 1m 2 . The missile will
have the following systems/features:

a. Range.

(1) For all aerial targets (supersonic fighter, helicopter, UAVs or so)
with RCS less than or equal to (<) 1m2, the effective range is to be less
than or equal (<) to 5 km to more than or equal (>) to 35 km. Actual
effective range is to be mentioned.

(2) Altitude / height: <50 m to >15 km for all aerial targets with RCS <
2
1m . Actual effective altitude / height is to be mentioned.

b. Guidance system as per system design. Bidder is to mention type of


guidance system of missile.

c. The propulsion system and the type of propellant-as per system design.
Bidder is to mention actual propulsion system of missile.

d. Warhead type - fragmentation with impact/proximity fusing. Actual is to be


mentioned by the bidder.

e. Always ready to fire and minimum checks and ground adjustment (not
more than once a year) required in entire service life. Actual is to be mentioned
by the bidder.

f. Detonation either on impact or in the event of a near miss. Detonation


distance in case of near miss should be mentioned by the bidder.

g. Minimum 10 (ten) years shelf life with renewal options. Actual is to be


mentioned by the bidder.

13 of 41
CONFIDENTIAL
CONFIDENTIAL

h. Self-destruction capability after lock on to avoid fratricide. Actual is to be


mentioned by the bidder.

j. Self-destruction options in case of missing target. Actual provisions are to


be mentioned by the bidder.

k. Warhead mass sufficient to destroy all types of target. Actual warhead


mass and lethal radius is to be mentioned by the bidder.

l. Missile speed is to be mentioned by bidder.

m. Missile „G‟ tolerance on turning is to be mentioned by the bidder.

n. Target speed for effective engagement by the missile (Approaching and


Receding) is to be mentioned.

p. Maximum effective kill range:

(1) Approaching and receding target is to be mentioned.

(2) Crossing target is to be mentioned.

q. Single shot kill probability minimum 85%. Actual is to be mentioned.

r. Must have self-testing capability. Bidder is to mention in detail.

s. Range of field of firing (Azimuth & Elevation) is to be mentioned.

35. Training Missiles. Training missileand Loading training missiles must be exact
version of the operationalmissiles. Training missiles must have all the simulation
capabilities as operational missiles during testing in the test bench. Load training
missiles must have simulation capabilities as of operational missiles for training of crew
of the fighting vehicle on tracking, launching and simulation of actual missile. Bidder is
to mention detail specification.

Training of BAF Personnel

36. The following types of training are to be provided within the quoted cost:

a. Operators Training. Requisite training for the operators is required


to be offered which will include class room training, hands on equipment at BAF
or manufacture‟s premises/training institute for main equipment along with built-
in simulator. Duration of training is to be minimum 12-16 (twelve to sixteen)
weeks (not more than 08 hours per day) so that the operators can independently
operate the equipment immediately after deployment at designated site.

14 of 41
CONFIDENTIAL
CONFIDENTIAL

b Technical Training. Site level as well as depot level technical and


maintenance training are required for technical officers and technicians for main
equipment and simulator. More emphasis is to be given on practical training, but
essential theoretical background knowledge is also required to be provided.
Training of technical people is to be provided at BAF or manufacture‟s site.
Bidder is to mention training on different level (1 st and 2nd level) of maintenance
in details. Duration of training is for minimum 12-16 (twelve to sixteen) weeks
(not more than 08 hours per day)so that technicians can independently maintain
and upgrade the equipment at the deployed site in future.

c. Syllabus. Detail syllabus (theoretical training and practical training


which should include training on operation, maintenance, aiming, launching,
testing etc) along with training hours, number of periods and number of working
days are to be submitted along with the offer. Syllabus and précis must be kept
ready and provided to BAF at least one month before the start of the training.

d. Training Examination. At the end of the training, both parties will


examine the trainees together. After completion of training all trainees are to be
provided with 'Training Completion Certificate' both home and abroad.

e. Training Cost. All relevant cost of training (total 42 BAF trainees) is


to be mentioned by the Bidder. Bidder is to mention place, time duration of the
training.

Associated Maintenance Assets/Support Vehicles

37. The MSAM system may have the following maintenance and support
equipment/vehicles:

a. Transportation and Loading Vehicles. The vehicle should have


the following:

(1) Capable of carrying and reloading minimum 04 (four) ready to launch


missiles. Actual number is to be mentioned by the bidder.

(2) The system should have reloading crane. Bidder is to mention the
crane capacity.

(3) Voice communication system.Bidder is to mention the means.

(4) Reload time and mode of the loader: Maximum 30 minutes. Bidder
is to mention time and mode.

15 of 41
CONFIDENTIAL
CONFIDENTIAL

b. Maintenance and Spare Vehicle/Collimation Mast Vehicle. This


should consist of tools, instruments, test equipment etc required for periodic
inspection up to 2nd line maintenance of all mechanical, electrical and electronic
sub systems of command vehicles and combat vehicles. It must have test and
maintenance platform, required power supply equipment, built in air condition,
etc and any other components to run the vehicle/system effectively. Bidder is to
mention in detail.

c. Missile Test System. This system should consist of spare parts,


tools, instruments, all missile testers, launcher/launching container tester, special
tool box of missile and missile testers etc required for periodic inspection and up
to 2nd line maintenance of missiles. It must have air condition, provisional missile
storage frame, nitrogen cylinders etc. It will be used for checking performance of
missile, recording test results etc. It should be capable of fault detection of
components or section/assembly of missile system so as to complete the
replacement of faulty section to service the missile system. It should be able to
test missile launching box/container/tube and launching system also. Bidder is to
mention in detail.

d. Calibration Vehicle. There should be equipment/vehicle used for


accuracy measurement of sensors and radars, axis calibration etc. The
equipment /vehicle should consist of calibrator, operation shelter, generator etc.
Bidder is to mention in detail.

