Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

RESTRICTED

TENDER SPECIFICATION- INTEGRATED ELECTRONIC COUNTER MEASURE (ECM), CHAFF &


FLARE DECOY LAUNCHER SYSTEM, TDL & IFF INTEGRATION WITH COMBAT MANAGEMENT
SYSTEM

1. Name of the Equipment : Integrated Electronic Counter Measure (ECM), Chaff &
Flare Decoy Launcher System, TDL & IFF integration
with Combat Management System.

2. Installation Site : It shall be installed onboard a naval ship by replacing


the existing integrated ECM system and Chaff & Flare
Decoy Launcher system.
3. Purpose : a. The R-ECM system shall offer a range of high
fidelity active jamming to counter adversary’s ship
borne search/ surveillance radars and missile seekers
operating in ‘Search’, ‘Acquire’ and ‘Lock-On’ modes.

b. The Chaff & Decoy Launching system shall offer


passive jamming as soft kill measure/ countermeasure.

c. The integration of BN IFF system with combat


management system (SMCS) shall allow operators to
ensure and show positive identification of a contact
using onboard IFF system (BN supplied). Similarly,
integration of BN TDL system shall allow to share
tactical information/ maritime picture with other BN TDL
fitted platforms using onboard TDL system (Bangla22,
Tecnobit-Spain).

4. Quantity : 1 (One) Complete Set (as per scope of supply).

5. Country of Origin : Canada, Denmark, France, Germany, Italy, Japan,


Netherlands, Norway, Spain, Switzerland, Sweden,
Turkey, UK and USA (Country to be mentioned).

6. Manufacturing Country : Canada, Denmark, France, Germany, Italy, Japan,


Netherlands, Norway, Spain, Switzerland, Sweden,
Turkey, UK and USA (Country to be mentioned).
7. Type : To be mentioned.

8. Brand : 1. ECM System a. Thales/ Raytheon


2. Chaff & Decoy Company/ Leonardo/ Aselsan
Launching system AS/ OEM of Switzerland – (To
be mentioned).

b. However, if the bidder feels


so necessary, they might offer
an alternate (to those listed
here) only to suit the
requirements of integration
with the ship’s system.

1
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
9. Model : 1. ECM System To be mentioned
2. Chaff & Decoy To be mentioned
Launching system

10. Year of Manufacturing : 2021 or later.


11. Manufacturer : 1. ECM System Name & Full Address
2. Chaff & Decoy with telephone
Launching system number and e-mail of
3. Ammunition for Chaff & Manufacturer is to be
Decoy Launching system mentioned.

12. System Integrator : Name & Full Address with telephone number and e-mail
of System Integrator is to be mentioned.
13. a. Bidder/ Principal : Name & Full Address with telephone number and e-mail
of Bidder/ Principal is to be mentioned.
b. Local Agent : Name & Full Address with telephone number and e-mail
of local agent is to be mentioned.
14. Qualification of Bidder : a. Manufacturers of Integrated Electronic Counter
Measure (ECM) or Chaff Decoy Launching System or
System Integrator can submit offers through their
authorized local agent in Bangladesh. All relevant
certificate of authorization from Original Equipment
Manufacturer (OEM) is to be submitted with the offer.
b. The bidder must provide Original Equipment
Manufacturer (OEM) authorization certificates for all
offered equipment and other items along with the offer as
well as at the time of delivery.
c. Any involvement of third party (equipment/
integration) will be the responsibility of the bidder. The
relevant authorization certificate from third party is to be
given and the same is to be submitted with the offer and
at the time of delivery.
15. Classification Standard. The offered items under the scope of supply are to be designed,
constructed/ manufactured and tested up to the requirement of IEEE/ IEC/ IMO and appropriate Military-
Standard and it shall comply other relevant international standards. The applicable classification
standard(s) of offered item are to be mentioned and should be well supported by the certificates/ OEM
brochures.
16. Additional Feature Offered by Bidder: The bidder may suggest and offer additional
features for the offered system. In this case, Bidder is to explain the detailed advantage of that/ those
features of the offered system.
17. Acceptance/ Reaction of Bid: BN reserves the right to accept or reject any offer or to
annul the tender process and reject all bids at any time prior to signing of the contract.

18. Scope of Supply. The scope of supply is as follows but not limited to:
a. 01 x complete set of integrated ECM system along with full integration with SMCS and
installed ESM system (as per paragraph 19 & 22).
b. 01 x complete set of Chaff & Decoy Launching system along with full integration with
SMCS and ESM & ECM system. (as per paragraph 19 & 22).
c. 01 x Warship Automatic Identification System (W-AIS) with associate accessories (as
per paragraph 19 & 22).

2
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
d. 01 x complete set of XBT/ XSV Launcher and its Data Acquisition System (DAS) with 24
x launching probe (as per paragraph 19 & 22).
e. 01 x complete set of Speed Log with associated accessories (as per paragraph 22 and
28).
f. 60 x Ammunition for Chaff & Decoy Launching System (Seduction Chaff,
Distraction/Confusion Chaff, Infrared Rounds, Torpedo Decoys – 15 each) (as per
paragraph 22).
g. Integration of BN TDL system (installed onboard) with onboard Radars and SMCS (as
per paragraph 22e(1)).
h. Integration of BN IFF system (BN supplied) with onboard Radars and SMCS (as per
paragraph 22e(2)).
j. Training (as per paragraph 41, 42 and 43).
k. Installation, Supervision, STW and Commissioning (as per paragraph 31-33 and 46).
l. Test/ Trail and Acceptance (as per paragraph 48).
m. Documentations/ Manuals (as per paragraph 49, 50, 51 and 55).

19. General Features of Offered Equipment.


a. Integrated R-ECM System.
(1) Suitable for all kind of naval ships.
(2) Offers a wide range of high-stability and high-fidelity jamming techniques.
(3) Capable to provide electronic attack, point defence and area protection.
(4) Capable of addressing highest priority threat in a multi-threat situation.
(5) Stabilized antenna unit with polarization control and 360°coverage.
(6) Easy integration with onboard R-ESM (Thales, Vigile 100 Mk2), Chaff & Decoy
Launching System and SMCS.
b. Integrated Chaff & Decoy Launching System.
(1) Lightweight launchers with small footprint.
(2) Capable of proving effective protection against old and emerging threats.
(3) Capable of matching ship’s RF and IR signature to challenge incoming missile.
(4) Effective 360° horizontal coverage.
(5) Support of diverse type decoys and provision of firing torpedo decoys.
(6) Easy integration with onboard R-ESM (Thales, Vigile 100 Mk2), R-ECM and SMCS.
(7) Fully automated operation and compatible with hard kill and jamming.
c. Warship Automatic Identification System (W-AIS).
(1) Suitable for all kind of naval ships and IMO complaint.
(2) Several operation modes (Standard, Silent, Secured and Hybrid Modes).
(3) Easy integration with onboard sensors.
(4) Functionality for military operations.
(5) Option for using user defined encryption algorithm.

d. XBT/ XSV Launcher along with Data Acquisition System (DAS).


(1) Suitable for all kind of naval ships.
(2) All weather operation.
(3) Collect environmental data without restricting ship operation.
(4) Easily installed in any deck.
(5) Data acquisition facility.
20. Environmental Condition and Other Standard.
a. Temperature -5°C to 55°C.
b. Relative Humidity Up to 95% (non condensing).
c. For Shock MIL-STD-810F or equivalent (To be mentioned).
d. For Vibration MIL-STD-810F or equivalent (To be mentioned).

3
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
e. Sea Keeping To comply with the ship’s movement as follows:
(1) Roll : ± 300.
(2) Pitch : ± 100.
(3) Yaw : ± 60.

21. a. System Composition. The detail composition (listing of all modules) of each system
namely R-ECM System, Chaff & Decoy Launching System, W-AIS and XBT/ XSV Launcher with
DAS are to be mentioned. However, the system composition may have little adjustment based on
Preliminary design Review (PDR) and Critical Design Review (CDR) to suit ship’s integration
requirement.
b. System Architecture. A diagram of overall system configuration for all offered items
showing all interface/ integration options is to be submitted with the offer for assessment.

22. Technical Specification. The technical specification as follows but not limited to:
a. Integrated R-ECM System.
Ser Description Remarks
1. Type To be mentioned
2. Brand As per paragraph 8. (To be mentioned)
3. Model To be mentioned
4. Country of Origin As per paragraph 5. (To be mentioned)
5. Country of Manufacture As per paragraph 6. (To be mentioned)
6. Year of Manufacturing 2021 or later
7. Classification Standards To be mentioned
8. Major Features To be mentioned
9. Ingress Protection (IP) Outdoor Unit: IP 65 or better (To be
mentioned)
Indoor Unit: IP 54 or better (To be
mentioned)
10. Simultaneous Threats Handling To be mentioned
Capability
11. Blanking Details to be mentioned
12. Jamming Techniques/ Generator (DRFM-based, Ultra-low Latency based,
Spot Jamming, Barrage Noise, Jamming
modulation etc.) To be mentioned
13. Deception Techniques (RGPO/VGPO, RGPI/VGPI, False
Targets, etc.) To be mentioned
14. Anti-Condensation Heater and Details to be mentioned
Dehumidification Facility
15. BITE Test Facility Details to be mentioned
16. Power Supply and Power To be mentioned
Consumption
General Characteristics
17. Frequency Range At least 7.5 GHz to 18 GHz (To be
mentioned)
18. Azimuth Coverage 3600 (To be mentioned)
19. Elevation Coverage To be mentioned
20. Radiated Power To be mentioned
21. Variable Polarization To be mentioned
Antenna and Transmitter Unit
22. Antenna Type (Horn, Dish, etc) To be mentioned
23. Dimension (LxBxW) mm To be mentioned
4
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
24. Weight To be mentioned
25. Antenna Stabilization To be mentioned
26. Transmitter Type To be mentioned
27. Dimension (LxBxW) mm of To be mentioned
Transmitter/ Control Cabinet
28. Weight of Transmitter/ Control To be mentioned
Cabinet
29. Operating Temperature To be mentioned
Cooling Unit
30. Type of Refrigerant It should be able to maintain required
temperature considering the room
temperature. (Details to be mentioned)
31. Dimension (LxBxW) mm To be mentioned
32. Weight To be mentioned
Display and Data Processing Unit
33. Brand To be mentioned
34. Model To be mentioned
35. Dimension (LxBxW) mm To be mentioned
36. Weight To be mentioned
37. Display Size 24 inch or more (To be mentioned)
38. Display Type TFT/LCD/LED (To be mentioned)
39. Resolution To be mentioned
40. HMI Devices Details to be mentioned
41. Man Aloft Switch To be mentioned
Other Sub Unit
42. Technical Details of other Sub Unit To be mentioned
(if any) with dimension

b. Chaff & Decoy Launching System (Port Side and Starboard Side).