Vehicles

38. All Command and Combatvehicles are to be minimum 6 X 6 wheel drive vehicle.
Each support vehicle must be minimum 4 X 4 wheel drive. All other vehicles should
also be wheel driven. Interior arrangement will be adjusted to suit BAF requirement.
Year of production of all types of vehicles will be Jan 2017 or later. Specification of the
vehicles will be as under:

Essential Criteria

a. All the vehicles should be right-hand drive and capable of


functioning/operating in the urban areas, hilly terrain, marsh and woodland.
Bidder is to mention actual capability of each vehicle.

b. Built in air condition for crew cabin, chambers and rear cabins of all
Command, Combat and support vehicles. It must be able to maintain between
18°C- 24°C inside the cabin in Bangladesh. Actual is to be mentioned by bidder.

c. Interior, color and cabin space management will be decided by BAF.


However, bidder is to submit existing cabin layout with measurement.
16 of 41
CONFIDENTIAL
CONFIDENTIAL

d. Cross country and semi-amphibious capability for all Vehicles. Bidder is


to mention in detail.

e. Maximum speed of all vehicles: not less than 80km/hour. Actual is to be


mentioned by bidder.

f. Full-load driving distance: Not less than 500 km in one go. Actual is to be
mentioned by bidder.

g. Engine should be diesel run. Detail technical specification is to be


mentioned by bidder.

h. Tire should be self-charging and blast prevent (for command & fighting
vehicles). Actual is to be mentioned by bidder.

j. Automatic hydraulic leveling time should not be more than 2 minutes.


Actual is to be mentioned by bidder.

k. Vehicles life should not be less than 20 years and extendable.

l. Transmission system can be Automatic or Manual with gear indication in


the dash board. Actual is to be mentioned by bidder.

m. It should provide safe environment for the operators from radiation and
blast. Detail specification is to be mentioned by bidder.

n. All vehicles must be brand new and manufactured not before Jan 2017.
Bidder is to mention actual date of production.

p. Starter motor must be in a very easily replaceable location.

q. All vehicle should be equipped with rear view camera and proximity
sensors.

Preferable Criteria

a. Trench crossing width: 0.9 meter. Bidder is to mention the actual.

b. 1st overhaul: Not before 10 years. Bidder is to mention the actual.

c. Wall crossing height: 0.4 meter. Bidder is to mention the actual.

d. Grad ability: 25° or more. Bidder is to mention the actual.

17 of 41
CONFIDENTIAL
CONFIDENTIAL

e. Ford ability: 1.2 meter or more. Bidder is to mention the actual.

f. MTBF: Not less than 500:00 operating hours or 5,000 km. Bidder is to
mention the actual.

g. Crew resting provision inside cabin is to be available. Bidder is to mention


the actual.

h. Entry and exit into and out of vehicle should be convenient. Bidder is to
mention the actual.

j. Reliable engine, suspension system, body and hydraulic system.

39. There should be provision of spares including Bead remover, Hydraulic Jack and
maintenance support throughout service life of vehicles/APC. There must be
guaranteed after sales service throughout vehicles service life. Bidder is to provide
necessary certificate in this regard.

Electromagnetic Compatibility

40. The installed equipment and associated installations shall be designed to ensure
that all equipment are electro-magnetically compatible with each other and associated
existing BAF AD system, when installed with the missile system. It should also be
capable of operating in an external radio frequency environment appropriate to defense
scenario. Bidder is to submit necessary OEM certificate in this regard.

Environmental Conditions

41. All components of the system should be able to sustain in Bangladeshi


environmental conditions. Bidder is to mention the following weather parameters which
their offered system can sustain:

a. Tropical weather i.e. : Can withstand rain, thunderstorm (cyclone or


hot and humid. even hurricane) sun, dust and moist
weather.

b. Temperature range : -10°C to + 50°C (ambient). Actual to be


mentioned

c. Humidity : Minimum 90% at 35°C. Actual to be


mentioned

d. Wind speed : 0-70 kph (operation). Actual to bementioned

18 of 41
CONFIDENTIAL
CONFIDENTIAL

e. Sand and dust particle : 10 to 150 microns in size. Actual to


bementioned

f. Rain : Tropical intensity up to 4 inch/hour.Actual to


be mentioned

g. Lightning Protection : Appropriate with proper grounding

h. Salinity survival : Sustained op at PH 7.2 for 48 hrs at35°C.