Ser Subject Remarks


1. Type To be mentioned
2. Brand As per paragraph 8. (To be mentioned)
3. Model To be mentioned
4. Country of Origin As per paragraph 5. (To be mentioned)
5. Country of Manufacture As per paragraph 6. (To be mentioned)
6. Year of Manufacturing 2021 or later
7. Classification Standards To be mentioned
8. Major Features To be mentioned
9. Ingress Protection (IP) Outdoor Unit: IP 65 or better (To be
mentioned)
Indoor Unit: IP 54 or better (To be
mentioned)
10. Number of Launcher 02 (Port and Starboard). To be mentioned
11. BITE Test Facility To be mentioned
12. Power Supply To be mentioned
General Characteristics
13. System Capability
a. Anti-Ship Missile Protection To be mentioned
b. Anti-Torpedo protection To be mentioned
14. Firing Accuracy To be mentioned
15. Bearing Accuracy To be mentioned
16. Coverage 3600 (To be mentioned)
17. Firing Mode Manual, Semi-Automatic and Automatic
5
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
(To be mentioned)
Launcher Characteristics
18. Launcher Types To be mentioned
19. Launcher Diameter 62mm/ 80mm/ 130mm/ 145mm, NATO
Standard (To be mentioned)
20. Launcher Capacity for both Anti- To be mentioned
Missile and Anti-Torpedo (at a time)
21. Launcher Dimension (LxBxW) mm To be mentioned
22. Weight (with and without To be mentioned
ammunition)
23. Number of barrel (Chaff, IR Rounds, To be mentioned
Torpedo Decoy) in each launcher
24. Compatibility of Ammunition with Seduction Chaff, Distraction/Confusion
Model and Manufacturer Chaff, Infrared Rounds, Torpedo Decoys
(Details to be mentioned)
Ammunition Characteristics
25. Type To be mentioned
26. Brand To be mentioned
27. Model (Chaff, IR Rounds, Torpedo To be mentioned
Decoy)
28. Manufacturer of Ammunition (with To be mentioned
Full Address and Contact details)
29. Frequency Response of Chaff/ IR Seduction Chaff, Distraction/Confusion
Rounds/ Decoy Chaff, Infrared Rounds, Torpedo Decoys
(Details to be mentioned)
30. Diameter of all Ammunition (Chaff, To be mentioned
IR Rounds, Torpedo Decoy)
31. Length (Chaff, IR Rounds, Torpedo To be mentioned
Decoy)
32. Weight (Chaff, IR Rounds, Torpedo To be mentioned
Decoy)
33. Muzzle Velocity (Chaff, IR Rounds, To be mentioned
Torpedo Decoy)
34. EW Tactics
a. Anti-Ship Missile Threats, i.e., To be mentioned
Seduction/Distraction/Confusion
b. Anti-Torpedo Threats, i.e., To be mentioned
Dilution/Confusion
35. Duration (RF, IR, Torpedo Decoy) To be
mentioned
36. RCS (Radar Cross Section)/ IR To be mentioned
Signature/ Acoustic Signature
37. Deployment Range (Chaff, IR To be mentioned
Rounds, Torpedo Decoy)
38. Quantity of Ammunition (To be 60 Pcs (15 Ammunition of each type) as
supplied as per scope of supply) per serial 26
39. Ammunition Deployment Ratio To be mentioned
(according to threat and ammo type)
40. Storage Temperature for To be mentioned
Ammunition
41. Shelf life of Ammunition More than 05 years (To be mentioned)
Display and Control Unit including Remote Monitor
42. Brand To be mentioned
43. Model To be mentioned
44. Dimension (LxBxW) mm To be mentioned
6
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
45. Weight To be mentioned
46. Display Size To be mentioned
47. Display Type TFT/LCD/LED (To be mentioned)
48. Resolution To be mentioned
49. HMI Devices Details to be mentioned
50. Display & Control Console including a. Chaff & Decoy Launching system can
Remote Monitor be switched ‘on’/‘off’ from any console.
b. Any console may work as master/
slave at any time defined by the operator.
51. Dimension (LxBxW) mm and Weight To be mentioned
Other Sub Unit
52. Technical Details of other Sub Unit To be mentioned
(if any) with dimension

c. Warship Automatic Identification System (W-AIS). W-AIS shall displays information


with symbol about AIS-equipped ships, as well as coastal stations and Aids to Navigations within
VHF coverage. It shall be registered for BNS BANGABANDHU and have standard military features
(with encryption module) in addition of commercial AIS features. The technical specification of W-
AIS is as follows:

Ser Subject Remarks


1. Type To be mentioned
2. Brand To be mentioned
3. Model To be mentioned
4. Country of Origin As per paragraph 5. (To be mentioned)
5. Country of Manufacture As per paragraph 6. (To be mentioned)
6. Year of Manufacturing 2021 or later
7. Manufacturer Name & Full Address with telephone
number and e-mail is to be mentioned.
8. Classification Standards To be mentioned
9. Major Features Details to be mentioned
10. Mode of Operations Standard, Silent, Secured and Hybrid
Modes (To be mentioned)
11. Dimension and Weight To be mentioned
12. Interface Ports and Standard To be mentioned
13. Encryption System Details to be mentioned
14. Compatibility for User Defined To be mentioned
Encryption Algorithm
15. Power Supply To be mentioned

d. XBT/ XSV Launcher along with Data Acquisition System (DAS). The XBT/XSV system
shall consists of an expendable probe, a data processing/ recording system and a XBT/ XSV
launcher. The offered system shall replace the existing LM-4 Thru-Hull launcher and its DAS
(Lockheed Martin, USA). The technical specification of the offered system shall be as follows:
(1) XBT/ XSV Launcher with Probe.
Ser Subject Remarks
(a) Type To be mentioned
(b) Brand To be mentioned
(c) Model To be mentioned
(d) Country of Origin As per paragraph 5 (To be mentioned)
(e) Country of Manufacture As per paragraph 6 (To be mentioned)
(f) Year of Manufacturing 2021 or later
(g) Manufacturer Name & Full Address with telephone
number and e-mail is to be mentioned.

7
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
(h) Major Features To be mentioned
(j) XBT/ XSV Probe
a. Type To be mentioned
b. Quantity 24 Pcs (To be supplied as per scope of
supply)

(2) Data Acquisition System (DAS). The DAS recorder shall receive temperature,
conductivity and sound velocity parameters measured by fired XBT/ XSV prove from offered
launcher. The DAS Recorder shall display and store plots of depth vs. temperature vs. sound
velocity and/ or depth vs. temperature and conductivity using the data inputs. The technical
specification shall be as follows:
Ser Subject Remarks
(a) Type To be mentioned
(b) Brand To be mentioned
(c) Model To be mentioned
(d) Country of Origin As per paragraph 5. (To be mentioned)
(e) Country of Manufacture As per paragraph 6. (To be mentioned)
(f) Year of Manufacturing 2021 or later
(g) Manufacturer Name & Full Address with telephone
number and e-mail is to be mentioned.
(h) Major Features To be mentioned
(j) DAS Recorder Computer (i) Military-Grade Computer/ Laptop. (To
be mentioned)
(ii) Hardware configuration (CPU, RAM,
HDD, etc) including Monitor, Mouse,
Keyboard, Printer etc (To be mentioned).
(iii) Dimensions (LxBxW) mm and Weight
(To be mentioned)
(k) DAS Module/ Launcher Interface Box
(i) Interface Ports To be mentioned.
(ii) Compatibility of XBT/XSV Launcher To be mentioned.
(iii) Power Supply and Consumption To be mentioned
(iv) Dimensions (LxBxW) mm and Weight To be mentioned
(l) Application Software To be mentioned

e. Integration of BN TDL System and BN IFF System with SMCS and Radars.
(1) Integration of BN TDL System. The bidder shall integrate BN TDL system with
SMCS and onboard Radar in consultation with Tecnobit, Spain. BN will coordinate with
Tecnobit, Spain on behalf of bidder for necessary ICD, technical details etc. The
configuration of BN TDL is as follows:

Ser Description Specification


(a) Brand & Model Tecnobit Open Link, Spain
Customized Bangla-22.
(b) HF Radio Brand: Rockwell Collins-RT2200A.
(c) VHF Radio Brand: Rockwell Collins-721S.
(d) VITAL Console Main Display & Control Panel with all
necessary equipment and software.
(e) Crypto Equipment NATO Version