Actual to be mentioned

IFF

42. IFF should be able to provide reliable identification i.e. friend or foe and tracking
of multiple airborne targets. IFF should operate in all modes and codes to provide
identification of aircraft. It should be compatible with the existing IFF system used in
Bangladesh Armed Forces. The IFF system should have the following features:

a. Interrogator Modes : 1, 2, 3/A, C and other military modes


compatible to Bangladesh Armed Forces.
Actual to be mentioned

b. Range : Up to maximum range of the radar. Actual to


be mentioned

c. Range Accuracy : 10m or less. Actual to be mentioned

d. Azimuth Accuracy : 0.5°. Actual to be mentioned

e. Operating Frequency : Tx 1030±0.2 MHz, Rx 1090±0.2MHz. Actual


to be mentioned

f. Receiver sensitivity : < -76 db. Actual to be mentioned

g. Transmitting power : > 100 W. Actual to be mentioned

h. Target Resolution : In range & azimuth. Actual to be mentioned

ECCM Features

43. The system is to be equipped with well capable ECCM facilities to avoid
jamming. It is preferred to have all or combination of the following features:

For Search and Surveillance Radar

a. Ultra low side-lobe antenna

19 of 41
CONFIDENTIAL
CONFIDENTIAL

b. Sensitivity time control

c. Pulse compression

d. Screening window

e. Adaptive MTI

f. Track-on-jam (TOJ)

g. Doppler processing and CFAR

h. Frequency Agility and frequency shift keying

For Missile Guidance/Tracking Radar

a. Pulse compression

b. Doppler processing and CFAR

c. Frequency agility

d. Moving Target Tracking (MTT)

e. Protection against clutter and chaff

f. Side-lobe blanking

g. Frequency Hopping Technology

h. Low antenna side-lobe level

j. Counter Range gate pull-off

For Missile Seeker

a. High sub-clutter visibility

b. Mono pulse receiving system

c. Narrow band Doppler Velocity Gate

Bidder is to mention the actual ECCM capabilities of the whole MSAM system with
specification.

20 of 41
CONFIDENTIAL
CONFIDENTIAL

Display Unit/Consoles/Work Stations

44. C4I console should consist of command computer, radar operation and control
computer, command display, radar display, information processing terminal, operation
panel and any other required system for operation. For smooth conduct of the
operation, all necessary features like target symbol in different color format, track
identification number, range-bearing, aircraft call sign, height, speed, heading, IFF
video with mode and codes etc should be available for display as per BAF requirement
in English. Details of the C4I console are given below:

a. Type. Flat diagonal screen, colored LED display for displaying the
data signals as well as video signals, provisions must be there to display both
raw and processed video. Actual to be mentioned

b. Size. To be mentioned by the bidder.

c. Technology (Computer Aided with Color Graphics Capability). It can


be used for video maps, data etc. It should present clear picture of interception
tracks. Bidder is to provide detail information in this regard.

d. Display Resolution. 1280 X 1024 pixels or better. Actual to be


mentioned

e. Range Markers. 0, 20, 40, 60, 80, 100, 120,140 Km etc.Actual to be


mentioned by the bidder.

f. Range Scales. It should allow selection of any range up to maximum


pick-up range in km or NM. Actual to be mentioned

g. RBL Cursor Marker. Full scale RBL cursor marker with X and Y
axis shifting facilities.

h. Mapping System. System must have the option of loading Bangladesh


map with zooming facility.

Communication Equipment

45. The system should be equipped with different types of communication system to
allow external (surface to air/surface to surface) and internal communication as per the
operational requirement and system design. The system should be supported with the
following provisions:

21 of 41
CONFIDENTIAL
CONFIDENTIAL

a. VHF. The system must be provided with sufficient number of


independent air band high power (25 watt or more) VHF radio (having sufficient
number of pre-set channels) sets connected through (communication control
panel) CCP with provisions of Headsets and PTT switch. The performance of the
VHF sets is to be as following:

(1) Frequency: 118 to 136.975 MHz

(2) Channel Spacing: 25 KHz / or lesser

(3) Total number of channels: to be mentioned

(4) Total number of preset channels: Minimum 99

(5) RF Power Output: 25 watts

(6) Modulation: AM

(7) Sensitivity: 1µV or better.

(8) Selectivity: 70dB at 25 KHz or better.

Bidder is to mention the actual number of VHF sets that will be provided with the
system with their technical parameters.

b. Internal Communication System. The system should have wired


and wireless communication between the command post and the combat
vehicles. Wireless communication should be there between the command post
and the support vehicles also. Bidder is to provide detail information in this
regard.

c. HF. There should be 02 (two) HF sets for operational use. Bidder is to


provide detail technical specification.

d. PSTN/RJ-11. The provision of connecting PSTN/RJ-11 lines must


be available

e. Communication Capacity. Both wired and wireless provisions must


be available. Minimum Communication range between vehicle to vehicle must
not be less than or equal to:

(1) 5km in wireless mode

(2) 3km in wired mode

22 of 41
CONFIDENTIAL
CONFIDENTIAL

46. The system must ensure that each Command vehicle and combat vehicle should
be able to communicate with BAF aircraft through VHF air band communication
equipment within minimum 40km range from location of the deployed MSAM system.
The system should have multi-channel recorder for recording each independent audio
channel (reception and transmission) for each channel of radio and intercom.
Communication equipment of the system should be compatible with existing BAF
communication network.

Power Supply System and Electrical Equipment

47. Each Command, Combat and Support Vehicle should have its own in-built power
generation unit which runs independently (not driven by engine). The generators are to
be low noise, diesel driven with auto change over and extra surge protection system.
Rated output of each generator must be sufficient to take entire load of the missile
system, radar system including communication equipment, air conditioners and
ancillary equipment. All the system and sub-systems of the MSAM (where power is
needed) should also be able to run with the commercial power of Bangladesh
(380±20V, 3 phase, 50 Hz) by interfacing converter if required.

Air Conditioning

48. Required air conditioning facilities for cooling of both cabinet


equipment/accessories and personnel are to be provided. The bidder is also to provide
air conditioning facilities for storage (missiles, testers, equipment and spares) to
maintain desired temperature. Number of air conditioner with detail specification
including type of air conditioner, type of refrigerant & cooling capacity (in terms of tons
of refrigeration) to be mentioned in the offer.

Fire Protection

49. Must have automatic/semi-automatic fire detection and extinguishing capability


in all fighting components. Actual system capability is to be mentioned by the bidder.

Date of Manufacture

50. The MSAM system and all its components are to be brand new/latest product
and manufactured not before Jan 2017. However, vendor items ofRadars, missiles,
vehiclesor any other equipment are also to be brand new, latest model and may be
manufactured maximum 06 months prior to signing of the contract. The MSAMshould
have full life at the time of delivery.

23 of 41
CONFIDENTIAL
CONFIDENTIAL

Reliability and Maintainability

51. Special attention is to be given on highly reliable basic system design with the
incorporation of dependable components, parts and sub-assemblies. The MSAM
system must have operational availability more than 80% in all operational and
environmental condition. Low maintenance cost should be one of the most preferable
criteria. Bidder is to provide details of minimum system availability in respect of
components and assemblies.

The whole system must have the following features:

a. BIT function and modular design of site replaceable units (SRU).Bidder is


to mention in detail in this regard.

b. It must have provision of test facilities of computer controlled hardware


tests. It should be able to monitor and localize faults automatically.Bidder is to
mention in detail in this regard.

Logistic Support

52. Life, Modification, Overhaul, Midlife Up-Gradation and Extension. The


MSAM system should have the provision of overhaul, modification, midlife up-gradation
and life extension of the whole system (Command post, Combat Vehicle including
launching box, missile, associated vehicles, computers, software, radars, display
consoles and any other equipment). The provision for overhaul, mid-life up-gradation
life extension and service life of the whole system (command post, combat vehicle,
missile, sensors, and other on board equipment and associated vehicles) should be as
under:

a. Radar/Sensors.

(1) Total life of the radar: initial life 20 years and extended life 10
years. Actual is to be mentioned.

(2) Schedule of overhaul: 1st radar overhaul not before 10 years.


Actual is to be mentioned.

(3) Up-gradation of Radar: Provision should be available. Bidder is to


provide detail information.

b. Missile.

(1) Total life (in storage condition): Minimum 10 years. Actual is to


be mentioned.

24 of 41
CONFIDENTIAL
CONFIDENTIAL

(2) Life extension and overhaul: Extended life minimum 05 years.


Actual is to be mentioned.

(3) Total life of the missile testers/test benches: minimum 20 years.


Actual is to be mentioned.

c. Support Vehicles.

(1) Total life of all Support vehicles: minimum 20 years. Actual is to be


mentioned.

(2) Whenever software of the system is modified/upgraded/improved


then BAF is to be informed and provided with the same free of cost for
total service life.

(3) Provide upgraded/modified any of the software of whole system


whenever deemed necessary.

53. Associated Maintenance Assets/Supports Assurance. There must be


provision of providing assurance for repair and spare support of the whole system
(including vehicles) throughout its service life (including extended life). Bidder is to
submit OEM assurance certificate in this regard.

54. Spares Support. Following types of support for whole system including
vehicle is to be provided within the quoted cost:

a. Consumable Spares. A list of consumable spares with quantity, part


number and description with existing unit price which is sufficient to
support/sustain operation for at least 5 years should be provided.

b. Essential tools and spare quantity one each of items with the MSAM
system should be provided.

55. Technical Support. Following types of support for whole system including
vehicle is to be provided within the quoted cost:

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

b. The bidder is to replenish within 02 (two) months if any of the critical


backup spares are required or consumed during warranty period.

25 of 41
CONFIDENTIAL
CONFIDENTIAL

c. The bidder is to furnish a certificate of providing repair and maintenance


support to BAF throughout the life of the MSAM system to sustain trouble free
operation.

d. The bidder is to provide maintenance support to solve the hardware and


software related problems during whole service life of the MSAM system.

e. A guarantee certificate is to be furnished for providing spares support to


BAF throughout the life of the MSAM system.

56. Publications/Manuals. Six complete sets of following manuals and


documents (in English) along with soft copies in the form of CD/DVD are to be provided
along with the supplied MSAM system as free of cost. However the cost of the
publication is to be mentioned separately.

a. Operational and Maintenance manual for whole system including


vehicles.

b. Illustrated parts catalogue of the whole MSAM system including all


accessories /equipment and vehicles.

c. Log books/Certificates and maintenance cards.

d. List of bulletin already published/carried out (if any).

e. Technical instruction of the MSAM system including all accessories


/equipment.

f. The maintenance manual should consist of the following:

(1) Block diagram

(2) Elaborate circuit diagram.

(3) Trouble shooting with rectification procedures through flow chart


etc.

(4) Any other information which will be required to take reference for
smooth operation and maintenance of whole system including all
equipment, vehicles, missiles, testers etc.

57. Brochure /Manual /Bulletins. The bidder is to submit brochure against the
offered MSAM system. The offered system technical specification must be matched

26 of 41
CONFIDENTIAL
CONFIDENTIAL

with the submitted brochure. The bidder is also to ensure supply of all types of
operational/ maintenance manual, service bulletin along with the MSAM system as free
of cost. The bidder is to ensuresupply of related bulletin time to time throughout its
service life as free of cost. The language of all brochure, manuals and bulletin must be
English and self-explanatory.