(2). Integration of BN IFF System. The bidder shall integrate BN IFF system with
SMCS and onboard Radar. The BN IFF (Model BN-ST36C) shall be supplied by BN. BN will
coordinate on behalf of bidder for necessary ICD, technical details etc regarding IFF.
Technical details will be provided after signing of NDA (Non-Disclosure Agreement) by the
bidder. Once the signed copy is received by NHQ, the required information will be shared
8
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
with the bidder. Necessary study is to be carried out by the bidder. The specification of BN
IFF is as follows:
Ser Item Description Specification
(a) Brand BN IFF (NATO IFF Mark XIIA Generation)
(b) Model BN ST36A with ATC mode
(c) Country of Origin China
(d) Frequency 1030MHz
(e) Identification height ≥10,000m
(f) Standard and IFF Modes STANAG 4193, ICAO Annex 10 (1, 2, 3, C, A, 4, 5, S)
(g) Interface Protocol Transport Layer Protocol (UDP), RS-422
(h) Dimension (LxWxH) mm Interrogator host: 405 x 426 ×370 mm
Interrogator antenna: 1700 × 262 × 336 mm
(j) Weight of IFF Equipment Interrogator Host: ≥55Kg, Interrogator Antenna:
≥30Kg, Transponder Antenna: ≥1Kg
f. Speed Log. The required specification of offered Speed Log is given below:
(a) Brand and Model To be mentioned
(b) Origin & Manufacture As per paragraph 5. (To be mentioned)
(c) Year of Manufacturing 2021 or later
(d) Manufacturer Name & Full Address is to be mentioned.
(e) Major Features To be mentioned
23 Cooling System/ Arrangement for Offered ECM System. The bidder shall survey and study the
existing onboard cooling arrangement. It is learnt that the existing cooling arrangement was not sufficient
enough to maintain required temperature for old ECM system considering the location of ECM antenna,
piping arrangement within the funnel, water pressure and ambient temperature. In this regard, bidder shall
provide necessary cooling system/ arrangement for the offered ECM for its required cooling and trouble free
operation. Any additional equipment and accessories (if needed) required for cooling arrangement are to be
provided and installed accordingly. The details planning in this regard is to be mentioned.
24. Original Software & Backup Software. Bidder shall provide all related original software (lifetime
license version) with backup software, maintenance /fault finding software to BN and step by step procedure
for installation. In case of software crash, BN personnel should be able to install the back-up software to
restore the whole system using step by step procedure. Bidder shall provide backup copy of software in
CDs/DVDs/portable drive along with instruction and password for installation during delivery.
25. Interface Control Documents (ICD). The Bidder shall provide necessary ICD (Interface
Control Documents) and interface protocol during delivery/ installation of the item. The ICD and interface
protocol will be utilized (in future) to integrate any sub-systems by BN. The ICD will be tested and
demonstrated in the presence of buyer’s representative during installation by qualified OEM Engineer. A job
completion report/ certificate is to be signed by both parties in this regard.
26. Cables. Necessary power cables, control cables and switch gear (circuit breaker, plug,
sockets and connectors etc) required for electric wiring are to be provided by the bidder as per IEEE/IEC
standard. All cables should be double insulator with screened and sea water resistant.
27. Cabinets. All cabinets should be made of chromium plating or similar and painted sea water
resistant aluminum to prevent corrosion as per appropriate Military-Standard.
28. Integration/ Interfaces.
a. The offered R-ECM system and Chaff & Decoy Launching system shall be integrated with
the following equipment/ sensors:
(1) Signal Modular Combat System (SMCS).
(2) RESM system Vigile 100 MK2.
b. The offered XBT/ XSV Launcher with DAS shall be interfaced with existing SONAR System
(STN ATLAS Mk2) through BTS SONAR (as an option).
c. The offered W-AIS shall be interfaced with ECDIS, Radars and other onboard navigation
equipment. In this regard, the existing Speed Log (Sagem LH-92) shall be replaced with a
compatible one, and to be integrated with SMCS and other sub-systems.
9
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED

29. Interfacing/ Integration Responsibility. Interfacing/ integration with SMCS and other ship’s
systems will be done under the full responsibility of supplier/ bidder. Complete cost of addition/ alteration of
any kind of hardware, software and document are to be borne by the bidder. The bidder may visit the ship
and collect necessary information with due consent from BN before submitting the offer. Buyer will not be
responsible for interfacing/ integration work. The bidder shall provide all types of protocol and ICD to
interface other sensors/ systems during installation.

30. Ship’s Power Supply. The ship’s available Power Supply is as follows:
Ser Description BN Ship Remarks
1. Ship’s Power Supply 415V, 50Hz, 3/ Single Phase
Necessary converter
2. Converter Power Supply 115V, 60Hz, 3/Single Phase 115V, is to be provided (If
400 Hz, 3/Single Phase needed).
415V, 60Hz, 3/Single Phase
3. Power Consumption The total power consumption of the -
offered system is to be mentioned

31. Assessment for Installation. The bidder should make pre-assessment for installation of whole
system onboard at their own expenses. BN will facilitate removal & refitting of existing equipment/ structures
and docking if required. All the mechanical interface and retrofit works are to be approved and engineered
by a certified Naval Architect of System Integrator without incurring any additional cost to the Buyer.

32. Installation Materials. All installation materials including shock mountings are to be provided
by the manufacturer. Necessary assistance for Welding/ Cutting will be provided by the Buyer.

33. Installation Drawing.


a. Following drawings are to be submitted for Buyer’s approval four (04) months before starting
the installation work onboard:
(1) Layout drawing of equipment including working and maintenance space.
(2) Electrical interconnection diagram of all equipment along with different provision of
power supply connection (showing the position of circuit breaker, switches etc).
(3) Cable diagram including cable type and cable grouping.
(4) Diagram showing interface (mechanical and electrical) and data protocol among the
ship systems.
b. After approval, 05 original copies of each drawing are to be submitted to the Buyer.
34. Test Equipment/ Special Equipment. List of special test equipment (if any) required to carry
out software based system check/ maintenance for the offered ECM and Chaff & Decoy Launching system
is to be provided with the quotation indicating item-wise price. It has to be spelt clearly whether it is a built-in
facility or a dedicated military computer/ laptop.

35. Standard Accessories. Standard Accessories must include every item and accessories,
which are essential to make the offered system completely operational, whether those are mentioned in the
specification or not. A list of such items/ accessories is to be provided with the quotation.

36. Optional Accessories. Optional accessories (if any) are to be separately quoted, mentioning
their usages.

37. Blanking Facility for the On-board Sensors. The offered ECM system must have blanking
facility with the RESM and Radars on-board.

38. Mandatory Tools. One complete set of general and specialized tools (if necessary)
required for routine and periodic maintenance of the systems are to be supplied with ECM and Chaff &
Decoy Launcher system. Item wise price list of such tools is to be provided with the offer.

10
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
39. LRU Spares/ Fast Moving Spare Parts. The recommend spares list for next 5 (five)
years is to be submitted with the offer along with itemized cost. A Manufacturer’s certificate mentioning the
availability of the recommended spares for a duration of 10 years is to be submitted with the offer.

40. Factory Acceptance Test (FAT)/ Pre Shipment Inspection (PSI). Following FAT(s) and PSI
are to be carryout in OEM premises for the offered system:
a. FAT will be carried out by 02 team (one team for ECM and one team for Chaff & Decoy
Launching System). Each team will consists of 03 BN personnel and respective FAT will be carried
out at OEM premises for a duration of 05 (five) working days by the buyer’s expense. Both way air
fare, accommodation and food for the FAT team will be borne by BN. All types of movement/
transportation (air/sea/road) of the team within the manufacturer’s country, reception and
arrangement for entry into the country/ concerned area for the FAT are to be arranged by the bidder.
b. PSI will be carried out by one team consisting of 02 (two) BN personnel for 60 Pcs
Ammunition (Chaff, IR Rounds and Decoy) for a duration of 03 (three) working days in OEM
premises at buyer’s expense. Both way air fare, accommodation and food for the PSI team will be
borne by BN. All types of movement/ transportation (air/sea/road) of the team within the
manufacturer’s country, reception and arrangement for entry into the country/ concerned area for the
PSI are to be arranged by the bidder.
c. The bidder should inform the buyer about the date of FAT/ PSI (schedule) and FAT/ PSI
criteria at least 08 (eight) weeks prior to the date of FAT/ PSI. The FAT/ PSI protocol/ procedures
shall be forwarded to the buyer 6 (six) weeks prior to the date of FAT/ PSI to the concerned
Directorate of NHQ for approval of BN.
d. On return, the FAT/ PSI team will submit the report to concerned Directorate at Naval
Headquarters. Naval Headquarters will, in turn, forward final decision along with FAT/PSI report,
basing on which DGDP will render clearance for shipment of stores to the bidder concerned. The
bidder will not make shipment of any item of the contract without clearance from DGDP.
e. The FAT/ PSI will be carried out at manufacture’s factory premises following approved
FAT/PSI protocols. In this regard, the FAT/PSI protocol is to be approved by BN well in advance.
f. During FAT/ PSI, tests will be carried out to fulfill the required condition mentioned in
technical specification of the ECM. Various tests for checking performance are to be carried out and
recorded. After test, a joint test report will be prepared and signed by both the seller and buyer’s
representative.

41. Training at Manufacturer’s Premises. The bidder will provide operators and maintainers
training to the nominated BN personnel at manufacturer’s premises. Cost of both way air fare (Dhaka to
manufacturer’s premises and back) food and accommodation will be borne by the purchaser. Training
material and internal travel cost will be borne by the Bidder. Training shall be provided in English Language
as per the duration below:
a. Operator’s and Maintainer’s Training.

ECM System a. Operator’s Training. Operator training for 05 (five) BN


personnel for a duration of 14 working days (02 weeks) regarding
operation of offered ECM system is to be given. The details of
training syllabus are to be provided with the offer.
b. Maintainer’s Training. Detail theoretical and practical
training for 06 (six) BN personnel for a duration of 28 working days
i.e 04 weeks (02 weeks operation level maintenance and 02 weeks
practical maintenance training) regarding maintenance of offered
ECM system is to be given. The training should include 1st and 2nd
level maintenance in details. The details of training syllabus are to be
provided with the offer.
c. Place of Training. Manufacturer’s premises.(To be mentioned)

11
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
Chaff & Decoy a. Operator’s Training. Operator training for 04 (four) BN
Launching personnel for a duration of 7 working days (01 week) regarding
System operation of offered Chaff & Decoy Launching System is to be given.
The details of training syllabus are to be provided with the offer.

b. Maintainer’s Training. Detail theoretical and practical


training for 04 (four) BN personnel for a duration of 14 working days
i.e 02 weeks (01 week operation level maintenance and 01 week
practical maintenance training) regarding maintenance of offered
ECM system is to be given. The training should include 1st and 2nd
level maintenance in details. The details of training syllabus are to be
provided with the offer.

c. Place of Training. Manufacturer’s premises (To be


mentioned).

b. Advance Training on Alignment, Interface and Integration.