58. Typical Layout of MSAM System and Ancillary Equipment. Typical


accommodation layout and specification to house the MSAM system and associated
equipment is to be provided with the offer. Supplier is to provide technological
requirements for civil engineering works to install the whole MSAM system to BAF with
the offer.

59. Stage Inspection. During the manufacturing/assembling of the MSAM system


a 5/6 member BAF Inspection team will visit the concerned facilities for stage inspection
at BAF expense. The duration of this stage inspection will be 10 working days and Air
HQ will decide the composition of the team. The stage inspection team will depart
Bangladesh as per the schedule submitted by the Supplier. The Supplier is to intimate
BAF at least 60 days in advance about the stage inspection schedule. All expenses of
the BAF team will be borne by BAF.

60. The team will have the full access to all the relevant shops and documents. The
supplier will also ensure that BAF team is allowed to check logbooks, certificates,
compliance of bulletins, genuineness of assembled components and any other
associated documents/items during their stay at the Manufacturer‟s facility. Necessary
security clearance and visa formalities for the BAF team are to be done by the supplier.

61. Other Logistical requirements are mentioned below:


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

(1) Missiles

(2) Radars

(3) Vehicles

(4) Communication Equipment

(5) Instruments

(6) Generators

(7) Testers and Test Equipment

(8) Engines

27 of 41
CONFIDENTIAL
CONFIDENTIAL

(9) Spares

b. A list of overhauling factory for all major components in the country of


origin and around the world and their authorized agencies are required.

c. A list of life components is required with assigned life.

d. Illustrated parts catalogue is required for all major components of the


MSAM system.

e. Certificate, log book and warranty for components and spares (where
applicable) is required.

f. It is required to have smooth supply of spares till the expiry of life.


(Minimum 20 years)

g. It is required to have repair/ overhaul facility of radar, missiles and


components till the expiry of life. (Minimum 20 years)

h. It is required to have repair/replenishment/overhaul facility of major


assembly, components and spares where the manufacturer of those is other
than system manufacturer.

j. It is required to have list of support equipment required for the operation


of the MSAM system.

k. It is required to have list of the manufacturer/authorized dealer of the


above mentioned(para 29.j) support equipment with a guarantee to provide
repair, overhaul and spares/component support.

I. It is required to have list of tester/test equipment with price.

m. It is required to have list of manufacturer of tester/test equipment.

n. It is required to have list of spares and components of the support


equipment to be supplied during the delivery of the items.

p. It is required to have list of POL items with their in-lieu (substitution) of


other origins.

q. Smooth supply of the POL products is required.

r. It is required to provide updated bulletin/publications during service life


of the MSAM system at free of cost.

28 of 41
CONFIDENTIAL
CONFIDENTIAL

s. It is required to have all types of publications in English.

t. It is required to provide the list of spares (optional) along with cost that
might be required in next 5 years operation after warranty period. List of these
spares is to be submitted along with offer.

u. List of critical items and fast moving spares for 02 years of operation
after warranty and cost of each item of the list. If any item other than critical
item goes U/S within these two years, bidder is to provide the item free of cost
within 60 days of reporting such discovery.

v. The bidder is to submit the list of Petrol Oil Lubricants (POL) by


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

Software

62. Necessary software used in different systems, instruments, equipment,


tester/test equipmentetc and its backup copy would be required in DVD as well as
portable Hard disk.Following software are required in English language:

a. Fault finding software

b. Rebooting software

c. Rectification program software.

d. Computer Based Training (CBT) for operators and maintenance crew

e. Hardware protection source code.

63. Adequate training will be imparted to minimum two (02) BAF personnel so that
on return to buyer‟s country, they can conveniently solve the software related problem
by replacing the faulty PCB with serviceable backup PCB. However, if the rectification
of the software related problem cannot be solved by replacing PCB in the buyer‟s
country, then the suppliers will be responsible to provide further technical support and
required training to solve the problem.

64. In case of corruption/malfunction of software the supplier will guarantee to supply


the software/program for entire life including extended life to run the system without any
additional cost to buyers.

29 of 41
CONFIDENTIAL
CONFIDENTIAL

Information

65. For official use, the manufacturer are to make available to BAF all development
and production information including basic material data, software and licensed
product, of every item in the main equipment and in its supporting equipment.

OPTIONAL REQUIREMENTS

66. 01 X Command Vehicle (CV), 01 X Search/Target Designation radar vehicle, 01


X Guidance Vehicle (GV), 02 X Missile Firing Vehicle/Missile Launcher.

67. Integration with Nearby Surveillance Radar and ADOC. There should be
facilities (compatible with existing BAF facilities) to have integrated data link and voice
link with nearby radars and Air Defence Operation Center (ADOC). For that the
following provision are to be available:

(1) The command system of MSAM should allow input from any track
source (ADOC/ radar stations).

(2) System should allow electronically automatic queuing of Fire


Unit/Launcher and weapon on any tracks received from track source.

(3) Track received from track source should be displayed in


thecommand post.

Bidder is to provide detail information in this regard.

68. Simulator. Simulator should be available with nec training facilities. (Bidder
has to mention detail speciation. Price of the item may be quoted separately)

69. System Redundancy. System redundancy should be available. Bidder is to


mention in detail.