(1) Advance maintenance training both theoretical and practical training for 04 (four) BN
personnel for a duration of 14 working days i.e 02 weeks regarding alignment, interface,
integration and software based system check on offered ECM and Chaff & Decoy Launching
System is to be given. The training should include advance level maintenance training and
interface & integration training in details. The details of training syllabus is to be provided with
the offer.

(2) Place of training (Manufacturer’s Premises) is to be mentioned.

42. Training Contents. The objective of the training should include flowing but not limited to:

a. BN personnel should have comprehensive knowledge on system overview and its features
and limitations. They should also acquire detailed knowledge and orientation with sub systems.

b. BN operators should be totally oriented and skilled for the operation of the system including
various software functions and applications.

c. Maintainer should know which level of maintenance they can do, what kind of tools and skill
needs to be used to carry out maintenance works as per OEM recommended maintenance system/
schedule.

d. All BN personal should be completely aware of all hardware/ software including all kinds
documentations related to the systems.

e. There should be a standard operating procedure for a small ready response team to address
problems.

f. BN maintainer group will be able to un-install, install, set to work, configure, and interface the
whole system including all software used in the system.

g. Lectures and training should focus on the following:


(1) System Overview and system configuration.
(2) System operation covering all functions.
(3) Network Configuration and troubleshooting.
(4) Hardware and software and their function, troubleshooting, backup software, system
restoration (if crashed) etc.
(5) Familiarization of manuals, publications and document which are to be provided.

12
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
43. Local Training. A group of operators/ technicians (about 10 BN personnel) has to be trained
locally in Bangladesh for 10 (ten) working days by the Manufacturer’s Engineer on completion of installation
and Test/ Trial on ECM, Chaff & Decoy Launching System, W-AIS and XBT/ XSV Launcher with DAS. Cost
of air fare (to and from Bangladesh), accommodation, food and internal transportation (to and from work site
and hotel) of the Manufacturer's engineer will be borne by Bidder.

44. Shipment & Delivery.


a. The bidder will arrange shipment of all items within 12 (twelve) months after signing the
contract to the following consignee:
The Commanding Officer or Officer In Charge
Naval Stores Depot Naval Stores Sub Depot Dhaka
New Mooring, Chittagong, Naval Unit Khilkhet
Bangladesh Namapara, Dhaka-1229, Bangladesh
BIN 002349278-0503
b. In case of CFR, the bidder will carry the items from sea port/ Air port (as applicable) to NSD
Chittagong at the cost and risk of bidder.
c. All items are to be brand new and to be delivered in seaworthy packing to ensure safe transit
by sea. Certificates in this regard are to be provided during delivery.
d. All packages are to have packing notes showing their contents in detail and all packages
shall be marked with the name and address of the consignee and gross weight.
e. Bidder shall be allowed for multiple shipments and partial payment.

45. Port of Shipment: To be mentioned. The port of shipment is to be from the country of
manufacturer or country of origin.

46. Installation, Supervision, STW and Commissioning.


a. The complete offered system is to be installed and commissioned by the bidder. Installation
includes setting to work (STW), integration/ interfacing with associated equipment, RESM, RECM
and SMCS. The test/ trial both at harbour and sea is to be carried out.
b. The bidder at no additional cost will do any modification/ alteration (if required) to install the
offered items as per scope of supply.

c. The bidder is to remove the existing ECM and Chaff & Decoy Launching system.
d. Welding, cutting and drilling assistance for equipment installation will be provided by BN.
e. Qualified manufactures/ bidders’ engineers are to be employed for the removal, installation
and STW including all other works. All expenses for food, accommodation, airfare and internal travel
etc for installation engineers are to be borne by the bidder.
f. Cost of installation works, Supervision, STW and Commissioning are to be quoted
separately.

47. Lead Time. The installation works including commissioning and test/ trial is to be completed within
6 (six) months of delivery of the items.

48. Test, Trial and Acceptance.


a. General. The bidder’s representative will ensure satisfactory tests, trial and functioning/
commissioning of the equipment at purchaser’s premises after all necessary integration/ interfacing
with other systems as per contract. All consumables for HAT, SAT and Acceptance are to be
provided by the bidder.
b. HAT. Harbour Acceptance Test (HAT) will be carried out at harbour on completion of
setting to work (STW).
c. SAT. Sea Acceptance Test (SAT) will be carried out at sea on completion of satisfactory
HAT.

13
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
d. HAT and SAT Protocol. The OEM recommended HAT and SAT protocol/ procedures
shall be forwarded to NHQ 4 (four) weeks prior to the date HAT and SAT for approval of BN.
e. Acceptance. On completion of satisfactory Test and Trial (HAT and SAT), an acceptance
certificate will be provided by purchaser.

49. Certificate and Reports. Following certificates and reports are to be provided in English for the
each item including associated equipment/ accessories during delivery:
a. Type approval certificates of classification society.
b. Quality assurance certificates for each item and their associated equipment and instruments
from OEM is to be provided.
c. Factory Test Certificates.
d. Certificate of genuine product and brand new item.
e. Guarantee and warranty certificates.