On Site Project Development (OSPD) Team

70. An OSPD Team of 03 (three) members from BAF may be positioned at the
manufacturer‟s site during the project development phase. Team is to be allowed to
actively participate under supervision of Manufacturer‟s Specialists in assembling of
block & components/module and test run of MSAM system. The supplier will provide
local transportation, accommodation, food and medical facilities. The supplier is to
intimate at least 60 days in advance about the starting dates and the tentative durations

30 of 41
CONFIDENTIAL
CONFIDENTIAL

separately of the assembling of block & components/module and final set up of the
system. However, BAF may decide regarding OSPD team after receiving the offer.

Self Defense

71. Defensive hardening is preferable for missile system. The bidder is to mention
the cost separately defensive hardening.

On Condition Maintenance

72. Different options for the provisioning of on-condition maintenance with technical
details are to be mentioned. Cost of each option is to be mentioned separately along
with the breakdown of the said option. Cost-benefit analysis comparing with overhauling
system is to be provided separately. BAF would have the option to accept or reject any
of the options offered considering the cost-benefit analysis and BAF requirement.

Note: Price quoting of all the optional items as mentioned in paragraphs66to72 is


mandatory. However, BAF will have the right to accept/ reject/ modify/ discard all or any
of the above mentioned items.

31 of 41
CONFIDENTIAL
CONFIDENTIAL

PART 3: GENERAL TERMS AND CONDITIONS


Delivery

73. The Supplier will deliver the MSAM along with full set of associated
items/equipment, spares, spare modules, test equipment etc, within 20 months after
signing the contract. The Supplier will deliver all items at BAF designated site (Dhaka or
Chittagong). The local transportation in Bangladesh (from sea/airport to BAF site) is to
be arranged and paid by the supplier. Any delay on delivery would be dealt in
accordance with the existing DGDP regulations. BAF will do necessary insurance of the
MSAM system with effect from the time the stores are loaded on board the ship/aircraft
at the port of embarkation of the suppliers country till the consignment are unloaded at
the consignee‟s designated site. Insurances expenditure related to shipment will be
borne by BAF.

Test Firing

74. Test firing to be demonstrated by the supplier in presence ofBAF representative


(03/04 members) at bidders designated siteby suppliers‟ expenses. The firing should be
conducted with at least 02 X missiles against 02 X targets to confirm multi target
engagements.Bidder is to mention in detail.

Pre-Shipment Inspection (PSI)

75. Before shipment of the consignment a pre-shipment inspection of complete


MSAM and its associated items will be carried out by a 05/06 x members PSI team of
BAF at Manufacturer‟s factory for duration of 10 working days at BAF expense. The PSI
team will depart Bangladesh as per the schedule submitted by the supplier. The
supplier is to intimate BAF at least 60 days in advance about the PSI schedule. All
expenses of the BAF team will be borne by BAF.

76. The team will have full access to all the relevant shops and documents. The
supplier will also ensure that BAF team is allowed to check logbooks, certificates,
compliance of bulletins, genuineness of assembled components and any other
associated documents/items during their stay at the Manufacturer‟s facility. Necessary
security clearance and visa formalities for the BAF team are to be done by the supplier.

Detailed Work Plan

77. The supplier shall provide a detailed work plan for MSAM manufacture, stage
inspection, assembly, training, acceptance check and shipment/delivery of MSAMand
other items/equipment. The work plan shall contain detailed information of preparation
and activities to be accomplished by the supplier. The detailed work plan report is to be
delivered to BAF within 30 days of contract award.

32 of 41
CONFIDENTIAL
CONFIDENTIAL

Marking and Painting

78. MSAM systems along with its associated components are to be painted with as
per BAF approved painting specification. Bidder is to provide color options (minimum
five colors) to BAF by 01 (one) month of signing the contract. After final selection of
color code, a paint scheme is to be provided for final approval.

Acceptance Check

79. Supplier will carry out the performance test run of the MSAM system at bidders
designated siteby suppliers‟ expenses ensuring live missile tracking and firing within the
range. Thereafter user will carry out acceptance check of the full system in presence of
supplier‟s experts followed by signing the acceptance of the whole system.

Shipment

80. Part shipment is not allowed for more than 02 (two) times. Bidders are to
mention the time they need to manufacture/make/assemble the items/equipment for the
MSAM. After signing the contract, the bidder/supplier is to take minimum time. The
supplier is to mention the shipment time in the offer and accordingly contract is to be
signed. The supplier is to ship the items within the time specified in the contract.
Shipment of the MSAM system and its components are to be made entirely at supplier‟s
expenses. Supplier should bear all expenses including loading, transportation to and
from port, freight charge, taxes (if any) etc. All components of the MSAMare to be
positioned at BAF designated site on time.Before shipment the supplier is to get a
written clearance from DGDP/BAF for shipment of the items/equipment.

Packing

81. The MSAM system, its equipment and tools should be packed in such a way that
those should be transportable by air, land or sea (as applicable).

Submission of Certificates

82. The manufacturer/ bidder is to submit the following certificate along with the
offer:

a. List of Users

b. OEM assurance certificate

c. Life Certificate of MSAM and its associated vehicles/equipments

d. Providing of Upgraded Software, certificates throughout its service life.

33 of 41
CONFIDENTIAL
CONFIDENTIAL

e. Warranty/Guaranty Certificate.

f. Assurance of Logistic support throughout the service life.

Offer Validity

83. 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 beaccepted and in such
cases actions would be taken against the principal bidder and local agent as per
Directorate General Defence Purchase (DGDP) rules. DGDP/BAF reserves the right to
get the offer validity extended with the consent of the bidder.

Schedules

84. Bidder is to provide the following schedule along with the offer:

a. Training.

b. OSPD / Stage Inspection.

c. Test firing

c. Pre-shipment inspection.

d. Shipment.

e. Delivery and assembly.

f. Acceptance check.

After Sale Service

85. Bidder is to furnish the company‟s after sales services programalong with the
offer.

Technical Support Team (TST)

86. Supplier may provide Technical Support Team with interpreters. The number of
TST members (Maximum 16 including interpreter)for maximum 18 monthsstayat BAF
site along with the cost are to be mentioned in the offer. The TST member are to be
certifiedtechnical expert and capable of providing training. The TST will provide “On site
Practical Training” at BAF site to the BAF technicians and operators for smooth

34 of 41
CONFIDENTIAL
CONFIDENTIAL

operation and maintenance of the MSAM. TST is to ensure transfer of technical


knowledge to BAF for operation and maintenance.

a. The supplier is to send TST to Bangladesh comprising specialists to


render technical support on the under mentioned aspects:

(1) Radar& Radio.

(2) Vehicles.

(3) Electric and Instruments.

(4) Missiles.

(5) All Software.

(6) Any other aspects required for smooth operation of the system.

b. The TST is to be additionally comprised of required number of interpreters


(if they are not English spoken). The team is to be sent to Bangladesh after
handing/taking over of the MSAM in Bangladesh. Bidder is required to provide
Technical Support Team (TST) for 18(Eighteen) Months from the date of
acceptance of MSAM. Recommended/ actual option is to be proposed by the
Bidder. BAF would choose most economic and viable option. TST would ensure
the followings:

(1) Routine maintenance and care of the MSAM in respect of the


new/modified equipment(s).

(2) Diagnosis, trouble shooting and repair of new/modified


equipment(s).

(3) Support for operation.

(4) Train BAF technicians on all types of scheduled inspections,


maintenance and rectification of new equipment. TST is to ensure transfer
of knowledge on operation and maintenance to BAF personnel as far as
possible.

(5) The TST is to certify warranty claim for unserviceable items and
expedite for quick arrival of items. They will be responsible for making
MSAM serviceable as quick as possible.

35 of 41
CONFIDENTIAL
CONFIDENTIAL

c. The supplier shall bear all related cost of air tickets, food, medical,
accommodation and transportation etc for the members of TST and interpreter (if
any). BAF shall provide the local transport for the team within BAF area only.

d. The TST will assist BAF in carrying out the first major schedule
inspections as applicable of the Radar, Vehicles, missiles, Electronics and any
other equipment, in addition to imparting training to BAF technicians. Necessary
spares, consumable items are to be provided by the supplier within the warranty
period.

e. BAF will arrange security clearance for the visit of TST. The list of the
team members along with necessary information is to reach Air Headquarters
(Directorate of Project) at least 30 days before their date of arrival.

Warranty

87. Bidder must ensure the following:

a. Minimum 18 months warranty is to be provided by the supplier from the


date of acceptance of total MSAM system. A certificate in this respect issued by
the supplier is to be submitted along with the offer.

b. Items/equipment, if any, found unserviceable/defective during warranty


period, the same is to be replaced/repaired by the supplier at free of cost within
60 days from the date of reporting of such discrepancy. The period of un-
serviceability up to 24 hours will be deemed as normal. If the whole MSAM
system remains down for more than 24 hours due to un serviceability of any
system/item/subsystem, then the extended period beyond 24 hours will be
added to the warranty period for the purpose of warranty period calculation.

c. Both ways Freight and Insurance charges will be borne by the supplier for
the warranty replacement items.

d. The period of warranty will stop from the date of reporting


discrepancy. The period of warranty will resume after receipt of
serviceable/replaced item to make the total warranty period of 18 months. Bidder
is to ensure compliance of all mandatory bulletins issued till the expiry of
warranty at the bidder's expenses.

e. Necessary spares, consumable items are to be provided by the supplier


within the warranty period.

36 of 41
CONFIDENTIAL
CONFIDENTIAL

Miscellaneous Terms and Conditions

88. The under mentioned miscellaneous terms and conditions are to be followed:

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

b. Freight charges sea/air up to Chittagong/Dhaka are to be mentioned


separately.

c. The bidder is to mention the port/country of shipment in the offer.

d. Trans-shipment is not allowed but if the bidder needs trans-shipment then


they are to mention in their offer about their requirement. In case of such
requirement, transshipment will only be allowed under single AWB/BL.

e. Compliance/non-compliance is to be mentioned against each tender


specification terms and condition separately and that must be supported by the
brochure/catalogue.

f. Bidder has to quote charges for sea/air freight up to Chittagong/Dhaka


Bangladesh. The local transportation of the MSAM in Bangladesh (from port of
arrival to Dhaka or Chittagong) is to be arranged and paid by the supplier.

g. All offered price is to be mentioned in US $ and the price is to be “Firm


and Fixed”. No increase of price at any stage after submission of offer will be
accepted by BAF.

h. Due to the fault of supplier, if any changes are required in contract/LC,


then all expenses shall be borne by the supplier.

j. DGDP may impose financial penalty or cancel the contract with necessary
punitive action for failing to fulfill any of the terms and conditions of the contract.