50. Quality Assurance Certificate. Quality Assurance Certificate in respect of the associated
equipment in regards to its manufacturing and performance is to be provided at the time of delivery of the
items.

51. Documentation. The following documents is to be provided in English including all text in
illustrations, drawings and circuit diagrams at free of cost during delivery for each items:
a. Technical and Maintenance Manuals. The technical manual shall contain descriptions
based on figures, diagrams and tables. The system description should cover the following
information:
(1) System functionality with detail description.
(2) Functional build-up of the system and its sub units (hardware and software).
(3) The interfaces, protocol and adaptation to external systems and equipment.
(4) Necessary block diagrams and circuit analysis to be given for easy understanding of
the system.
(5) Detailed message implementation and message interaction.
(6) Fault finding and remedial actions up to the second level of maintenance.
(7) OEM manual of each subsystem.
(8) Standard Maintenance Schedule (Daily, weekly, monthly & yearly) documents.
(9) Manual and documents on alignment, calibration, testing, tuning and software based
system check etc of the offered systems.
b. Operator’s Manual. The operator’s manual shall cover:
(1) Basic information and overview of the offered System with block and necessary
diagrams.
(2) Operating procedures.
(3) System setup and operation.
(4) Description of all operation modes and menus with explanations.
c. Spares Manual. The spares manual shall cover:
(1) Parts Identification List (PIL).
(2) List of spare parts.
(3) List of replaceable units/ spares with their time interval.

52. Brochures/ Booklet. 1 (one) set of original brochure/ booklet in English having detail technical
information about the quoted items are to be provided along with the quotation for evaluation/ assessment.

53. User List. List of users of the offered items is to be mentioned with full address. The list shall
provide the name of various navies/ coastguards with respective model and brand of offered items. The
offered items should be widely used by various navies/ coastguards. The user list will be used for the
assessment of the offer.

14
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED

54. Warranty.

a. Minimum 12 (Twelve) months OEM warranty for trouble free operation is to be provided by
the bidder and manufacturer for the item from the date of acceptance by the buyer. If any
component of the supplied items becomes defective during the warranty period, the warranty shall
be extended automatically (for relevant component) for the period of the subject component remains
defective.
b. For warranty repair/ replacement, the bidder will collect the defective item from NSD,
Chittagong/ NSSD, Dhaka (as applicable) and re-supply the same to collecting place after warranty
repair or for replacement within 90 (ninety) days from the date of defect at no cost to the purchaser.
Any deviation of this is to be notified and should be approved by NHQ.

55. Guarantee. The bidder is to give guarantee of continued supply of spares for at least 10 years
at a reasonable price. Certificate is to be submitted with the offer.

56. Validity. The offer shall remain valid till 30 Dec 2021.

57. Terms of Payment. Letter of Credit (LC) will be opened for full amount of contract price in favour
of the bidder for the complete scope of supply with the following terms of payment:

a. First installment of 20% of LC value (minus the cost of Installation, Services and Training)
shall be paid to the bidder after signing the contract and receiving of the following documents:

(1) On submission of study report covering implementation plan, training plan, detail
layout, list of required hardware & software, schedule of delivery, installation drawings and
integration software.
(2) Approval of study report from Naval Headquarters.
(3) Original certificate from Chamber of Commerce/ certificate of authorization for
exporting military equipment (if any).

b. 40% of LC value (minus the cost of Installation, Services and Training) will be released after
shipment of hardware, electronics and software and on submission of necessary documents as per
DGDP rules. In this regard, partial payment will be allowed for multiple shipments.
c. 40% of LC value (minus the cost of Installation, Services and Training) will be released after
successful completion of installation, integration/ interfacing with related equipment & SMCS, HAT &
SAT jointly carried out and Final Acceptance issued by the purchaser.
d. 100% cost of Training and, 100% cost of Installation and Services shall be released after
satisfactory completion of each training and each services as per the contract on production of job
completion certificate from BN.

58. Price. Price of the each item 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 grand total of the foreign currency to be shown on the original offer submitted by the bidder.

59. Site Visit, System Study and Pre Bid Meeting.


a. Prospective bidder may visit the installation site (BNS BANGABANDHU) to estimate
installation materials and works involved in installation works before submission of tender. Moreover,
a system study is to be carried out onboard after signing the contract covering all technical details
and list of works that is to be carried out. In this regard, the system study report is to be submitted to
NHQ for further approval within two months of signing contract.

b. The bidder may attend a pre bid meeting at NHQ within 03 weeks from the day of floating
the tender by DGDP. In that case, necessary security clearance is to be obtained from NHQ.

15
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc
RESTRICTED
60. Compliance Statement. A compliance statement fulfilling all the requirement of the tender is to
be submitted for evaluation of the quotations. Stating mere ‘Yes or No’ will not suffice. Detailed evidences
with description/ information, brochures/ booklet, drawing and diagram as required are to be provided. An
incomplete compliance statement may attribute to cancellation of the offer. If any clause of this specification
does not commensurate with the offered equipment, the deviation has to be spelt out clearly with
justification.

16
RESTRICTED
COM-1C:\Users\NP1-2\Desktop\242.093.20- SPEC ECM Final.doc

You might also like