89. Expenses of the Bidder’s Specialist at Bangladesh. In Bangladesh


accommodation, food, transportation, medical care and all other expenses of the
specialist team, installation team, TST and the interpreter will be borne by the supplier.
However, on request of the supplier, BAF may arrange food and accommodation for the
supplier‟s specialists, installation team, TST and interpreter. In that case, the supplier is
to pay the necessary bills to BAF as per existing rules.

90. Security Clearance. BAF will arrange security clearance for the visit of
supplier‟s specialists for assembly of the MSAM system. The list of the team members
37 of 41
CONFIDENTIAL
CONFIDENTIAL

along with necessary information is to reach Air HQ at least 60 days before their date of
arrival.

Payment Terms

91. Bidder has to comply with the under mentioned payment terms; otherwise his
offer may not be accepted. 100% payment will be made through irrevocable LC opened
with scheduled bank in Bangladesh and negotiating bank recommended by the bidder
under following terms and conditions:

a. 40% of the LC value minus the cost of TST, training and installation will
be released on production of following documents:

(1) Clean/original Bill of Lading/Air way Bill issued by the carrier 06


copies (with one original). (Freight amount must be shown in the Bill of
Lading/Air way Bill. Otherwise only FOB/FCA value will be paid).

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

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

(4) Original certificate from chamber of commerce or certificate of


authorization for exporting military goods…….06 copies (with one
original).

(5) Manufacturers‟ Factory/bidders inspection report/certificate……06


copies (with one original).

(6) Bidders warranty/guarantee certificate…..06 copies (with one


original).

(9) Pre-shipment inspection certificate signed by the BAF member of


PSI team…………………...06 copies (with one original).

b. 20% of the LC value minus the cost of TST, training and installation will
be released after successful operation of 10 spell of 30 minutes continuous
transmission for each system. This operation should be completed within 15
working days without any major breakdown within a monthand on production of
job completion certificate from BAF.

c. 20% of the LC value minus the cost of TST, training and installation will
be released by BAF on satisfactory acceptance of the MSAM system along with
all equipment, component, accessories and spares in serviceable condition as
per the contract on production of job completion certificate from BAF.

38 of 41
CONFIDENTIAL
CONFIDENTIAL

d. 20% of the LC value minus the cost of TST, training and installation will
be released after expiry of warranty period on production of job completion
certificate from BAF.

e. 100% cost of training will be released after satisfactory completion of


training as per contract on production of training completion certificate from BAF.

f. 100% cost of TST will be released after satisfactory completion of TST


service as per the contract on production of TST completion certificate from both
the parties.

g. 100% cost of installation will be released on completion of installation job


and after getting installation completion certificate from BAF.

Financial Offer

92. The bidder is to quote all prices in USD. BAF reserves the right to
increase/decrease the number or reject the offered items.The bidder is to mention the
prices of the followings:

a. Cost of all major components of the offered MSAM system as mentioned


in para 21 and 22 (t) of this tender specification.

b. Cost of each tester and test equipment required for 1 st and 2nd line
maintenance of MSAMand the total cost of all the tester and test equipment.

c. Cost of each support/handling equipment of all trades and the total cost
are to be mentioned.

d. Cost of each tool and accessories of all trades and the total cost is to be
mentioned.

f. Cost of installation of the Tester/Testing Equipment.

f. Cost of total training package.

g. Cost of individual Missile with and without container. BAF reserves the
right to increase/decrease the number.

h. Cost of02 X TrainingMissile with and without container. BAF reserves the
right to increase/decrease the number.

j. Cost of 02X Drone with necessary launching and control devices.

39 of 41
CONFIDENTIAL
CONFIDENTIAL

k. Cost of sea freight/air freight for shipmentto Bangladesh and


transportation cost to BAF selected site (Dhaka or Chittagong) both to be
mentioned separately.

l. Cost of TST.

m. Individual cost of optional items.

n. Cost of different options of On Condition Maintenance.

p. Cost of extended warranty (if any).

q. Cost of extended TST(if any).

r. Unit/ total cost of items/equipment/spares which are essential for 05 years


operation on expiry of warranty period.

s. Cost of recommended fast moving spares for of 02 years requirement


after warranty.

t. Life cycle cost for 20 & 30 years.

u. Cost involvement for any other items/ equipment which are deemed to be
necessary for the offered MSAM system.

v. Cost of conducting the test firing of single missile.

w. Cost of critical spares for 02 years smooth operation of the system.

x. Cost of simulator with 18 months warranty and TST.

93. The lowest bidder will be determined on the basis of quoted price against clause
no 92(a-l) only.BAF will reserve the right to accept or reject any major components,
spares, tools, testers & test equipment, ground support/handling equipment from the
offer.

Compliance of Tender Terms and Conditions

94. Bidder is to mention compliance/non-compliance state against each condition.


In addition the bidder is to provide performance/technical data/specific
figures/information as asked in each condition of this tender specification. BAF
reserves the right to reject those offers which merely mentioned “complied/agreed”
without highlighting required information/data/figures/graphs as asked against each
condition.
40 of 41
CONFIDENTIAL
CONFIDENTIAL

95. For failure to supply the contracted goods in time, DGDP may cancel the
contract with necessary punitive action.

96. In addition to the clauses of this contract all existing DGDP rules and regulations
also need to be complied.

97. BAF and DGDP reserve the right to reject any or all quotations without stating
any reason.

HASAN MAHMOOD KHAN


Air Commodore
Director of Plans
Air Headquarters
Date: February 2017 Dhaka Cantonment

41 of 41
CONFIDENTIAL

Potrebbero piacerti anche